Agenda Item
ASR
Control 24-000158 |
||
MEETING
DATE: |
03/26/24 |
|
legal entity taking action: |
Board
of Supervisors |
|
board of supervisors district(s): |
5 |
|
SUBMITTING Agency/Department: |
John
Wayne Airport (Approved) |
|
Department contact person(s): |
Charlene
Reynolds (949) 252-5183 |
|
|
Richard
Steele (949) 252-5264 |
|
Subject: Award
Airport Parking Management and Shuttle Services Operating Contract
ceo CONCUR |
County Counsel Review |
Clerk of the
Board |
||||||||
Concur |
Approved Agreement to Form |
Discussion |
||||||||
|
|
3 Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current
Year Cost: $3,000,000 |
Annual
Cost: FY 2024-25 $12,000,000 |
||||||||
|
|
|
||||||||
Staffing
Impact:
|
No |
#
of Positions: |
Sole
Source: No |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: N/A |
||||||||||
RECOMMENDED
ACTION(S):
1. |
Find that the project is categorically
exempt from the California Environmental Quality Act (CEQA), Class 1
(Existing Facilities) pursuant to CEQA Guidelines section 15301. |
2. |
Approve the
selection of Ace Parking III, LLC for award of the Airport Parking Management
and Shuttle Services Contract at John Wayne Airport and authorize the County
Procurement Officer or Deputized designee to execute the Contract in an
amount not to exceed $60,000,000, effective upon approval, for five years
upon execution of all necessary signatures, with the option to renew for one
additional two-year term upon Board of Supervisors’ approval. |
SUMMARY:
Award of the
Airport Parking Management and Shuttle Services Operating Contract to Ace
Parking III, LLC will provide greater operational flexibility in the management
of the parking facilities, valet parking and shuttle services at John Wayne
Airport. Ace Parking III, LLC will offer unique opportunities to generate
revenue through optional enhancements while facilitating the continued safe and
efficient transportation of John Wayne Airport passengers and employees between
remote parking lots and the Thomas F. Riley Terminal.
BACKGROUND
INFORMATION:
John
Wayne Airport (JWA) determined that combining the parking facilities, valet and
shuttle services contracts into a single contract achieves greater operational
flexibility and cost efficiencies for the operator and JWA while providing
substantial benefits by: 1) allowing the operator to share a pool of staff that
can operate the parking facilities, and offer valet (including car wash) and
shuttle services; 2) eliminating the need for separate operator management
teams; and 3) removing redundancy in the administration of two similar
contracts in the areas of contract compliance, accounting and insurance.
On
August 1, 2023, JWA released a Request for Proposal (RFP) for Airport Parking
Management and Shuttle Services on the County’s online bidding system. JWA
received six proposals by the deadline of October 4, 2023.
The
Scope of Work includes management of self-park operations in designated parking
structures and parking lots, the employee parking lot, the commercial hold lot
and the cell phone lot using JWA’s existing parking access and revenue control
system. The Scope of Work also includes janitorial and maintenance services in
identified parking areas. In addition, the operator will operate and manage
valet parking and offer, either directly or through a subcontractor, car wash
and detail services to valet customers at the designated location. Services
also include the operation of a Courtesy Shuttle and Employee Shuttle routes.
Proposal Evaluation
On November 2,
2023, the RFP evaluation panel reviewed the six written proposals. The four
highest-rated proposers successfully moved on to Phase II of the evaluation and
oral interviews on November 16, 2023.
The proposals were
rated based on the following predetermined criteria:
Written Criteria |
60% |
Experience and
Qualification |
35% |
Management and
Supervision Plan |
20% |
Plan of
Operation |
10% |
Vehicle
Maintenance and Safety Program |
15% |
Cost and
Proposed Fee(s) |
20% |
Oral Interview |
40% |
Attachment D
includes the Summary of Evaluator Scoring with individual evaluator scores and
scores for the firms.
Firm |
Written
(60%) |
Oral
(40%) |
Total |
Ace Parking III,
LLC |
77.4 |
52.3 |
129.7 |
SP+ |
75.6 |
48.0 |
123.6 |
LAZ Parking
California, LLC |
74.2 |
48.5 |
122.7 |
ABM Aviation ABM
Aviation, Inc. |
71.8 |
50.1 |
121.9 |
Based on the
evaluation criteria outlined in the RFP and final scoring, JWA recommends ACE
Parking III, LLC for award of the Airport Parking Management and Shuttle
Services Operating Contract for a five-year term, with the option to renew for
one additional two-year term upon Board of Supervisor’s approval. ACE Parking
III, LLC has over 50 years of experience, manages more than 100,000 airport
parking spaces, operates a fleet of at least 150 shuttles and employs about
1,500 professionals.
Proposed Contract
JWA expects the
Contractor to provide the following services:
1. Parking and
Valet Management
2. Shuttle
Services
3. Optional
Enhancements
The Orange County Preference Policy is not
applicable to this contract award because the Department of Transportation
(DOT) regulations do not allow a local preference and proposers did not claim
Disabled Veteran Business Enterprise (DVBE).
Compliance
with CEQA: The
proposed project is Categorically Exempt (Class 1) from the provisions of CEQA
pursuant to Section 15301, because it involves the approval of a contract for
the management, operation and maintenance of the parking facilities, valet
parking and shuttle services at John Wayne Airport, an existing public
facility, involving no expansion of the existing use.
FINANCIAL IMPACT:
Appropriations for
this contract are included in Fund 280, Airport Operating Fund, FY 2023-24
Budget and will be included in the budgeting process for future years.
The contract
contains language which permits reductions or termination of the contract
immediately without penalty if approved funding or appropriations are not
forthcoming.
STAFFING IMPACT:
N/A
ATTACHMENT(S):
Attachment A - Contract
MA-280-24010042 with Ace Parking III, LLC
Attachment B - Contract Summary Form
Attachment C - Memorandum of Recommendation
Attachment D - Summary of Evaluators Scoring