Loading...
SR 10-25-2016 3G Ci ty Council Report City Council Meeting : October 25, 2016 Agenda Item: 3.G 1 of 5 To: Mayor and City Council From: Susan Cline, Director , Public Works, Airport Subject: Approval of Professional Services Agreement for Santa Monica Airport Security Enhancement Project Recommended Action Staff recommends that the City Council: 1. Award RFP Airport Security Enhancement Project to Birdi & Associates, Inc., a California -based corporation, to provide consulting services in connection with designing a security system to upgrade what is currently being u sed by the Santa Monica Airport; 2. Auth orize the City Manager to negotiate and execute an agreement with Birdi & Associates, Inc., in an amount not to exceed $163,350 for one year, with one additional one -year renewal option of $47,850 , for a total amount not to exceed $211,200 (including a 10% contingency), with future year funding conting ent on Council budget approval; and 3. Authorize budget changes as outlined in the Fin ancial Impacts & Budget Actions section of the report. Executive Summary Although the City Council voted to close the San ta Monica Airport by June 2018 or as soon as legally feasible , the City will continue to operate the Airport in a safe and secure manner so long as it remains open . The Santa Monica Airport currently has an Access Control System that controls and monitors all vehicle gate access on to the airfield as well as 24/7 patrol provided by Santa Monica Police Department Public Service Officers. In response to Council’s direction to evaluate the Airport’s current security system and develop enhancements where necess ary, the Santa Monica Airport is seeking consulting services to design and upgrade the Santa Monica Airport’s security system. In March 2016, the City published a request for qualifications to provide consulting services in designing and upgrading the San ta Monica Airport’s security system. Four firms were shortlisted and interviewed . In July 2016, the City solicited requests for proposals from two of the four shortlisted firms . S taff recommends Birdi & Associates, Inc. as the best firm to provide these se rvices in an amount not to exceed $211,200 (including a 10% contingency). Background 2 of 5 On October 27, 2015, Council directed staff to explore expanding security measures including passenger and pilot screening, and screening of others working on aircraft at the Airport. Although the City Council has voted to close the Airport by June 2018 or as soon as legally feasible, the City remains committed to ensuring the safety and security of its Airport is maintained . Staff direction was given at the August 23 , 2016 (Attachment A) meeting where Council ’s direct ion was to enhance Airport security. The current security system at the Santa Monica Airport is called Brivo Access Control System. Brivo Access Control System is a hosted system that provides security gate access control monitoring and also provides a ba dging and credential system for tenants who are granted airfield access. The Airport’s perimeter is also secured by a perimeter fence and it is patrolled by the Santa Monica Police Department Public Serv ice Officers 24/7. Although no significant security issues have occurred , it is important to constantly evaluate and keep improving the established security system. Discussion As exemplified by the Council’s commitment to outstanding police and fire serv ices, public safety is the most important priority of the City. Regardless of location, maintaining a safe and secure environment, including the airport, is paramount. Although there have been no significant problems at the Airport do date , it is imperat ive to constantly evaluate current practices and make continuous improvements, as necessary. Therefore , acquiring the services of a consultant to evaluate and enhance the airport’s security to ensure that it meets Federal, State , and local regulations and provide s an improved level of security and safety for the people that utilize the airport facilities is essential. T he current security system has been in place for many years , therefore , the consultant will be tasked with designing a system that will address , at a minimum , any gaps of the airport’s vehicle and pedestrian access points; the airport ’s perimeter fence; and access points from buildings that are alongside the airport’s restricted area of the airport. 3 of 5 Additionally , the consultant would study avenues to ensure the security of passengers and screening of pilots and other s working in restricted area s of the airport. Consultant Selection On March 29, 2016, the City issued a Request for Qualifications (RFQ #32916 ) for Airport Security Enhancement s for the Santa Monica Airport. The RFQ was posted on the City’s on -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. 74 vendors downloaded the RFQ. The following eight (8) firms responded: Birdi & Associates, Inc. BSecure Corporation Convergint Technologies Elert & Associates Reem Aviation Security Consultants, LLC Safeguard on Demand LLC Siemens Triad Consulting System Design Group Responses to the RFQ were reviewed by a selection panel of staff from Public Works, the Santa Monica Police Department, Information Systems, and the City Manager’s Office . Evaluation was based on the following criteria: knowledge and prior experience with Airport Security, re ferences and experience of key personnel based on resumes showing technical knowledge and relevant experience, evaluation of firm’s previous projects of comparable level of complexity and nature, training and proven expertise in the area of work required, firms prop o sed work plan, and knowledge of Federal Aviation Administrat i on and Homeland Security Airport Security Regulations and best practices particularly as it relates to small reliever airports in highly urbanized settings. This evaluation allowed sta ff to short list four firms who were then invited to interview and present their airport security work plans. Staff then shortlisted two pre -qualified firms: Birdi & Associates, Inc. and Triad Consulting System Design Group. On July 18, 2016, the City is sued a Request for Proposals (RFP) for Airport Security Enhancements for 4 of 5 the Santa Monica Airport to the two shortlisted firms . Both firms submitted proposals. Responses to the RFP were evaluated on : experience and technical competence; ability to meet wor k plan and timelines; ability and past experience in assembling a highly qualified team; description of previous project experiences to show how quality control was achieved for former clients; cost of services; cost control; performance within budget allo cations; and breadth of service by demonstrating the ability to provide innovative solutions, recommendations, and improvements . Birdie & Associated, Inc. demonstrates a clear understanding of the scope of services, has many years of experience in Airport security systems (including Ontario International Airport, Van Nuys Airport, Los Angeles International Airport, and San Diego International Airport) and has a highly qualified project team. Based on these criteria and criteria in SMMC 2.24.073, Birdi & As sociated, Inc. is recommended as the best qualified firm . Additionally, staff contacted references and all reported Birdi & Associates, Inc. work was completed in a timely and cost -efficient manner. Project t imeline Staff anticipates that the design phas e of the project will occur during FY2016 -17 and the construction phase during FY2017 -18 . Staff will return to Council for approval of the construction contract and a phasing schedule of the enhancements at a future date. Financial Impacts and Budget Act ions The agreement to be awarded to Birdi & Association, Inc. is for an amount not to exceed $211,200. The Airport Security Project w ould cost $163,350 in FY2016 -17 . Funds in the amount of $125,000 are available in the FY 2016 -17 Capital Improvement Budge t. Implementation of the program requires an FY 2016 -17 appropriation of $38,350 to account C334035.589000. The agreement will be charged to account C334035.589000. Future year funding is contingent on Council budget approval. 5 of 5 Prepared By: Kate Schlesinge r, Administrative Analyst Approved Forwarded to Council Attachments: A. August 23, 2016 Staff Report Reference:    Agreement  No. 10373   (CCS)