city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 19-6413   
Type: Purchase of Services
In control: City Council A Session
On agenda: 10/3/2019
Posting Language: Ordinance approving a contract with Mueller & Wilson, Inc., to provide on-call plumbing maintenance and repair services for the San Antonio Airport System for a total estimated annual cost of $200,000.00. This contract is funded through the department’s Operating and Maintenance Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 6100011090 RFCSP Annual JOC for On-Call Plumbing Services - SAIA, 2. 61-11090 Mueller & Wilson, Inc., 3. Final Scoring Matrix, 4. Contracts Disclosure Form, 5. Draft Ordinance, 6. Ordinance 2019-10-03-0796
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: Citywide


SUBJECT:

Annual Job Order Contract (JOC) for On-Call Plumbing Services for SAAS - Aviation


SUMMARY:

This ordinance authorizes a contract with Mueller & Wilson, Inc., to provide on-call plumbing maintenance and repair services for the San Antonio Airport System for a total estimated annual cost of $200,000.00. Funding for this contract is available through the Airport Operating and Maintenance Fund.


BACKGROUND INFORMATION:

Submitted for City Council consideration and action is a proposal submitted by Mueller & Wilson, Inc. to provide on-call plumbing services at San Antonio International Airport and Stinson Municipal Airport. This on-call contract will allow the airport to keep its facilities' plumbing systems in good working order and respond quickly to repairs in order to minimize the impact to airport operations and passengers.

The City issued a Request for Competitive Sealed Proposals for "Annual Job Order Contract for On-Call Plumbing Services for the San Antonio Airport System" (RFCSP 6100011090) on March 27, 2019, with a submission deadline of May 1, 2019. Three proposals were received and deemed eligible for evaluation.

The evaluation committee consisted of four representatives from Aviation Department and one representative from the Building and Equipment Services Department. The Finance Department, Purchasing Division assisted by ensuring compliance with City procurement policies and procedures.

The evaluation committee met on July 29, 2019 to evaluate the three responsive proposals received. The proposals were evaluated based on the firm's qualifications, experience, previous performance (35 points), proposed plan (30 points), price schedule (15 points), SBE Prime Contract Program (10 points), and M/WBE Prime Contract Program (10 points). Additional categories of consideration included references and financial qualifications. After committee r...

Click here for full text