Long Beach, CA
File #: 15-1085    Version: 1 Name: LBA - Perimeter Security Improvements D5
Type: Contract Status: CCIS
File created: 10/1/2015 In control: City Council
On agenda: 10/20/2015 Final action: 10/20/2015
Title: Recommendation to adopt Plans and Specifications No. R-7008 for the Perimeter Security Improvements at the Long Beach Airport; award the contract to Sully-Miller Contracting Company, of Brea, CA, in the amount of $6,496,839, and authorize a 15 percent contingency in the amount of $974,526, for a total contract amount not to exceed $7,471,365; authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments thereto; and Increase appropriations in the Airport Fund (EF 320) in the Airport Department (AP) by $7,066,535. (District 5)
Sponsors: Long Beach Airport
Indexes: Contracts
Attachments: 1. 102015-R-22sr.pdf
Related files: 34112_000

TITLE

Recommendation to adopt Plans and Specifications No. R-7008 for the Perimeter Security Improvements at the Long Beach Airport; award the contract to Sully-Miller Contracting Company, of Brea, CA, in the amount of $6,496,839, and authorize a 15 percent contingency in the amount of $974,526, for a total contract amount not to exceed $7,471,365; authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments thereto; and

 

Increase appropriations in the Airport Fund (EF 320) in the Airport Department (AP) by $7,066,535.  (District 5)

 

DISCUSSION

City Council approval is requested to enter into a contract with Sully-Miller Contracting Company, for Perimeter Security Improvements.  The focus of airport security is to identify and reduce existing or potential risks, threats, targets and vulnerabilities to the facility. Appropriate protective measures vary dependent on the level of threat and the class of operator and airport.  Airports Certificated under Part 139 must provide the following: (a) safeguards to prevent inadvertent entry to the movement area by unauthorized persons or vehicles; (b) reasonable protection of persons and property from aircraft jet blast or propeller wash; and (c) fencing that meets the requirements of applicable Federal Aviation Administration (FAA) and Transportation Security Administration (TSA) security regulations in areas subject to these regulations.  Additionally, airport facilities require protection from acts of vandalism.  To provide a measure of protection, unauthorized persons must be precluded from having access to Navigational Aids (NAVAIDs) and Airport Tower Control (ATC) facilities. Perimeter fencing acts as a physical deterrent to preclude inadvertent entry of people or animals into the airport.

 

The improvement to the perimeter security will include removal of several thousand feet of deteriorating and/or inadequate perimeter fence and the installation of new standard airport perimeter fence, which is 8 feet tall with 1 foot of triple v-strand barbed wire.  Some locations identified to be at high risk for vehicle or animal intrusion will have a barricade and sill fence installed, respectively.  Two access points onto the airfield have extremely old automated vehicle gates, which have far exceeded their useful design life and will be replaced with new impact resistant automated vehicle gates.  Additional improvements will include intrusion detection systems, access control systems, security network infrastructure improvements, and a redundant security center.  The Long Beach Airport Security Program (ASP) contains further detail regarding the particular security equipment necessary to avoid intrusion.  The ASP was approved by the TSA on May 23, 2014.

 

The bid was advertised in the Press-Telegram on June 20, 2015, and 5,053 potential bidders specializing in construction services were notified of the bid opportunity. Of those bidders, 99 downloaded the bid via our electronic bid system. The bid document was made available from the Purchasing Division, located on the seventh floor of City Hall; the Division’s website at www.longbeach.gov/purchasing <http://www.longbeach.gov/purchasing>; and by purchase through the Department of Public Works located on the tenth floor of City Hall. A bid announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 22 business groups that represent local, minority and women-owned businesses.  Bid documents were also sent to several trade publications and plan rooms catering to groups within the construction industry. Two bids were received on July 29, 2015. Of those two bidders, none were Minority-owned Business Enterprises (MBEs), none were Women-owned Business Enterprises (WBEs), none were Disadvantaged Business Enterprises (DBEs), none were certified Small Business Enterprises (SBEs), and one was a Long Beach-based business (Local). Sully-Miller Contracting Company, of Brea, CA (not an MBE, WBE, DBE, SBE or Local), was the lowest responsible bidder.

 

Local Business Outreach

In an effort to align with our outreach goal, Long Beach businesses are encouraged to submit bids for City contracts. The Purchasing Division also assists businesses with registering on the Bids Online database to download the bid specifications. Through outreach, 432 Long Beach vendors were notified to submit bids, of which three downloaded and one submitted a bid. The Purchasing Division is committed to continuing to perform outreach to local vendors to expand the bidder pool.

 

This matter was reviewed by Deputy City Attorney Richard F. Anthony on October 6, 2015, and by Budget Management Officer Victoria Bell on October 5, 2015.

 

SUSTAINABILITY

 

The new impact resistant vehicle gates have an anticipated service life of 15 years, and have significant lower energy consumption and maintenance costs compared to the existing automated vehicle gates.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. R-7008 and award a contract concurrently is requested on October 20, 2015, in order to expedite commencement of this work.  Construction is anticipated to begin in December 2015 and should take approximately 12 months to complete.  The construction Plans and Specifications contain phasing requirements which maintain access for all Airport operators including commercial airlines and general aviation tenants.

 

FISCAL IMPACT

The total contract expense will not exceed $7,471,365, which includes a recommended 15 percent contingency of $974,526, due to the potential for unforeseen circumstances.  The total project cost, including the contract award, is currently estimated to be $8,698,200 and will be funded with FAA Airport Improvement Program (AIP) Grant funding, Passenger Facility Charges (PFC), and Airport operations revenue.

 

On September 1, 2015, the City Council authorized application for the AIP Grant funding.  FAA Grant No. 3-06-0127-042-2015 awarded $7,066,535 for this project, which is currently unbudgeted. An appropriation increase of $7,066,535 is requested in the Airport Fund (EF 320) in the Airport Department (AP) for the grant amount.  Sufficient Passenger Facility Charge (PFC) funding and Airport operations revenue is budgeted in the Airport Fund (EF 320) to cover the remaining project cost of $1,631,665, including the grant match of $728,010.  The award of this contract will provide continued support to our local economy.

 

SUGGESTED ACTION

Approve recommendation.

 

 

Respectfully Submitted,

BRYANT L. FRANCIS                                                                                                         

DIRECTOR, LONG BEACH AIRPORT                     

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER