Loading...
SR-9A (13) 9A CCS:SM:BJS:b~srs Council Meet~ng: March 28, 1995 Santa Monica, California MAR 2 8 1995 STAFF REPORT TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation to Authorize the City Manager to Negotiate and Execute a Contract with Five Star Parkin~ for the Operation and Management of the Santa Mon~ca Beach Parking Lots INI'RODUCTrON This report recornnends the selection of Five Star Parking to operate the City I s 15 beach parking lots and requests authorization to negotiate and execute a management seIVices agreement for a three-year period beginning May 1, 1995. The report further outlines the selection and proposal review process, discusses the key issues involved in operator selection and surrmarizes the maj or contract tenns. BACKGROUND The City of Santa Monica is responsible for the operation of 15 surface parking lots located on the Santa Monica Beach, under a long-term operating agreement with the State of California. Prior to 1988, the City directly managed, operated and staffed the lots. In 1988, the City Council approved the award of a multi-year contract to Executive Parking Inc. (EPI) to manage and operate these lots. EPI was required to make lease payments to the City based on a minimum guaranteed payment and a negotiated perc~~aAge l) 1 - , '\ :s Ij N co if of gross beach parking revenues over a specified amonnt. The operator was responsible for covering all operating and management expenses from net revenues after making the lease payments to the City. Lease payments varied from year to year depending upon the armual parking revenue realized from parking operations. This contract with EPI has been extended by the City, on a month to month basis, since the five-year tenn expired on July 1, 1993. In February of 1994, the City issued a bid document inviting bids from parking operators for operation of the beach parking lots. A review of the submitted proposals resulted in a detemination that all proposers provided incomplete information in specific areas requested by the City which resulted in initiating another proposal process. In July of 1994, the City retained a parking management consultant to assist in evaluating the appropriate selection process and proposal documents and to further refine the operating standards and specifications to be included in these documents. The City and consultant reevaluated the various ways to structure the next contract in order to maximize revenue to the City's beach fund as well as provide a quality, customer-oriented parking operation. The Wlpredictable nature of beach parklng, which is significantly weather dependent, makes it difficult to project revenues over a multi-year period and a lease arrangement does not necessarily ensure the best return to the Ci ty . A commonly preferred option used by public agencies in the region is to enter into management services agreements, where the operator and City negotiate caps on operating and management expenses, including a 2 set management fee. The operator deposits all gross revenues with the City and is then reimbursed for actual documented expenses. The City retains all revenues after these payments to the operator instead of receiving only a percentage of these revenues. Additionally, the risk to the operator in such an unpredictable revenue climate is reduced with perhaps a smaller, but more predictable, profit margin as a result. A Request for proposals (RFP) was issued on February 9, 1995. The RFP was sent to sixteen firms and was advertised in the Outlook. A mandatory beach parking lot tour and pre-proposal conference was held on February 21, 1995. Seven firms submitted proposals by the February 27 deadline. These included: ACE Parking, Allright Parking, APCOA, Executive Parking Inc., Five Star Parking, Parking Company of America, and Parking Concepts, Inc. Proposals were reviewed by an inter-departmental review corrrrrrttee comprised of staff from the Departments of Conmunityand CUltural Services, Plarming and Ccmnunity Development, Environmental and Public Works Management 1 and Resource Management and an experienced parking management consultant. Major review factors included: the competitiveness of the proposed budget, including the proposed management fee (budget proposals from the seven proposers ranged from $11 061,391 to $1,824,153, for a three-year period); the responsiveness of the proposed operating and management plan; the experience of the management personnel proposed for the City's operation; the ability to perfonn the required operations with an emphasis on a history of successful contractual relationships with 3 other public agencies i the f inn I s experience; and the fim' s financial stability and credit history. Based on a thorough review of the proposals against the rating criteriat four firms were invited to participate in interviews with the review committee which were held on March lOt 1995. Short- listed firms included: Executive Parking Inc., Five Star Parking, Parking Company of America and Parking Concepts, Inc.. Reference checks, Dun and Bradstreet assessments of financial stability and credit histories, and follow up discussions with proposers were conducted as needed. The teclmical analysis as well as discussions with each proposer resulted in the recommendation to enter into an agreement with Five Star Parking. DISCUSSION It is important to note that the field of proposers for this contract was highly competitive. Short-listed firms all exhibited a high level of responsiveness to the RFP and were competitive in most, if not all, of the areas reviewed. All firms had experience contracting with public agencies and had therefore competed successfully in rigorous public agency reviews. Consequently, the city.s analysis required a critical assessment of the most important factors that address priorities for beach operations in the next five years. Comparative evaluations of proposed budgets and staffing levels were conducted; reference and background checking, and interviews provided additional information that aided in the corrnnittee's decision-making. All proposals were evaluated against the criteria outlined in the RFP. The following provides 4 information on Five Star's strengths in those critical areas. Budget: Five Star presented the most canpetitive cost proposal of all seven firms -- including the lowest operating budget and management fee -- totalling $1[061,391 for a three-year period. Contributing to this was the most competi ti ve proposal for management expenses (which includes the overhead and profit for the firm). Given the overall decline in beach parking revenues in the past several years and the increasing operations and capital improvement demands on the beach fund, this is a critical factor in evaluating proposals. The financial stability of the firm, coupled with the competitiveness of the budget proposal [ results in the most beneficial financial terms to the City without compromising the level or quality of the service to be provided. Management and Operations Plan: The City sought a parking operator that could implement a management and operations plan that addressed the priori ties of the City. Five Star exhibited the highest level of responsiveness overall in addressing those priorities as follows: (1) Staffing: Five Star presented a staffing plan that includes the most experienced ansite manager and an appropriate level of lot attendants. The plan includes a strong supervision plan including a low supervisor to employee ratio (a critical factor in the operation of non-contiguous lots and in overseeing cash handling) I as well as a strong maintenance staffing component. (2) Maintenance : Five Star presented the stroTI;:rest plan to improve and sustain the appearance and malntenance of the beach lots with an appropriate maintenance budget. This emphasis is important given the City1s decision to 5 focus resources on improvement of the appearance of public spaces. A large stock of supplies and equipment enables the firm to respond quickly to ongol.ng and emergency maintenance needs. References highlighted this area as a strength of Five Star -- one that set them apart from other competitors. (3) CUstomer Service: Five Star presented a ~lan for handling cOilluunity issues and customer camplal.nts that involved not only the experienced onsite manager but the firm1 s community relations staff person and their firm's President. The finn's approach includes not only individualized handling of co~laints and claims but the development of public info:rmatl.on materials that clarify beach parking policies to residents and other users. (4) Cost Effectiveness: Five Star has achieved significant efficiencies in the area of risk management, and in the use of its la~e local employee pool. References fram public agencies stressed the firm's diligence in identifying opportill1ities for cost savings for its clients. Having extensive experience with the current struggles of public entities to sustain operationsl the firm :presented a lean, yet justifiable I plan of operatl.on. (5) Cash Handling: Procedures are detailed and comprehensive. Discussions with Five Star's management indicated a high level of awareness of revenue control issues and solutions. References typified controls as "excellentl1 . PersOIUlel: A major factor considered during the reVl.ew of proposals was the experience of the specific team assigned to the City (i.e. I the City representative responsible for the contract and overall management issues and the onsite project manager). Five Star's designated City team was the strongest of all proposers. The City representati ve has 29 years of parking experl.ence and is General Manager of Five Star. He is highly regarded by staff of the public agencies with whom he works. The onsite manager I responsible for daily operations, is Five Star's most senior operations manager. His assignments have included General Manager of both LAX operations and the Music Center. His 6 experience in budgeting, cash handling, and supervision was significantly stronger than other proposed onsite managers. Ability to Perfo:cn: The ability of Five Star to perfonn corrplex and challenging parking operations was confinned by those public agencies who have contracted with the firm in the past or currently. Highlighted were the finn 1 s responsiveness, ability to staff efficiently and quickly given its large regional employee pool, their emphasis on facility maintenance, and the extensive cash handling and revenue control procedures currently in place. Governmental clients identify the experience of top management as an extremely valuable asset, including the firm's willingness to present cost-saving and revenue-generating proposals even in the absence of any financial gain by the finn. Experience: Five Star, a Los Angeles-based fim, provides parking management services at approximately 100 locations. Past and current contracts with governmental agencies are the most extensive of all proposers and include: the City of Los Angeles (Los Angeles International Airport (lAX) and non-contiguous surface lots in the City) i County of Los Angeles (Music Center, Courthouse lots) i Memorial Coliseum; the Port of Los Angeles; the City of Pasadena (Rose Bowl); the City of Long Beach (Convention Center); the City of Culver City; as well as contracts with the County and City of San Francisco and the Port Authority of New York and New Jersey (JFK and La Guardia Airports). This extensive experience includes the operation of non-contiguous parking lots, major event parking, and locations with unpredictable parking demand requiring skill 1.TI 7 staffing and scheduling of lots. The fim's experience includes a broad range of supportive services to its governmental clientsl including consultation on traffic and circulation, signagel revenue control, public relations and revenue enhancements. Financial Stability: Review of financial statements and information obtained from Dun and Bradstreet indicate that Five Star Parking is in good financial condition with a documented ability to sustain large and corrplex parking operations. The firmrs credit worthiness has been verified. TERMS OF THE CONTRAer The proposed management services agreement with Five Star Parking would be for a period of three years, beginning May 11 1995, with a single two-year renewal option at the sole discretion of the City. Major contract provisions lnclude: (I) Deposit of all gross revenues fran parking operations with the City on a daily basis. (2) Reimbursement by the City to the operator for all agreed upon ongoing operating expenses as outlined in the contract. A fixed payment of management expenses not to exceed $190,907 for the three year period. Payments would be made to the operator on a monthly basis; (2) An additional payment to the operator of 3% of any net revenue increase (after ~enses) over the prior year. This provides a financial lncentive for the operator to work with the City to increase revenues throughout the tem of the contract. (3) Provision by the operator of the full range of services needed to manage I operate, and maintain the City's 15 beach parking lots. Major responsibilities include the collection of daily and permit parking feesl issuance of parking permits, handling parking for special events and filming I maintenance of lots as specified, providing 8 adequate staffing to implement the agreed upon scope of work, implementing appropriate cash handling and revenue control procedures, monitoring, and auditing of parking operations, expenditures and revenues. BUD3ETARY /FINANCIAL IMPACT The Beach Fund budget needs to be revised to include an appropriation of $57,232 in account number 11-400-522-00000-4439- 00000 for May and June 1995 beach parking operations under the new contract. The revenue budget for this flscal year already includes an approximation of the gross revenues to be received under the management services agreement. REcavlMENDATlON Staff recorrmends that the City Council (1) authorize the City Manager to negotiate and execute an agreement with Five Star Parking for management and operation of the city.s beach parking lots in an amount consistent with their $1,061,391 proposal for a three-year period, beginning May 1, 1995, and (2) approve the appropriation for FY 1994-95 as specified in this staff report. Prepared by: Susan McCarthy, Director Department of Conmunity and 011tural Servlces 9