Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  16-001561

 

MEETING DATE:

01/10/17

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

2

SUBMITTING Agency/Department:

John Wayne Airport   (Approved)

Department contact person(s):

Barry Rondinella (949) 252-5183 

 

 

Scott Hagen (949) 252-5241

 

 

Subject:  Approve Contract for Armed Security Guard Services

 

      ceo CONCUR

County Counsel Review

Clerk of the Board

Concur

Approved Agreement to Form

Discussion

 

 

3 Votes Board Majority

 

 

 

    Budgeted: Yes

Current Year Cost: $454,937

Annual Cost: FY 2017-18 $1,091,849
FY 2018-19 $1,091,849
FY 2019-20 $636,912

 

 

 

    Staffing Impact:

No

# of Positions:

Sole Source: N/A

    Current Fiscal Year Revenue: N/A

  Funding Source: Airport Operating Fund 280: 100%

County Audit in last 3 years: No

 

 

    Prior Board Action: 12/8/2015 #32, 11/25/2014 #54, 11/5/2013 #28, 5/22/2012 #63

 

RECOMMENDED ACTION(S):

 

 

1.

Find that the subject activity is not a project within the meaning of CEQA Guidelines Section 15378 and is therefore not subject to review under CEQA.

 

2.

Authorize the Purchasing Agent or his authorized Deputy to execute a Contract with Universal Protection Service, LP, for Armed Private Security Services, commencing on February 1, 2017, through January 31, 2020, in a total amount not to exceed $3,275,547; renewable for two additional one-year periods per Board policy.

 

 

 

 

SUMMARY:

 

Approval of a Contract with Universal Protection Service, LP, for Armed Private Security Services will continue to allow John Wayne Airport to fill a critical security function at John Wayne Airport.

 

 

BACKGROUND INFORMATION:

 

On January 24, 2012, the Board of Supervisors (Board) approved Contract MA-280-12010686 with Heritage Security Services for Armed Security Guard Services for a one-year period effective January 25, 2012, through January 31, 2013, with the option to renew annually for four additional one-year periods.  The Contract included one armed security supervisor on duty 24 hours per day, armed security officers posted at three separate airfield vehicle access gates 24 hours per day, $350 per month for armed supervisor transportation, and $21,750 for unforeseen additional services including any type of similar work not stated elsewhere in the Scope of Work.  The execution of this Contract allowed John Wayne Airport (JWA), in coordination with the Sheriff's Department, to relocate Sheriff Special Officers (SSO's) from vehicle gate assignments to Terminal C deployment as an operationally preferred use of SSO training and skills.   

 

On May 22, 2012, the Board approved Amendment Number One which authorized the assignment of the Contract from Heritage Security Services to Universal Protection Service, LP, effective May 1, 2012.  This Amendment further authorized two additional unarmed security guard post positions as follows: 1) concession product security inspections 16 hours per day and 2) monitoring of the Terminal C sterile area exit stairway and escalator 18 hours per day.

 

On November 5, 2013, the Board approved Amendment Number Two, effective February 1, 2014, through January 31, 2015, in the increased amount of $404,062 for a new not-to-exceed amount of $1,352,960.  The additional funds were requested for potentially new unarmed security guard posts at the sterile area exit lanes adjacent the Transportation Security Administration (TSA) passenger screening checkpoints.  Congress ultimately mandated the TSA continue staffing checkpoint exit lanes despite their efforts to transfer the responsibility to commercial airports nationwide.  Therefore, the additional funding for these security officer posts was not expended under Amendment Number Two. These funds, in the amount of $404,062, were subsequently removed with Contract Amendment Number Three.

 

On November 25, 2014, the Board approved Amendment Number Three, effective February 1, 2015, through January 31, 2016, in the amount of $948,897.40.

 

On December 8, 2015, the Board approved Amendment Number Four, effective February 1, 2016, to January 31, 2017, in the not-to-exceed amount of $948,897.40.

 

The total annual cost will be $1,091,849.00 with a total three-year Contract cost of $3,275,547.00.  John Wayne Airport will return to the Board of Supervisors for approval of each one-year period beyond the initial three-year term 

 

2016 Request For Qualifications and Invitation For Bid:

 

JWA desires to continue the use of private security to fulfill assignments that have remained a stable and vital part of the JWA Security Plan since May of 2012.  These posts consist of:

 

1.

One armed security supervisor position 24 hours per day.

2.

Three armed security guard post positions at separate airfield vehicle access gates 24 hours per day.

3.

One unarmed security guard post that monitors the Terminal C Sterile Area exit stairway and escalator 18 hours per day during passenger operations.

4.

One unarmed security guard post that conducts concession product inspections prior to entry into the terminal sterile area for 16 hours per day.

 

On November 16, 2016, JWA released a Request for Qualifications (RFQ) for Armed Security Guard Services through Bid Sync.  The RFQ was used to determine qualified vendors capable of providing Armed Security Guard Services.  Five companies responded to the RFQ and all five Statements of Qualification were submitted to a three-member evaluation panel.  Three submittals did not meet requirements for minimum qualifications.  The criteria used to evaluate responses included:  Company and Key Personnel Qualifications, Experience, and References (40%); Technical Expertise and Additional Information related to similar projects (35%); Staffing (10%); Training (15%), and Financial Viability (Pass/Fail).

 

The remaining two vendors were found to be qualified to provide Armed Security Guard Services and were requested to participate in an Invitation for Bid (IFB) process.  On December 2, 2016, the IFB was distributed to the two pre-qualified vendors.  The bid results were as follows, shown on an annual cost basis:

 

Company                                                            Base Bid                                         

 

Universal Protection Service, LP                       $1,047,815.00                                 

 

G4S Secure Solutions (USA), Inc.                     $1,313,236.70                                 

 

Based on IFB results, Universal Protection Service, LP was determined to be the lowest responsive, responsible bidder.  As in the current private security contract, JWA is requesting an additional 3% of the annual Contract amount, $31,434 per year, for unanticipated private security services that fall within the Scope of Work but are not specified in the Contract. Additionally, there will be an Armed Security Supervisor vehicle reimbursement of $12,600 per year under this Contract.

 

The initial contract was structured as a one year contract with four one-year options as it was the first time such services were procured at JWA, and staff wanted to review performance after the first year prior to authorizing subsequent contract years.  As a result of past experience, staff is recommending a three-year term with two one-year options to provide greater efficiency and consistency in the contracting process.

 

The total annual cost will be $1,091,849.00 with a total three-year Contract cost of $3,275,547.00.  JWA will return to the Board for approval of each one-year period beyond the initial three-year term. 

 

Universal Protection Service, LP has successfully performed its obligations in the current contract period and JWA recommends approval of contract award.  This contract does not include subcontractors or pass through to other providers.  Please see Attachment B for Contract Summary Form.

 

Compliance with CEQA:  This action is not a project within the meaning of CEQA Guidelines Section 15378 and is therefore not subject to CEQA, since it does not have the potential for resulting in either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment.  The approval of this agenda item does not commit the County to a definite course of action in regard to a project since this action is to provide additional security protection services.  This proposed activity is therefore not subject to CEQA.  Any future action connected to this approval that constitutes a project will be reviewed for compliance with CEQA. 

 

 

 

FINANCIAL IMPACT:

 

Appropriations for this contract are included in the FY 2016-17 Modified Budget for Airport Operating Fund 280 and will be included in the budgeting process for future years. 

 

This contract contains language allowing JWA to reduce or terminate the contract, reduce the level of services, and/or renegotiate the levels of services to be provided.

 

 

 

STAFFING IMPACT:

 

N/A

 

 

 

ATTACHMENT(S):

 

Attachment A - Contract MA-280-17011051
Attachment B - Contract Summary Form