Loading...
HomeMy WebLinkAbout442-2003 RDA Reso RESOLUTION NO. 442-2003 A RESOLUTION OF THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY (RDA), ACCEPTING, IN PART THE RECOMMENDATION OF THE EXECUTIVE DIRECTOR PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 68-01/02, FOR THE MANAGEMENT AND OPERATION OF THE PARKING COMPONENT OF THE ANCHOR SHOPS AND PARKING GARAGE, AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SELIG ENTERPRISES, INC., d/b/a AAA PARKING ONLY, FOR THE OPERATION AND MANAGEMENT OF THE ANCHOR GARAGE; FURTHER, IF NEGOTIATIONS ARE NOT SUCCESSFUL, TO REPORT BACK ON THIS ITEM TO THE CHAIRMAN AND MEMBERS OF THE RDA, AT THEIR NEXT SCHEDULED MEETING THEREAFTER WHEREAS, on September 18, 2002, subsequent to the direction of the City's Finance and Citywide Projects Committee and the RDA, the Administration issued Request for Proposals No. 68-01/02 forthe Management and Operation of the Parking Component of the Anchor Shops and Parking Garage (the RFP); and WHEREAS, the current Garage Facility Management Agreement (Agreement), dated July 15, 1998, between Quik Park of Florida, Inc., and the RDA for the operation of the Anchor Garage, expired on December 15, 2002, and was extended on a month-to- month basis, at the discretion of the City Manager, until such time that the RFP process yielded a new management agreement; and WHEREAS, the intent of the RFP was to create a managed public-private competitive bid process, whereby the City's Parking Department could also submit a proposal to be evaluated against private sector proposals; and WHEREAS, proposals were initially due on October 18, 2002; the deadline was subsequently extended to November 1, 2002; and WHEREAS, on November 1, 2002, five (5) proposals were received from Imperial Parking, Parking Company of America (PCOA); Quik Park of Florida; Selig Enterprises, Inc., d/b/a AM Parking (AM Parking); and the City of Miami Beach's Parking Department; and WHEREAS, subsequent to an initial review of the proposals to ensure responsiveness and compliance with the specifications of the RFP, letters were sent to Quik Park and Imperial Parking, advising them that certain payroll projections submitted in their respective proposals did not comply with the City's Living Wage Ordinance (No. 2001- 3301), as required in the RFP, and therefore such non-compliance rendered their proposals non-responsive; and WHEREAS, on January 24, 2003, an Evaluation Committee, appointed by the Executive Director convened to hear presentations by AAA Parking, PCOA, and the Parking Department; and WHEREAS, the Committee decided to hear presentations by the two private sector firms first, rank the two firms, then hear the presentation by the City's Parking Department, and rank the Parking Department against the top-ranked private sector firm; and WHEREAS, the Committee made a motion that the ranking would be based on the firm with the highest number of points; and WHEREAS, upon conclusion ofthe two private sector presentations, the Committee assigned scores to the proposers, with AAA Parking receiving the highest score of 632 points, and Parking Company of America receiving 420 Points; and WHEREAS, the Committee Members were unanimous in awarding the highest score to AAA Parking; and WHEREAS, certain Committee members expressed strong reservations about including PCOA in the recommended rankings to the City Manager; and WHEREAS, the Committee adopted a motion ratifying the scores awarded to the two proposals and waited to renderfurther recommendations until after the presentation by the Parking Department; and WHEREAS, upon conclusion of the Parking Department's presentation, the Committee ranked two proposals, with the City receiving 575 points and AAA receiving 564 points; and WHEREAS, the Committee adopted a motion, recommending the following: . based on its ranking of the two private sector firms, the Committee only recommended consideration of AAA Parking as the top-ranked private firm; and . based on its ranking of AAA Parking and the City's Parking Department, the Committee recommended the City's Parking Department with the highest number of points and AAA Parking second; and WHEREAS, the Executive Director reviewed the Evaluation Committee's recommendation, and recommended to the Chairman and Members ofthe RDA that the Administration enter into negotiations with AAA Parking, based on its representation that it would consider offering a guarantee of net revenue to the RDA; further, if negotiations failed to achieve acceptable terms and conditions with AAA Parking, the Executive Director recommended entering into negotiations with the City's Parking Department; and WHEREAS, at its regular meeting on February 26, 2003, the Chairman and Members of the RDA considered the recommendation of the Executive Director, as well as hearing presentations from AAA Parking and the City's Parking Department; and WHEREAS, in its presentation, AAA Parking reaffirmed its willingness to negotiate a guarantee of some net revenue from the operation of the Anchor Garage; and WHEREAS, in the event that the Administration and AAA Parking are not able to negotiate an agreement, which agreement would include a net revenue guarantee satisfactory to the RDA, there was further discussion to bring the item back to the Chairman and Members of the RDA for consideration and rejection of all proposals to the RFP, and termination of the RFP process as a whole; and WHEREAS, following consideration of the Executive Director's recommendation, the afore stated presentations, and an extensive discussion regarding the merits of the terms raised by each proposer therein, the Chairman and Members of the RDA directed the Executive Director, through his Administration, to commence negotiations with AAA Parking only, and if negotiations are unsuccessful, to return with a report on same to the RDA, at its next regularly scheduled meeting thereafter. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY, that the Chairman and Members hereby accept the recommendation of the Executive Director, in part, pertaining to the ranking of the proposals received pursuant to Request for Proposals (RFP) No:68-01/02, for the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage, and authorize the Administration to enter into negotiations with Selig Enterprises, Inc., d/b/a AAA Parking only, for the operation of the Anchor Garage; further, if negotiations are. not successful, the Administration is to report back on this item to the Chairman and Members of the RDA at their next scheduled meeting thereafter. PASSED and ADOPTED this 26th ,2003. :D: 1 f) J ~ rlfA S CRETARY T:\AGENDA\2003\feb2603\ROA\Anchor _conlract_Reso.doc. APPROVED NlJ10 FORM&LANGUAGI ,. FOR EXECUlIQN ., EXHIBIT A OFFICE OF THE CITY ATTORNEY '6~ tf J1(iomi 1lt'm'A F L o R D A MURRAY H. DUB BIN . City Attorney Telephone: Telecopy: (305) 673-7470 (305) 673-7002 October 31, 2002 Rafael Llopiz, Vice President Quik Park 1100 Biscayne Boulevard 7th Floor Miami, Florida 33132 -.. -- VIA FACSIMILE 305-604-1722 AND U.S. MAIL Re: Protest Letter, Dated October 4, 2002, to CMB Request for Proposals No. 68-01/02 Management and Operation of the Parking Component of tbe Anchor Shops and Parking Garage (the RFP) Dear Mr. Llopiz: The following shall serve to respond to your above referenced protest letter, as submitted to City of Miami Beach Procurement Director, Gus Lopez. Upon review of the subject letter by this office, and following discussions with Mr. Lopez, the City Manager, and members of his staff, this office has determined that your request regarding the specifications relative to the evaluation process in the above referenced RFP--specifically that the evaluation process be removed entirely from the City Manager and administrative staff purview and instead be given to an ad hoc committee appointed by the City Commission--is hereby denied. The specifications in the RFP relative to the evaluation committee, remain as set forth in the RFP.' Your protest letter states, in summary, that the City Manager's ability to appoint the evaluation committee members relative to the above referenced RFP; make a recommendation for award to the City Commission; and communicate with evaluation committee members and City staff, does not allow for fair and open competition. Section 4,02 of the Charter of the City of Miami Beach establishes the functions and powers of the City Manager, stating as follows: IAII references herein to the RFP shall be deemed to include any addendum issued by the City thereto. Exhibit "B" 1700 Convention Center Drive -- Fourth Floor -- Miami Beach, Florida 33139 The city manager shall be the chief executive officer and head of the administrative branch of the city government. Except as specifically provided otherwise in this charter, the city manager shall be responsible to the city commission for the proper administration of all affairs of the city, The functions and powers of this office shall be: ... ... ... (f) To recommend to the city commission for adoption, such measures as he/she may- deem necessary or expedient. (g) To keep the city commission fully advised as to the financial condition and needs of the city. ... ... ... The City Manager is responsible for the successful management and operation of the City from an administrative standpoint and he is accountable to the City Commission and to the people. One of the inherent duties and responsibilities of the City Manager is to recommend to the City Commission the lowest and best bidder on the subject RFP, and in this regard, the Manager has appointed the evaluation committee to assist him in the preparation of a preliminary recommendation. This office has reviewed whether the City Manager's ability to herein appoint evaluation committee members, where some evaluation committee members may include City employees, constitutes a legal conflict of interest. After review of State law and the Miami-Dade County Code and City of Miami Beach Code provisions on ethics and conflicts of interest, we find herein that there is no legal conflict of interest. You have provided no legal basis to substantiate the allegations that the City Manager has shown any biases or predispositions relative to the proposed RFP. Alleged statements made by the City Manager to the City Commission prior to the issuance of the subject RFP do not refute the presumption that the evaluation process shall be conducted in an open, fair and competitive manner. Lastly, while the City's Cone of Silence Ordinance does not prohibit the Manager from having oral communications with his staff and evaluation committee members during the RFP process, it should be noted that other bidders may communicate as well with staff and evaluation committee members, provided their communications are in writing and a copy filed with the City Clerk. OFFICE OF THE CITY ATTORNEY. 1700 CONVENTION CENTER DRIVE. MIAMI BEACH, FLORIDA 33139 Notwithstanding denial of the relief requested in your bid protest letter, the City will continue to ensure that the evaluation process be open, fair, and competitive. The managed competition utilized in this RFP is consistent with processes that have been utilized across the country, including Miami-Dade County (where, in a managed competition request for proposals for the management of the County's marinas, the County Manager was also charged with appointing evaluation committee members). The City will ensure that the evaluation committee in this case is ethnically and gender balanced; consist of individuals that are knowledgeable or have experience relative to the RFP scope of services; includes Miami Beach residents; and is balanced with both City staff and non-staff members. Lastly, all evaluation committee members will be further screened by City staff to ensure that there exists no individual conflicts of interest. You may appeal this decision by filing an original action in the Circuit Court of the Eleventh Judicial Circuit, in and for Miami-Dade County, Florida, in accordance with the applicable court rules. Any action not brought in good faith shall be subject to sanctions, including damages suffered by the City and attorney's fees incurred by the City in defense of such wrongful action, Very truly yours, .~~ .~u~ay !f'Dubbin City Attorney cc: Mayor David Denner Members of the City Commission Jorge M. Gonzalez, City Manager Christina M. Cuervo, Senior Assistant City Manager Mayra Diaz-Buttacavoli, Assistant City Manager Gus Lopez, Procurement Director P:\AILO'-NII.It'lJ'IU.'.U'O.....rao OFFICE OF THE CITY ATTORNEY. 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 CITY OF MIAMI BEACH CITY ATTORNEY'S OFFICE TO: Jorge M. Gonzalez City Manager FROM: Murray H. Dubbirll .. t\..JlI" City Attorney JW\ yt:'P" . Raul J. Aguila fLe..lq (' N',(- First Assistant City ArO~Y DATE: November 18, 2002 SUBJECT: Request for Proposals No. 68-01102 for Management and Operations of the Parking Component of the Anchor Shops and Parking Garage (RFP) This responds to your request that this office review the submissions referred to hereafter, responding to RFP No. 68-01/02 referred to above. This office, with the Procurement Division, has reviewed the subject submissions and has come to the conclusion, as set forth hereafter. This office has been working with Procurement Director Gus Lopez on a first - tier review of the proposals submitted in response to the above referenced RFP, In the course of this review, it appears that the proposals submitted by the finns of Quik Park and hnPark (hnperial Parking), respectively, do not comply with the requirements of the City's Living Wage Ordinance (Ord. No, 2001-3301) on their respective faces. Specifically, in the line item delineated for payroll projections, the respective operating budgets submitted with the Quik Park and hnPark proposals show that the proposed wages for certain employee categories enumerated therein (i.e. cashiers and porters) fall below the minimum threshold requirements of the Ordinance. Said operating budgets were reviewed carefully numerous times and the conclusion is still the same. Section Y on page 17 of the above referenced RFP provides that the City's Living Wage Ordinance shall apply to the RFP, and that proposers shall be required to comply with said requirements. The language of the RFP is unequivocal and clearly makes compliance with the Ordinance mandatory. Based upon the Quik Park and hnParks' failure to comply with same, these proposals should be deemed non-responsive. As such, they would receive no further consideration in the evaluation process. 1 Exhibit "C" " , Should you have any questions or comments regarding the above please do not hesitate to contact me, RJAled cc: Mayra Diaz Buttacavoli, Assistant City Manager Christina Cuervo, Assistant City Manager Gus Lopez, Procurement Director F:\atto\AGUR\MEMOS\gonzalez.anc.doc 2 .' CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami-beach.fl.U5 Office of the City Manager Telephone 305.673.7010 Facsimile 305.673,7782 Via Facsimile: 305,604.1722 November 25, 2002 Mr. Rafael Llopiz Quik Park 1100 Biscayne Boulevard 7th Floor Miami, Florida 33132 Re: Request for Proposals (RFP) No. 68-01/02 - Management and Operation of the Parking Component of the Anchor Shops and Parking Garage Dear Mr. L1opiz: In reviewing your payroll projections as submitted in response to the above subject RFP, your payroll projections for your cashiers ($6.00 and $6.50 per hour) and porters ($7.00 per hour) do not comply with the requirements of the City's Living Wage Ordinance (No. 2001-3301). As stated in the above subject RFP, all service contractors, as defined in Ordinance No, 2001-3301 ("Living Wage Ordinance"), shall pay to all its employees who provide services covered by the Living Wage Ordinance, a living wage of no Jess than $8.56 an hour with health benefits, or a living wage of not less than $9.81 an hour without health benefits, as described in this Section. Section Y on page 17 of the RFP provides that the Living Wage Ordinance shall apply to the subject RFP and proposers shall be required to comply with said requirements. Inasmuch as your proposed hourly wage for your cashiers and porters, do not comply with the requirements of the Living Wage Ordinance. your proposal is hereby deemed non-responsive. and will receive no further consideration. Sincerely, \ :.",~ .~ ;-Y'/?<)-' Yorge~, G~nzale~ . City Manager C: Murray Dubbln City Attorney Mayra DIIZ Bullacavoli Aulstant City Manager Christina Cuervo Ass'stant City Manager Raul Aguila First Asslslant City Attorney Gus Lopez Procurement Director Exhibit "D" CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH. FLORIDA 33139 www.ci.miami-beach.ll.us Office 01 the City Manager Telephone 305.673.7010 Facsimile 305.673.7782 Via Facsimile: 305.579.9215 November 27, 2002 Mr. Harvey Figueroa, General Manager 1060 Brickell Avenue Suite 107 Miami, Florida 33131 Re: Request for Proposals (RFP) No. 68-01/02 - Management and Operatlonofthe Parking Component of the Anchor Shops and Parking Garage Dear Mr. Figueroa: In reviewing your payroll projections as submitted in response to the above subject RFP, your payroll projections for your cashiers ($7.31 per hour) and porters ($7.31 per hour) do not comply with the requirements of the City's Living Wage Ordinance (No. 2001-3301), As stated in the above subject RFP, all service contractors, as defined in Ordinance No. 2001-3301 ("Living Wage Ordinance"), shall pay to all its employees who provide services covered by the Living Wage Ordinance, a living wage of no less than $8.56 an hour with health benefits, or a living wage of not less than $9.81 an hour without health benefits, as described in this Section, Section Y on page 17 of the RFP provides that the Living Wage Ordinance shall apply to the subject RFP and proposers shall be required to comply with said requirements. Inasmuch as your proposed hourly wage for your cashiers and porters, do not comply with the requirements of the Living Wage Ordinance, your proposal is hereby deemed non-responsive, and will receive no further consideration. Sincerely, JA~on::O~ City Manager c: Murray Dubbin City AIlom.y MaY'a Diu Buttacavoli Alslstant City Manager Christina Cuervo Alslslant Clly Manager Raul Aguila First Assistant City Altorney Gus Lopez Procurement Director Exhibit "E" 5:~Q ~~~ C))> "0 ill';!-< DJ_= s'3 ~ ~. 5' S. "'OlCO g. ~l5' iii~m m co ;: . :> iil g co '" 0-' G) '" F'-:abl III ",Ill )> "O-a n'O 3 o C) 3 ?" ~-. Ol :>, m ;!-<II "" )>'0 :!] '" -,'" o'-~ III :> <II n co '< "" sa. :> ~ ~ !u co co '" - .... 0> .... co <II 00 m -0 ::1 "C ~ Q ~~ CDUlm!!!. en' m CD ~;: ~o:g m ~.., m~~ "'~ "''''''' -0 o o ...(")CD:TCIIG') ~03 ~ 9.@~ I ::1~mcu ~~ - m .:"'"'cc ~.. -g ::1 O.CD ~ ;1-0.3<11 (II -. 3 n c: "C cS ~. 5D ~ QI 0 ..., 0 lil ~!P.", nOl_ ~?!2. i~o 5:CDT '" - iil' ~ "" 15' <II g>b~ ~~ s."'~=~ :TCXlm=cu CD CD Cl>m CD' '" 3 S" <II Q) "'C en CLl noQ'.P-c ::J"',< c: 0"0 i' CD "'" 0 a Q.mcnOx = I iii'O '" i (;)QJ8 <II~!" ~ . 0 ~ tS :r ....... ~~~ Olll", olilill ",<11- 3 s'm 12.. m 0 ~ to' Ci '" ""~ "'-.... <II 1&!J' _0 "'0 y>o {. ~bls~ &?f5gai"g ~~ ~ 3 ~ ~ m ~ 3 [ x- ~. @ . ~ OJ.;cc .....-g . ~'~cg 1\)"='QlSDco.. . :g O';!-o.... 13<11 <II ~:i'3: <lllil~ ~ ![~ ~ ~ ~ ~ ~ CD O:J'" n CD a. CD "Oa.~(D 530" ~ CD ~. or m A!. .- )(.- 12 -0 Ol I~~ ~~~. ~'Q' en CD:::1. .11 . a- iil' ~ 15' <II 5:"OC)Ul5:m::EUl5:5: ~~E~~~!!!,~~ll: c2l S' ~ "T1 ~ ~ ~ 5-~' g ",CO)>iil ~~"'co a. ..., 0 a.::1 UI \U - - 9~~!il~~~~[ iCJ 5!!..!e..~ n !;! :,-g 9:l = ~':J .., '" <II a. ~blla'$?;~g~ g-5~~~6~2::J g .0; S' 5::;' ~ S, ~ lir -g. '< (Q ~. ~ g> ~ !h a. S" ~ cn a @ 0 ..., Q.) ); ''''=rl",--c:<II=~ ...... I UI :J :1::!. CD'" . m 0 -< :J (") ~81 liro)> '" :> :> I a ur I - IlO zo;;tJ"O CD -0 CD ..... -(1)<.2. :;:0-,(0(1) ~~2~ ~~~a. ffi m!!~ .- ~ <0 ~ ~~~cn wc.n= ~~g' oco OCO 00> 84' :> 0 -'0 ill 0 n <II -'" <II <II :i" 0 '!2.c: Ol <II n '" '" '" )( ~ S' co zo;;tJ"O ~ i ~ .2. ;;;c-.<tl(D ~~2ft ~t5~a. c:m(,9G) ~~ !'Ja ill" 0 en -"Ul...a.cn . "'.... ..J:lo........Co ~!DC11 . 0> ~ "'co ~'" !! '0 !!l C6 III ~ rC)C)'- DJQ)Q)O :> a..::> <II g:cC'"2. ~ :> 111l2.:> =:::::CQ) gr 1r :J.~ cr<ll '" -, -0 '" 0 <II ~':i ~ ~~ . :> COC) Q g -i" mill c~ I c: <II '" zO;;tJ"Oz;a 5e.-g ~.Q.g.~ :;ca;CDCDma> ~e.Ei ~ CDt5~~ CD ~m~G) go ~~ -"'a m fR" Co en )C ..-.a.Ul~tJ) 'i N CD~ ::I ~~~ = . 0> CO :t~ c..> ...... "'''' . .... "'. "'0 00 3'0 0'0 :> '" -~ ::1''< '" Ol ~ m ...... <II C,,,,, n' 0> III O. -00 III 00 g'3~ ~ 0 CD (")a.., :2 ::r~ III ~ C))> m3 ~ Q ':"'Ul '" '" "'"n 1 c: ~ 0;;::0: -'< ml :><11 :i" ~ COc: :>, < n o 3 'U .. '" '< ;;a "T1 "ll Z !:l '" CO b .... o N ~ III ::l ~ '" 3 CD '" .. lID 8 CD iil .. c)" '" o ... .. ~ '" "ll III ... :00- ~. C) o ~ o ::l '" ::l .. a .. ~ '" )0 ::l n ~ o ... CIl ~ ~ (II lID "ll III ~ :00- ,go C) .. ~ '" I ~ III .. ... j(' o ... "T1 o C :> a. '" a. III II n ,[ g ::l 0.. n o 3 'U II ~ II D" '" m .. "i ~ ii' :> n '" ~ '< CIl .. .. =: lJI c: D" n o ::l <II c: ::; .. :> .. (II ;;a '" (II -g '" <II .. (II lJI"'Cl <;'0 c:" !lo C<II it!. "T1 .. .. ~ >< := ... == - ,..;j == EXHIBIT C fQ CITY OF MIAMI BEACH December 4, 2002 Mr. Gus Lopez Procurement Director City of Miami Beach 1700 Convention Center Drive, Third Floor Miami Beach, Florida 33139 RE: QUIK PARK LETTER OF 11/22/02 - RESPONSE Dear Mr. Lopez: The following is in response to the correspondence submitted on November 22, 2002 by Quik Park wherein they allege that the Parking Department's response to RFP No. 68- 01/02 should be disqualified due to: (1) full disclosure was not provided regarding their [Parking Department] sub-consultant's [APCOAlStandard] terminations at other public parking operations and (2) they [Parking Department] are unable to comply with the city's living wage ordinance. The following is a summary of the responses to Quik Park's allegations including APCOAlStandard's formal response (see Exhibit No.1). If further information is needed, it is available upon request. The followina key points dismiss Alleaation No.1: . Both the Detroit Metropolitan "Detroit Metro" Wayne County Airport and "Fort Wayne" Civic Center agreements were lease agreements (not fixed hourly rate labor contracts). These agreements expired and APCOAlStandard fully satisfied their obligations under those agreements. o In the Detroit Metro case, the lease agreement expired and APCOAlStandard operated on a month-to-month basis until such time that Detroit Metro issued an RFP (Request for Proposals) for a three- year contract. The reality is that Detroit Metro requested APCOAlStandard to bid on this RFP. APCOAlStandard declined to participate. The competitive bidding process resulted in an award to AMPCO System Parking. As a result, on September 10, 2000, APCOAlStandard voluntarily discontinued operations at Detroit Metro. The contract ran its course and APCOAlStandard continued to operate in good faith while the competitive bidding process took its course. In regards to the claim of overcharging, the truth of the matter is that the major issues of vehicle leases and single business tax payments were mediated in court and APCOAlStandard received a mediation award of $650,000 net to be paid by Detroit Metro to APCOAlStandard. Moreover, APCOAlStandard has in its possession a Detroit Metro memorandum concluding that all vehicle leases were competitive. In regards to the alleged insurance overcharges, there were no overcharges and APCOAlStandard has a claim pending against Detroit Metro for insurance reimbursements (see Exhibit No. 1 ). Miami Beach Parking System. Historic Old City Hall. 1130 Washington Avenue, Suite 100, Miami Beach. Florida 33139-4600 Phone (305) 673-7505 o In Fort Wayne's case, as in the Detroit Metro case, the contract was a lease agreement and not a fixed hourly rate contract. As such, the Fort Wayne contract was not a similar project to the Anchor Garage project. Secondly, APCOAlStandard was not fired at Fort Wayne Civic Center. The truth is APCOAlStandard was held over for 18 months after its lease agreement expired. The Fort Wayne Lease Agreement expired on its own terms on October 31, 2000. APCOAlStandard continued operating that facility without a contract as an accommodation with the understanding that the lease would be replaced with a management agreement. Despite APCOAlStandard's best efforts, Fort Wayne was never able to finalize a management agreement and 18 months after the lease agreement expired Fort Wayne unilaterally decided that the lease had remained in effect. APCOAlStandard did not concur with this decision and had no intention of continuing to operate the facility under the old lease agreement. The lease was not advantageous to APCOAlStandard for various reasons including changes in parking rates and the removal of revenue generating parking spaces without accompanying rent credit for APCOAlStandard. APCOA readily agreed to cease operations in April 2002 (18 months after the lease had expired). APCOAlStandard's operation of the facility would have ceased at the end of the lease agreement had Fort Wayne not held out a prospect of a management agreement (see Exhibit No.1). Further information is available upon request from APCOAlStandard. . Both Detroit Metro and Fort Wayne contracts were lease agreements. APCOAlStandard's contract with the Parking Department is a fixed hourly rate labor contract to provide cashiers/attendants and supervisors. THE CITY OF MIAMI BEACH'S CONTRACT WITH APCOAlSTANDARD IS NEITHER A MANAGEMENT AGREEMENT NOR A LEASE AGREEMENT, IT IS A FIXED HOURLY RATE LABOR CONTRACT). The Parking Department provides management and oversight for all operations. By contract, APCOAlStandard is strictly required to provide, "trained, quality hourly employees, positioned as parking attendants/cashiers and supervisors as deemed necessary by the City." The Parking Department determines all staffing levels and manages the day-to-day operations. Furthermore, this fact was stated at the Pre-Proposal Conference for RFP No. 68-01/02 held on October 2, 2002. Both IMPARK and AM Parking specifically inquired about APCOAlStandard's absence at the Pre-Proposal Conference. The author responded to this question in the same manner as above. The Parking Department manages and operates all municipal facilities. APCOAlStandard strictly provides fixed hourly rate contract labor as does Armored Security for our security services. Once again, this was stated in the Parking Department's RFP response. In fact, my introductory letter states, "The Department has a management team in place consisting of an Assistant Director (Project Manager), an Operations Manager, and five facility supervisors, all of who are employed by the City". . The "Parking Department Questionnaire" in Request for Proposals No. 68- 01/02 which was issued as part of Addendum NO.4 on October 25, 2002, Question No. 2 (actually Question No.3) states, "Have any similar agreements held by the Parking Department or its sub-consultants for a project similar to the proposed project ever been canceled? Clearly, the answer is NO. APCOAlStandard only has only one similar contract in the context of this RFP. The only similar contract is a fixed hourly rate labor contract with the City of Orlando, Florida. In summary, the Parking Department questionnaire in the RFP inquired as to cancellation of public contracts and, again, APCOAlStandard's contracts were neither similar to those in the context of this RFP nor were they ever canceUed. The following key points dismiss Alleaation No.2: . APCOAlStandard provided a written correspondence on September 23, 2002, providing a fixed hourly rate of $12.05 and $13.55 for cashiers/attendants and supervisors, respectively, to be supplied for the Anchor Garage operation (see Exhibit No.2). My request to APCOAlStandard was precipitated by the City's Living Wage Ordinance requirement as stated in RFP 68-01/02. The letter provided by APCOAlStandard states that the rates provided are Living Wage Ordinance compliant. Clearly, the existing contract between the City and APCOAlStandard is not Living Wage Ordinance compliant; however, there is no requirement for the City's contract with APCOAlStandard to be Living Wage Ordinance complaint at this time. I am not aware of any bidder (public or private) that is required to incur [operational] expenses prior to receiving the award. If and when, the Parking Department is awarded the contract, the existing agreement between APCOAlStandard and the City may be amended to incorporate the Living Wage Ordinance compliant rate for the Anchor Garage operation. Similar to any other bidder that may be awarded the Anchor Garage contract and then may negotiate a contract for services (cashiers, security, etc.) which must adhere to the Living Wage Ordinance requirements. . The Parking Department's budget submission for the Anchor Garage clearly states the hourly rate ($12.05 and $13.55) to be paid for cashiers/attendants and supervisors. These rates are Living Wage Ordinance compliant (see Exhibit No.3). The aforementioned facts dismiss the allegations made by Quik Park. Clearly, the Parking Department (bidder) and APCOAlStandard (sub-consultant) are fully compliant and responsive bidders to RFP No. 68-01/02. Please pass on this information to the evaluation committee. If you should have any further questions, please contact me at (305) 673-7000, extension 6483 or via electronic mail at saulfrances@cLmiami-beach.fl.us. Sincerely, sa~ Parking Director c: Mayor and Commissioners Raul Aguila, First Assistant City Attorney Robert Parcher, City Clerk ~~'/D'I'DD' "", FAX "'D'O"" ~~ ~'1~Il~'J!.!,arking. LEGAL III 001 EXHIBIT 1 900 North Michigan Avenue. Sulls 1 BOO Chicago, Illinois 60611 (312) 274-2000 . Fax (312) 640-6187 By Overnight Delivery December 3, 2002 Mr. Gus Lopez, CPPO Procurement Director City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Re: RFP No. 68-01/02, Management and Operation of Parking Component of Anchor Shops and Parking Garage, Miami Beach FL Dear Mr. Lopez: I am in-house legal counsel for APCOAlStandard Parking. Roamy Valera in Standard Parking's Miami office has sent to me a copy of Quik Park's November 22, 2002 letter to the City, in which Quik Park urged the disqualification of the City's Parking Department proposal in response to the above-captioned RFP. One of the grounds for disqualification alleged by Quik Park is that "... full disclosure was not provided regarding their sub-consultant's [Le., APCOAfStandard Parking's] terminations at other parking operations... P My understanding is that the RFP package included a questionnaire asking if any similar agreement held by the Parking Department, or its sub-consultants, for a project similar to the proposed project has ever been canceled, and that the Parking Department responded "No." Quik Park claims the Parking Department response was false, stating that it was aware of "at least two instances where... [APCOAfStandard Parking] was fired from operating a major public parking operation." Quik Park claims APCOAfStandard Parking was fired at Detroit Metro and at the Fort Wayne Civic Center. In short, Quik Park is wrono, APCOA was not fired at Detroit, but instead its month to month contract terminated after APCOA declined its client's invitation to participate in an RFP process. And, at Fort Wayne, rather than be fired, APCOA was held over 18 months beyond the expiration date of its lease with the client. Further explanation follows. ".,I......I\.-.........dmJlll.'1WI....irl.r.Jsinga 12/03/2002 11:31 FAX 3126406162 LEGAL I4J 002 EXHIBIT 1 Detroit Metro APCOAlStandard Parking was not fired at Detroit Metropolitan Wayne County Airport. Rather than be fired, Wayne County has admitted in its pleadings in The Countv of Wavne vs, APCOA. Inc.. et ai, Case No, 99-924131, Circuit Court of Wayne County, that the 1989 contract under which APCOA had operated Detroit Metro (month to month since 1992) ended because a three (3) year contract was bid by the County and APCOA, although specifically requested by the County to submit a bid, decided not to submit a bid. APCOA does acknowledge that the County did send a termination notice to APCOA long after the fact, but the County has stated in its pleadings that they did not think the notice was necessary, because the APCOA contract was month to month. Copies of the relevant pleadings will be provided upon request. With the award of the contract to AMPCO System Parking pursuant to an RFP process in which APeOA did not participate, APCOA voluntarily discontinued operations at Detroit Metro on September 10, 2000. Again, APCOA was not barred from the Detroit Metro RFP, but was actually requested to participate. Quik Park has cited certain alleged overcharges at Detroit Metro, but the true story is that the major issues of vehicle leases and single business tax payments were mediated in court and APCOA received a mediation award of $650,000 net to be paid bv the County to APCOA And, APCOA has in its possession an internal memorandum of a County investigation that concludes that all vehicle leases were competitive. As for alleged insurance overcharges, there were no overcharges, and in fact APCOA has a claim pending against the County for insurance reimbursements. The October 16, 2001 article quoted in the Quik Park letter regarding the use of a petty cash fund for political contributions refers to a statement made by a former manager who left APCOA in 1996 to join a competitor, This former manager later pleaded the 51t1 Amendment when questioned with regard to this statement. As for the overall quality of APCOA's Detroit Metro personnel, the Airport's general counsel has admitted under oath that the people at APCOA that he worked with were good people. Again, copies of all materials cited will be provided upon request. The distinction between being "fired- (as alleged by Quik Park) and deciding not to bid a contract (as the facts support) is important. APCOAl$tandard Parking's litigation with Wayne County over Detroit Metro is still pending, and in fact APCOA has claims in excess 12/03/2002 11:32 FAX 3126406162 LEGAL IaI 003 EXHIBIT 1 of $4,000.000 against the County. Not surprisingly, APCOA elected not to bid for a contract with a client that does not reimburse expenses as agreed. Finally, there was no intent to deceive here, as APCOA routinely discloses the Detroit Metro matter in responding to RFPs and as pendency of the Detroit litigation has been continuously disclosed in all of the company's filings for SEC purposes. The Parking Department questionnaire inquired as to terminations and, again, APCOA was not fired at Detroit Metro. Fort Wavne Civic Center Two (2) important points should be made about the Fort Wayne Civic Center contract. First, the Fort Wayne contract was a lease, not a management contract. As such, Fort Wayne was not a "project similar to the proposed project" in Miami Beach. Second, and more importantly, APCOA/Standard Parking was not fired at the Fort Wayne Civic Center. In fact, APCOA was held over by the City for 18 months after its lease with the C,ity expired. As with Detroit Metro, some explanation is necessary. APCOA's 1990 lease with the City of Fort Wayne for the Civic Center parking facility expired by its terms on October 31, 2000. APCOA continued operating the parking facility after that date without a contract as an accommodation to the City, and with the understanding that the lease would be replaced with a management contract. The lease was no longer advantageous for APCOA by the time it expired for a number of reasons, including the City's resistance to changes in parking rates and the City's removal of revenue generating parking spaces, without an accompanying rent credit for APCOA. Despite APCOA's best efforts, the City never was able to finalize a management contract and, 18 months after the Lease expired, the City unilaterally decided that the lease had, atter all, remained in effect. APCOA did not concur with -the City's decision and had no intention of continuing to operate the facility under the old lease. Consequently, APCOA readily agreed to cease operations in April 2002, some 18 months after the lease expired. Had the City not held out the prospect of a management contract; APCOA's operations undoubtedly would have ceased with the expiration of the lease. Rather than "fire" APCOA, APCOA was held over by the City for 18 months after the lease expired. ..\1.._..._............__ .AI .. ... 12/03/2002 11:32 FAX 3126406162 LEGAL IaI 004 EXHIBIT 1 If the City is interested in discussing this matter in greater detail, then please do not hesitate to call me, and we can arrange for the appropriate parties to speak with representatives of APCOAlStandard Parking and its legal staff. Very truly yours, ~~(j;3~ mes C. Burdett ice President, Associate Counsel cc: Robert Sacks Herb Anderson Tom Hagerman Roamy Valera n:VeDIIJWpaqctl\cal'$pond\lopez1.doCl !r~ ~l!l!~~!flf'arking. 1674 Meridian Avenue. Suite 106 Miami Beach, Flonda 33139 EXHIBIT 2 . (305) 534.6888 . Fax (305) 534.0053 September 23,2002 Mr. Saul Frances Parking Director City of Miami Beach 1130 Washington Avenue, Suite 800 Miami Beach, Florida 33139 Re: Labor Rate for The Anchor Shops and Parking Garage Dear Saul: As per your request, the following is the living wage rate compliant hourly rate for parking attendants/cashiers and supervisors: Cashiers/Attendants: $12.05 Supervisors: $13.55 *Both hourly rates includes all payroll taxes, and benefits, as well as the required liability insurance as set forth in RFP #68-01-02 for the Management and Operation Component of the Anchor Shops and Anchor Garage. If you have any questions and/or need additional information, you can reach me at 305.534.6888. .s~~ ~amy V~lera Regional Manager Ambiance in Parking.. Gl ~ o ~ o ;: r- 9 Rl il ~ i CO) l!! ~ c (') i z x a 0 r/I '" :ll m ~ I r/I ~ m X ~ 0 (') ." !'I ~ z CII ~ ~ i ~ n m 0 . ~ i CII m ~ n . m n E z & Gl m .. '" CII ~ ~ (') x m (') m 0 r- C ~ r- m Z Gl , :ll ~ w CII- mo ~.... (') m .. ~ CII N ! m ~ !; ...... -<~ r: ~ i~ I ~ t- .. N I G) i o ~ i o ~ ~ i! ~ ~~~ ~ ~l!! ~~ jil! III ~s Xz 00 "'8 :~ . .... ~~ CD i I X~ :J: Z (/lZ 'ix ;II;II~ xli! ClIO (/llll XXg il Glc ..... ,.~ ~i~ 111,- ~. ~~-c -< Gl:ll ."x~ E me ;II..... ~ :-Nm m ~h :.. w . "I- r/I ~ i Z i n n ~ 1Il 1Il ... i ~ ; i! m i ." ." 0 i :II .~ i (') - n n ~ c C 1Il ill I ! ~ S m s~g cm~ :ll:;ll; - ~i i m CII~ :s x-<~ gi~ . _1Il ... 1Il ~,..~ . N'" ... ... -< J: it~ ll: Is: !s mC -- W ~ NN gg ll: ...~ .. .. i~ .. - - Ui!jl - 1Il ~m !:l .. .. .. - - l!l - ... !S !:l .. .... EXHIBIT 3 9 ------- ~ r~l(l nJU[[ n m~g ~ ~ -=-=-=-=-=i- r/lClli! !l! (')~~ f~ffr.' : ill ~ m!!l: fi"'P'-. c 0 ~ ;!~] I cGlc . I I . . 3 Ifte~ ...."""'....... .:.. iftffif m fiq 1111111 0 lllllll ~ .w . , I I-~- f~~f f~5' --5 - - s~g cm~ :ll:;ll; CIIr- i -< l:l~~l:llllll:lll :-<g ;: gi~ iN Nilll III III ~~ I ...& -........ CD NNN ------- ~~ NNNNfil,)NN ~ ~~~~~~~ ...~ ~....~....~ -<0 ift~ ~~ i~ ....ww.':....':....~ ~ww~~~ .. - ... ... = - '-- ~(') (')~ so :ll.... CIIc 5; .,,- r/llll e~ filt Z5 z Gl o I m ~ i QUIK PARK November 22"d, 2002 1100 BISCAYNE BOULEVARD 7'" FLOOR MIA;VlI. FL 33132 PH: (305) 373-6200 · (305) 604-6048 ,( F&'X; (305) 604-1722 . Mr. Gus Lopez, CPPO Procurement Director City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 RE: RFP NO. 68-01/02, MANAGEMENT AND OPERATION OF THE PARKING COMPONENT OF THE ANCHOR SHOPS AND PARKING GARAGE Dear Mr. Lopez: Upon review of the response submitted by the City of Miami Beach Parking Department to the atove referenced RFP, we have determined that the Parking Department's proposal should be disqualified because (1) full disclosure was not provided regarding their sub-consultant's terminations at other public parking operations and (2) they are unable to comply with the city's living wage ordinance. ' , FAILURE TO DISCLOSE STANDARD/APCOA TERMINATIONS The RFP package included a questionnaire to be completed by the Parking Department askin~1 if any similar agreement held by the Parking Department, or its sub-consultants, for a project similar to the proposed project has ever been canceled. (Attached) The Parking Department falsely responded NO. Our research has discovered at least two instances where the Parking Department's partner, Standard/APCOA, was fired from operating a major public parking operation. Attached please find newspaper articles detailing Standard/APCOA's terminations. . . . Metro Detroit Airport In late 1999, the Wayne County Commission [Detroit] ordered their Airport Director to fire Stanciard/APCOA after the county auditor general/and prosecutor estimated that Standard/APCOA and their local partner had overcharged the Detroit Metro Airport $1 million. I\ccording to The Detroit Free Press, the Commi'ssion was also angered that Standard/APCOA had hired relatives of airport and county officials, and by suspicions that Standard/APCOA "had overcharged the airport hundreds of thousands of dollars for reimburs~ble insurance costs." The $1 million overcharge allegation led to a full blown investigafon by a Michigan state legislative committee into corruption at the Detroit Airport. Page 1 of 4_ ".:.::::..~."';",-:'.:7' a~ .. ..' , '. ..... ~..; .- .._--..:.:....;.:;..-~-- .:.~..,-----..,..---- - ." - , .. - '" .- . . . .- ._.. .'-.. ...~..:.---_.....-.-.._..--:.=-.,....,.,.......,... -."-;...--...;....:....---'-'....---... ..... - .-..---- . ,.- ...=---~_.._-. "';_,:;,;,.T:.~":...:_ The Detroit Free Press later reported on March 2nd, 2001 that the manager of Standard/APCOA's contract at the Detroit Airport stated under oath that they. overcharged the airport for insurance costs, management fees for employees' 401 (k) retirement plans and his own salary. Another article published on October 16th, 2001, reported how Standard/APCOA's manager admitted to putting up to $50,000 of parking revenue into a petty cash account, otten used to make political contributions, instead of turning it over to the airport. l\'- Standard/APCOA's termination at the Detroit Airport led to an FBI inquiry and a criminal review by the Michigan Attorney General. Attached please find 18 articles from The Detroit Free Press and The Detroit News documenting this public scandal. Fort Wayne [Indiana] Civic Center On April 3, 2002, the City of Fort Wayne, Indiana, terminated Standard/APCOA from operating their Civic Center Garage - a 1,000 spot facility. According to The Journal Gazette, Fort Wayne estimated that up to $200,000 might have been lost to bad :3ccnunting practices under Standard/APCOA's management. ill terminating Standard/APCOA, Fort Wayne's Associate City Attorney, Jim Howard, cited nine concerns including "erroneous accounting entries" and a failure to provide information needed for "a complete and accurate audit." Attached please find an article reporting this termination. ' , INABILITY TO COMPLY WITH THE LIVING WAGE ORDINANCE The RFP requires all proposers entering into a contract with the City to pay its permanent employees a living wage, pursuant to City of Miami Beach Ordinance No. 2001-3301. The Parking Department's proposal explains that the laborers they will use to manage the Anchor Garage will be provided through their city contract with Standard/APCOA. That contract does not pay a living wage. In fact, during the most recent extension of Standard/APCOA's contract, the 'City. Administration made a point of arguing the financial benefits of this extension to avoid having to comply with the Living Wage ordinance. Interestingly, this contract extension by the Miami Beach Commission occurred in the midst of the widely documented Detroit Airport corruption probe by county, state and law enforcement officials. To be awarded the management of the Anchor Garage, ,the permanent employees of any proposer must be paid a living wage. It is impossibl~ for the Parking Department to comply with this requirement, even if it wanted to. Simply put, the Parking Department's cashiers, attendants and supervisors for this contract will be provided under the Standard/APCOA contract, which does not pay a living wage. Accordingly, the Parking Department cannot and will not pay a living wage. Furthermore, the Parking Department never took exception to the living wage requirement, as it should have. Page 2 of 4 . _. .-. '-:~,.'- "..-..'. - _ .- .-:F<;:',.;.':'-":::- .,,' --------"- . ......_r...""'._....o:- ...-------.- :..........':,:':"'"',...-..;..._~..z.... . A City Commission amendment to the Standard/APCOA contract prior to the culmination of the Anchor Garage process is the only possible way for the Parking. Department to become compliant with this requirement. That option is unrealistic and negates any alleged financial benefit that extending the Standard/APCOA contract promised. In conclusion, the proposal submitted by the City's Parking Department should be disqualified for lack of disclosure and inability to comply with the living wage ordinance. The scandalous terminations of the Parking Department's partner, StandardfAPCOA, were required to have been disclosed. Also, the Parking Department's labor contract with StandardfAPCOA does not comply with the living wage ordinance. We look forward to your confirmation of the facts we have submitted regarding the Parking DepartmenV StandardfAPCOA proposal. Please pass on this information to the members of the Evaluation Committee. Sincerely, \ QUIK p~/ Jf~ Rafael L10piz Executive Vice President \ Cc: The Honorable Mayor and Members of the Miami Beach City Commission Mr. Robert Parcher, City Clerk Mr. Murray Dubbin, Esq., City Attorney Attachments 1.' Parking Department Questionnaire "2. Detroit Free Press (Mf) , "Corruption at Metro Alleged, Parking Firm Favored Airport Executives, County Official's Suit Holds", January 19, 2000. 3. Detroit Free Press (Mf) , "Wayne County Seeks Papers from Parking Firm", August 25, 2000. 4. Detroit Free Press (Mf)) , "Airport Parking Exec ;restifies, His Admission Gives Metro Ammunition", September 1, 2000. 5. Detroit Free Press (Mf), "Airport Parking in New Hands, Controversial Vendor is out After 19 Years", September 6, 2000. 6. Detroit Free Press (Mf), "Airport Parking in Transition, New Company Takes Over", September 11, 2000. Page 3 of 4. ,,;".-~7'"'......, .- ._--~- ._--" . -~.....;.._~ ----.-.-- _"__''-_4_--==~--''-~~~'::''''''----'.''-- ,.- -...,.". ...--.~:....__.;".. .,....- -""---:----:.".. -.---..---.....-.----... . . -. .....--....... -~-_.,. _. .~~.:~.:..:~--,-..:~-=.a. EXHIBIT D December 9, 2002 Mr. Jorge Gonzalez City Manager City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Dear Jorge: This letter is written in my role as chairperson of the Evaluation Committee for RFP No. 68-0102, Management and Operation of the Parking Component of the Anchor Shops and Parking Garage. As you are aware, a complex set of issues has arisen regarding the procurement process that requires resolution. These issues fall into four categories: ethics allegations, completeness of information provided by the proposers, managed competition and process. Ethics Allegations: The Miami-Dade County Ethics Commission has received an allegation that the City Manager's legally required role in appointing the Evaluation Committee somehow means that the committee will be biased in favor of a managed competition proposal submitted by the City of Miami Beach Parking Department. The Ethics Commission did not rule saying it had no jurisdiction in the matter. I believe this issue can be resolved in a two-step process. First, any city employees should resign from the committee since they either directly or indirectly report to the City Manager. I suggest this to solve the problem and not in any way to cast aspersions on either the City Manager of City employees. The City Manager and City employees have proven themselves over many years to be highly ethical public servants and capable of making this evaluation in an unbiased manner. However, as Mayor Gelber often says, "Sometimes when there is smoke there is fire. Sometimes there is just a smoke machine." This suggestion is made solely to resolve the clouds that the allegations have placed over the process and to ensure that all members of the Evaluation Committee are independent. To further put the ethics issue to bed, the City of Miami Beach may request an opinion of the Florida Ethics Commission. This body has clear jurisdiction over all ethics matters statewide and issues advisory opinions that give guidance on complex ethical issues such as this. If you choose to seek such an opinion, I suggest that the request be drafted on your behalf by a person who has no role or interest in the process. This will ensure that the substance of the request is completely unbiased. You should be aware that Steve Zack, a citizen of Miami Beach, is a former chairperson of the Florida Ethics Commission. If he has no conflict in the process, he would be an excellent candidate to write the request on your behalf If you wish the drafting to occur within the City, the City Attorney could certainly perform the task. I believe the combination of a slightly revised membership of the Evaluation Committee coupled with an opinion of the Florida Ethics Commission will resolve the ethics allegations from both the image and substance viewpoints. ComDleteness ofInformation: The Miami Herald article of November 28, 2002 states that two proposers have been rejected on November 25, 2002. This information differs from what the Evaluation Committee was told by Raul Aguila, First Assistant City Attorney, in our meeting of November 25, 2002. We were told that the rejection was under consideration. In fact, it is possible that two other proposals may not meet the requirements of the City's living wage ordinance. I asked that the two additional proposals be reviewed as well before any decisions were made on disqualification. It is important to understand that the failure to meet the living wage salary requirements goes to either entry salary rates during probationary periods or long-term salary rates after employees have met all requirements to earn permanent status. Since four of the five proposers may not have understood the RFP specifications regarding living wage or the City may have not provided sufficient clarification during the pre-bid conference or in the addenda, or the ordinance itself does not speak to probationary periods, I suggest that all vendors be given an opportunity to clarify their proposals and commit to the $9.81 per hour salary level until all their employees meet the fringe benefit eligibility date, at which point, the minimum salary must be the $8.56 per hour minimum salary level if fringe benefits are provided. This would require allowing all vendors to certify on a city provided form that they will pay the required wage levels and be willing to certify that the wage level have been paid with each reimbursement request in the future. Each proposer would also be given an opportunity to submit a revised budget and certify that their reimbursement requests would not exceed the annual amount per the budgets clarified unless some unforeseen event occurred and the over- expenditure was approved by the City Commission in a public meeting. There were other requests for additional information such as the request for audited financial statements, which were duly noted by City staff, and which will become part of the thought process of the evaluators. Mana2ed ComDetition: The key issue in managed competition is providing a level playing field for the private sector in relation to the internal governmental proposal. This requirement goes to full disclosure of all costs and requiring the internal proposal to disclose information for its subcontractors or subcontractor teams. My suggestion to resolve concerns regarding the managed competition is that the Parking Department clarify its proposal to include all information from each of its subcontractors or members of a subcontractor team that the private sector vendors are required to submit. Second, the Parking Department as the "prime contractor" in the proposal should include its full costs in the budget to include supervision by the named personnel in the RFP and a fair share of the City's indirect costs, including all costs assessed to the City on Enterprise Funds as a contribution to the General Fund. The fair share costing should weigh the requirements of parking garage versus lots and metered on-street spaces and assume that parking garages are the most capitol and management capacity intensive. You should also give consideration to the fact that some of the city garages used as qualifiers were instructed with General Fund monies. I believe that the full disclosure of subcontractor information and the balancing of cost structures as described above will clarify any information the Evaluation Committee needs to make a rational and balanced comparison of the highest ranked private contractor to the Parking Department proposal as required in the RFP. Process: It is suggested that the first step should be the advisory opinion independently requested of the Florida Ethics Commission. Presuming a positive answer, the next step is recommended to be a publicly noticed meeting with all five vendors in which the clarification process is described and all questions asked and answered. Questions should be submitted one week in advance to give the City time to answer the questions. It is important that the vendors be required to waive their rights to any protest for issues occurring before the clarified information is submitted, which should be approximately two weeks after the above described meeting. The waivers plus the clarified proposals and ethics opinion will ensure that the process continues with a level playing field for all proposers allowing the Evaluation Committee to do its job and the City Manager and City Commission to recommend and award respectively the best vendor for the people of Miami Beach. I appreciate the confidence you have shown to appoint me as chairperson and hope the recommendations embodied in this correspondence will allow the process to continue. It is suggested that the Evaluation Committee meeting scheduled for December 13, 2002 be deferred until the issues contained in this letter can be addressed in their entirety. Sincerely, Roger M. Carlton cc: Raul Aguila Gus Lopez Robert Parcher CITY OF MIAMI BEACH F:NMiCE CiKFC TOR'S OFF ,~ CITY HALL 1700 CONVENTION CENTER DRIVE MIA OFFICE OF THE CITY MANAGER TELEPHONE: (305) 673-7010 FAX: (305) 673-7782 January 14, 2003 Mr. Roger M. Carlton First Union Financial Building 200 South Biscayne Blvd Suite 1080 Miami, FL 33131 RE: RFP NO. 68-01/02, MANAGEMENT AND OPERATION OF THE PARKING COMPONENT OF THE ANCHOR SHOPS AND PARKING GARAGE Dear Roger: I have thoroughly reviewed the various issues that you have raised in your e- mails dated December 9, 2002, and January 3, 2003, relative to the above referenced RFP, and I am hereby forwarding tile following information: As you have suggested and to ensure that there does not exist any perception of bias or conflict of interest, I am exercising an abundance of caution by removing the following two City employees from the Evaluation Committee: Mayra Diaz Buttacavoli, Assistant City Manager; and Georgie Echert, Assistant Finance Director. There are no City employees serving as Evaluation Committee Members. I have appointed as replacements to the above referenced individuals, Mr. Larry Herrup, CPA and former Budget Advisory Committee Chairperson; and Mr. Roberto Sanchez, General Obligation Bond Committee Member. Both Mr. Herrup and Mr. Sanchez have been provided with copies of the proposals from the three remaining proposers (AAA Parking, Parking Company of America, and the Parking Department.) As requested, attached please find the following documents: 1. Letter from Parking Director Saul Frances, dated January 8, 2003, which provides the Parking Department's administrative/overhead costs. 2. Parking Company of America's Financial Statements as of December 31, 2001. 3. AM Parking's Financial Statements as of December 31, 2001. 4. Parking System Enterprise Fund of the City of Miami Beach, Financial Statements as of September 30, 2001. 5. Resume of Mr. Manuel E. Grossy, President of AM Parking. As requested by the Evaluation Committee. 6. Letter from Procurement Director Gus Lopez dated December 12, 2002, which provides the names of all individuals (including sub-consultants) with a controlling financial interest in the above referenced RFP. Please note that the disclosure questionnaire form must be completed and submitted to the Procurement Division prior to the Evaluation Committee Meeting of January 24, 2003. 7. Correspondence received by the City regarding the issue of responsiveness of proposal by Quik Park Inc., Imperial Parking, and the City of Miami Beach. 8. Report of references on AM Parking and Company Parking of America. Please note that the City Attorney's office has not completed its research and reply to Quik Park's protest on the issue of the Parking Department's responsiveness. Upon receipt of the City Attorney's opinion, we will forward it to you and the other members of the Committee immediately via facsimile. Once again, I welcome your comments/suggestions and appreciate the time and effort you are devoting to this very important project. If I can be of any further assistance, please call me. Sincerely, f''''-')r t/1-X Yorge K1{. Gon~~le~ City Manager c: Evaluation Committee Members Mayra Diaz Buttacavoli, Assistant City Manager Gus Lopez, Procurement Director Raul Aguila, First Assistant City Attorney F:\cmgr\$ALL\JORGEGONIlETTERSIRoger M Carlton.doc !.-,I c' . ...-" . ,-I -..~,.;;...;;r.../.,JD' ~){::'l~C::$ O[?~. ---,", , .~ '-- ~ ., '! ,,~ " " C,. ') I :,,\11 ..'. '- CITY OF MIAMI BEACH OFFICE OF THE CITY ATTORNEY )I/~_~' Q~ MEMORANDUM @lW.1 ~~~ &wI ~~S_ TO: Chairman Roger M. Carlton and Members of the Evaluation Committee Raul J. AgUilaZ~ Q{) ;(_ First Assistant City Attorpey ~ FROM: SUBJECT: Request for Proposals No. 68-01102/Management and Operation of the Parking Component of the Anchor Shops and Parking Garage (the RFP) DATE: January 15, 2003 Pursuant to Chairman Roger M. Carlton's request to the City Manager, by letter dated December 9th, 2002, and electronic transmission dated January 3rd, 2003, the City Attorney's Office herein responds to the legal questions raised therein as follows: 1. Ethics Allegations On October 41\ 2002, QuikPark, LLC (QuikPark), one of the subsequent proposers pursuant to the RFP, alleged, in summary, that the City Manager's ability to appoint the Evaluation Committee for the RFP; make a recommendation for award to the City Commission; and communicate freely with Evaluation Committee Members and City staff would not allow for fair and open competition. In the alternative, QuikPark proposed that the evaluation and recommendation process be removed entirely from the City Manager and his staff and be given to an ad hoc committee appointed by the City Commission. A copy of QuikPark's protest letter is attached as Exhibit "A" hereto. On October 31 st, 2002, the City Attorney's Office, after consulting with the City Manager and relevant administrative staff, responded to QuikPark's protest letter, denying QuikPark's request, and upholding the specifications in the RFP relative to the Evaluation Committee process. In support of this, this office cited certain inherent functions and powers of the City Manager, as set forth in Section 4.02 ofthe Charter ofthe City of Miami Beach, supporting the proposition that the City Manager essentially serves as the chief executive officer for the City and, as such, he is responsible for the successful management and operation of the City from an administrative standpoint; including, but not limited to the procurement process. Included among these inherent duties and responsibilities is to recommend to the City Commission the lowest and best bidder on the subject RFP. The Manager's appointment of an Evaluation Committee for the subject RFP, which is advisory to him, is essential to assist him in the preparation of his recommendation to the City Commission. This office also reviewed whether the City Manager's ability to appoint Evaluation Committee members, where some members may include City employees, constitutes a legal conflict of interest. After review of State Law and the Miami-Dade County Code and City of Miami Beach Code provisions on Ethics and Conflicts of Interest, no legal conflict of interest was found. I A copy of the City Attorney's response to QuikPark's protest letter is attached as Exhibit "B" hereto. Notwithstanding the issues raised in QuikPark's October 4th, 2002 protest letter, and the City Attorney's Office's subsequent determination on same that no legal conflict of interest was found to exist, the City Manager has since excused the two (2) City- employees formerly serving on the RFP Evaluation Committee. Mr. Carlton had additionally raised the possibility of the City's requesting an ethics opinion from the Florida Ethics Commission on the aforestated matters. As the City has addressed QuikPark's protest by way of its October 31S\ 2002 letter, and- additionally-as the City Manager has excused the City employees from the Evaluation Committee, it is this office's opinion that the issue has been addressed and answered. Of course, it is always within the prerogative ofthe City Manager to direct the City Attorney's Office to request a further opinion from the State; however, said request may necessarily delay the RFP process, pending receipt of such opinion. I would therefore leave this matter to the discretion of the City Manager. n. Non-responsiveness of the OuikPark and Imperial Parking (US). Inc. (ImPark) Proposals As Mr. Carlton correctly notes in his November 9th, 2002 letter, at the first meeting of the Evaluation Committee on November 25th, 2002, I addressed the Committee relative to the ongoing administrative and legal evaluation process regarding the responsiveness of all proposals submitted pursuant to the RFP. As I informed the committee at that time, no final determination had been made as to the responsiveness and/ornon-responsiveness ofthe submitted proposals. Since that first meeting, the City Attorney's Office and Administration completed its first tier review of all proposals, and on November 25th, 2002, and November 2ih, 2002, respectively, the City Manager issued letters to QuikPark and ImPark, advising them that certain payroll projections submitted in their respective proposals did not comply with the City's Living Wage Ordinance (2001-3301); as required by the RFP. Said compliance was required at the time of submittal pursuant to Section Y, page 17, of the RFP, which states that the Living Wage Ordinance shall apply to the subjectRFP I On October 23'd, 2002, the Miami-Dade Commission on Ethics and Public Trust considered a request by QuikPark for an ethics opinion relative to the issues raised in its protest letter to the City, dated October 4th, 2002. At that time, the Commission determined that it did not have jurisdiction to consider QuikPark's request. No subsequent ethics complaint relative to this process has been filed. and proposers shall be required to comply with said requirement. Both proposers responses with respect to said Living Wage compliance were exhaustively evaluated by the City Attorney's Office; the Procurement Office; the Finance Department; and the City Manager. The City Attorney's Office's memorandum with respect to the non-responsiveness of the QuikPark and ImPark proposals is attached as Exhibit "C" hereto. Additionally, copies ofthe City Manager's letters to QuikPark and Imperial Parking are attached as exhibits "D" and "E", respectively. III. "Clarification" of Living Wage Ordinance Compliance Issue In his December 91\ 2002, letter, Mr. Carlton suggests that, due to lI,n alleged ambiguity or misunderstanding of the Living Wage requirement in the RFP, the City might consider allowing all proposers to clarify their responses with respect to this issue. The City Attorney's Office would not recommend allowing proposers an opportunity to clarify their proposals with regard to their payroll projections, to the extent that said "clarifications" would essentially have the effect of amending (and therefore not-per se-c1arifying) their responses to be compliant with the Living Wage requirements of the RFP. As stated, the QuikPark and ImPark proposals were deemed non responsive because their submittals failed to meet the monetary threshold requirements of the Living Wage Ordinance. No ambiguity has been found to exist with regard to the City's determination in this matter. Additionally, in its initial review of all proposals, the City has deemed that the three remaining proposers are responsive, not only with regard to submittal of the Living Wage Ordinance requirements, but with regard to compliance with the other material requirements of the RFP. Mr. Carlton's proposed "clarification," which would allow all proposers to commit to a $9.81 per hour salary level until all employees meet the fringe benefit eligibility date, at which point, the minimum salary becomes $8.56 per hour if fringe benefits are provided, could inadvertently have the effect of allowing the two non-responsive' proposers to correct, and in effect, amend their responses to the RFP, thus exposing the City to a possible legal challenge from one or all ofthe three original responsive proposers. Mr. Carlton addresses the latter issue in his December 9t\ 2002, letter, by suggesting that all proposers be required to waive their rights to any protest with respect to the clarification issue. It is not within the purview of the City Attorney's Office to opine on this type of solution, but rather to advise the City as to what Florida Law requires. The law in Florida is well settled-ifit is necessary to permit a change to a bid to make it conform to the specifications, such deviation would be found to be material and thus non waiveable.2 2 See E.M. Watkins & Company, Inc. v. Board of Regents 414 So. 2nd @ 583; Baxters Asphalt and Concrete, Inc. v. Liberty County 406 So. 2nd 461 (Fla. 151 DCA 1981), rev'd 421 So. 2nd 505 (FI 1982); Harry Pepper and Associates, Inc.v. City of Cape Coral, 352 So. 2nd @ 1190. Should you have any questions or comments regarding the above, please do not hesitate to contact me. Cc: Murray H. Dubbin, City Attorney Jorge M. Gonzalez, City Manager Mayra Diaz Buttacavoli, Assistant City Manager Gus Lopez, Procurement Director RJA\ed F:\ano\AGUR \MEMOS\QuikPark.Response.doc Oct. OS 02 05: 141" LUklS-.tlalser-a ,..~ QUIK - .. PARK 1100 BISCAYNE BOULE\'ARD 7'" FLOOR MIAMI. FL. 33132 PH: (305/ 373-6200 . (305) 604-6048 FAX: (305) 604-1722 October 41t!, 2002 Mr. Gus lopez, CPPO Procurement Director City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 RE: RFP NO. 68-01/02, MANAGEMENT AND OPERATION OF THE PARKING COMPONENT OF THE ANCHOR SHOPS AND PARKING GARAGE Dear Mr. Lopez: This letter serves as our protest of the process set forth in the specifications of the above referenced Request for Proposal (RFP). For the first time in Miami Beach's history, a department of the city government will have an opportunity to compete against the private sector under the concept of MManaged Competition. M We welcome the opportunity to match our company's credentials against the city's Parking Department, or any other competitor. However, we object to the special privileges granted to the City Manager in this process. The Manager's ability to appoint the Evaluation Committee members on this issue, make a recommendation for award to the Commission and communicate freely with Evaluation Committee members and city staff does not allow for a fair and open competition. As chief executive officer of the city government, as stated in section 4.02 of the city charter, the Manager is responsible for any bid submitted by the Parking Department and is therefore a bidder. This is evident in the Manager's past pUblic references to this competition when he refers to the Parking Department's bid in possessive personal pronouns like "I', "weM, and "our: Accordingly, the Manager should be removed from the evaluation and recommendation process. The RFP contemplates a process wherein the Manager will appoint an Evaluation Committee that will evaluate each competitor, including the Parking Department, rank them and issue a recommendation for award that he has the sole discretion to accept or reject. Then, the Manager will issue a recommendation for award to the City Commission. Whatever recommendation the Commission receives should be bome of an open, fair and objective process that is free of implied biases or predispositions. This recommendalion should also be free of real or perceived conflicts. Any Page 1 of 3 Exhibit "A" DC~ U~ U~ 05:1~p - -~---,_._--- -- - Lukis-Balser-a p.3 recommendation issued by the City Manager would not meet this standard due to his role as a bidder in the process combined with his numerous public statements about his desired outcome. The Manager has said clearly that he feels that the City's Parking Department would be the best option to operate the Anchor Garage. In fact, during the May 29111, 2002, City Commission meeting, the Manager stated, "/ would prefer to take over the Anchor Garage.. And when asked about the Parking Department's performance managing other 'garages, he replied, "I think we're doing a good job." Lastly, when asked by a Commissioner if the city will have an unfair advantage in this process, the Manager responded "of course." /f the Manager is left responsible for this selection process, every bidder will indeed enter this process at a tremendous disadvantage to the Parking Department. Any city -- employee appointed to the Evaluation Committee by the Manager will be subject to hIs publicly stated preference and will be put in a precarious situation that may prevent that individual from being a fair and objective evaluator. The same applies to any private citizen appointed by the Manager to the committee. A fair and open evaluation process cannot occur if the Manager appoints the committee members. It should a/so be noted that this process is under the cone of silence, which disallows any bidder from speaking to city staff, Evaluation Committee members, or members of the City Commission. However, this law does not apply to the City manager, who is allowed to speak freely to staff and Evaluation Committee members. As a bidder, the Cone of Silence should also apply to the Manager in this special circumstance to ensure the fairest and most open process. The Manager should not be allowed special privileges denied to his competitors and should be required to abide by the cone of silence like all bidders. The purpose of this RFP is to compare public versus private management of the Anchor Garage to determine what option provides the best service at the best cost to the city. The private companies that will participate in this process deserve the utmost fairness and openness. The RFP's current specifications do not provide this. Alternatively, we propose that the evaluation and recommendation process be removed entirely from the Manager and his staff and be given to an ad-hoc committee appointed by the City Commission. That committee should be tasked with evaluating all competitors, induding the City, and issuing a recommendation for award to the Commission. .Our proposal is based on a practice the Commission has opted for before when seeking a recommendation outside of the administration, like during the Royal Palm selection and the selection of the Manager. This kind of process evens the playing field for private competitors and will provide the Commission with a more objective recommendation. Section 287.132 of Florida's statutes requires "... free, fair and open competition" in public contracting and purchasing processes. Also, section 2-339 of Miami Beach's charter requires the Procurement Director.... endeavor to obtain as full and open competition as possible on all purchases and sales." Miami Beach's first foray into "managed competition" will only succeed if the process is open and fair for all participants. Page 2 of 3 ,...... ., Thank you for your consideration of our concems. Sincerely, Cc: The Honorable Mayor and Members of the City Commission Mr. Jorge Gonzalez, City Manager Mr. Murray Dubbin, City Manager Mr. Robert Parcher, City Clerk Page 3 of 3 " OFFICE OF THE CITY ATTORNEY ~~ ef c.lIUmni 1JfIlM f L o R D A MURRAY H. DUBBIN City Attorney Telephone: Telecopy: (305) 673-7470 (305) 673-7002 October 31, 2002 Rafael Llopiz, Vice President Quik Park 1100 Biscayne Boulevard 7th Floor Miami, Florida 33132 VIA FACSIMILE 305-604-1722 AND U.S. MAIL Re: Protest Letter, Dated October 4, 2002, to CMB Request for Proposals No. 68-01102 Management and Operation of tbe Parking Component of tbe Anchor Shops and Parking Garage (the RFP) Dear Mr. Llopiz: The following shall serve to respond to your above referenced protest letter, as submitted to City of Miami Beach Procurement Director, Gus Lopez. Upon review of the subject letter by this office, and following discussions with Mr. Lopez, the City Manager, and members of his staff, this office has detennined that your request regarding the specifications relative to the evaluation process in the above referenced RFP--specifically that the evaluation process be removed entirely from the City Manager and administrative staff purview and instead be given to an ad hoc committee appointed by the City Commission--is hereby denied. The specifications in the RFP relative to the evaluation committee, remain as set forth in the RFP.I Your protest letter states, in summary, that the City Manager's ability to appoint the evaluation committee members relative to the above referenced RFP; make a recommendation for award to the City Commission; and communicate with evaluation committee members and City staff, does not allow for fair and open competition. Section 4.02 ofthe Charter of the City of Miami Beach establishes the functions and powers of the City Manager, stating as follows: 'AII references herein to the RFP shall be deemed to include any addendum issued by the City thereto. Exhibit "B" 1700 Convention Center Drive -- Fourth Floor -- Miami Beach, Florida 33139 The city manager shall be the chief executive officer and head of the administrative branch of the city government. Except as specifically provided otherwise in this charter, the city manager shall be responsible to the city commission for the proper administration of all affairs of the city. The functions and powers of this office shall be: . . . (f) To recommend to the city commission for adoption, such measures as he/she may deem necessary or expedient. (g) To keep the city commission fully advised as to the financial condition and needs of the city. . . . The City Manager is responsible for the successful management and operation of the City from an administrative standpoint and he is accountable to the City Commission and to the people. One of the inherent duties and responsibilities of the City Manager is to recommend to the City Commission the lowest and best bidder on the subject RFP, and in this regard, the Manager has appointed the evaluation committee to assist him in the preparation of a preliminary recommendation. This office has reviewed whether the City Manager's ability to herein appoint evaluation committee members, where some evaluation committee members may include City employees, constitutes a legal conflict of interest. After review of State law and the Miami-Dade County Code and City of Miami Beach Code provisions on ethics and conflicts of interest, we find herein that there is no legal conflict of interest. You have provided no legal basis to substantiate the allegations that the City Manager has shown any biases or predispositions relative to the proposed RFP. Alleged statements made by the City Manager to the City Commission prior to the issuance of the subject RFP do not refute the presumption that the evaluation process shall be conducted in an open, fair and competitive manner. Lastly, while the City's Cone of Silence Ordinance does not prohibit the Manager from having oral communications with his staff and evaluation committee members during the RFP process, it should be noted that other bidders may communicate as well with staff and evaluation committee members, provided their communications are in writing and a copy filed with the City Clerk. OFFICE OF THE CITY ATTORNEY. 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 Notwithstanding denial of the relief requested in your bid protest letter, the City will continue to ensure that the evaluation process be open, fair, and competitive. The managed competition utilized in this RFP is consistent with processes that have been utilized across the country, including Miami-Dade County (where, in a managed competition request for proposals for the management of the County's marinas, the County Manager was also charged with appointing evaluation committee members). The City will ensure that the evaluation committee in this case is ethnically and gender balanced; consist of individuals that are knowledgeable or have experience relative to the RFP scope of services; includes Miami Beach residents; and is balanced with both City staff and non-staff members. Lastly, all evaluation committee members will be further screened by City staff to ensure that there exists no individual conflicts of interest. You may appeal this decision by filing an original action in the Circuit Court of the Eleventh Judicial Circuit, in and for Miami-Dade County, Florida, in accordance with the applicable court rules. Any action not brought in good faith shall be subject to sanctions, including damages suffered by the City and attorney's fees incurred by the City in defense of such wrongful action. Very truly yours, ,~~ .~u~ay IjDubbin City Attorney cc: Mayor David Denner Members of the City Commission Jorge M. Gonzalez, City Manager Christina M. Cuervo, Senior Assistant City Manager Mayra Diaz-Buttacavoli, Assistant City Manager Gus Lopez, Procurement Director fM 110"";\1.".11 TtJlhl.LOM7 NO OFFICE OF THE CITY ATTORNEY. 1700 CONVENTION CEN1"ER DRIVE. MIAMI BEACH. FLORIDA 33139 CITY OF MIAMI BEACH CITY ATTORNEY'S OFFICE TO: Jorge M. Gonzalez City Manager FROM: Murray H. DubbiPl1 .1l\..U;-- City Attorney JW\ ~ ~ Raul J. Aguila l7..rlq (' /lr'(- First Assistant City ATOiby DATE: November 18, 2002 SUBJECT: Request for Proposals No. 68-01/02 for Management and Operations of the Parking Component of the Anchor Shops and Parking Garage (RFP) This responds to your request that this office review the submissions referred to hereafter, responding to RFP No. 68-01/02 referred to above. This office, with the Procurement Division, has reviewed the subject submissions and has come to the conclusion, as set forth hereafter. This office has been working with Procurement Director Gus Lopez on a first - tier review of the proposals submitted in response to the above referenced RFP. In the course of this review, it appears that the proposals submitted by the finns of Quik Park and ImPark (Imperial Parking), respectively, do not comply with the requirements of the City's Living Wage Ordinance (Ord. No. 2001-330 I) on their respective faces. Specifically, in the line item delineated for payroll projections, the respective operating budgets submitted with the Quik Park and ImPark proposals show that the proposed wages for certain employee categories enumerated therein (i.e. cashiers and porters) fall below the minimum threshold requirements of the Ordinance. Said operating budgets were reviewed carefully numerous times and the conclusion is stilI the same. Section Y on page 17 of the above referenced RFP provides that the City's Living Wage Ordinance shall apply to the RFP, and that proposers shall be required to comply with said requirements. The language of the RFP is unequivocal and clearly makes compliance with the Ordinance mandatory. Based upon the Quik Park and ImParks' failure to comply with same, these proposals should be deemed non-responsive. As such, they would receive no further consideration in the evaluation process. 1 Exhibit "e" Should you have any questions or comments regarding the above please do not hesitate to contact me. RJAled cc: Mayra Diaz Buttacavoli, Assistant City Manager Christina Cuervo, Assistant City Manager Gus Lopez, Procurement Director F:\atto\AGUR\MEMOS\gonzalez.anc.doc 2 MIAMI BEACH REDEVELOPMENT AGENCY AGENDA ITEM SUMMARY m Condensed Title: Acceptance of the Executive Director's recommendation relative to the ranking of firms pursuant to RFP No. 68- 01/02 for the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage. Issue: I Whether to approve the Executive Director's recommendation relative to the ran kings of firms. Item Summary/Recommendation: On September 18, 2002, subsequent to the direction of the City's Finance and Citywide Projects Committee and the RDA Board, the Administration issued Request for Proposals No. 68-01/02 for the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage. The intent of the RFP was to create a managed public-private competitive bid process, whereby the City's Parking Department could submit a proposal to be evaluated against private sector proposals. On November 1, 2002, five (5) proposals were received from Imperial Parking, Parking Company of America (PCOA), Quik Park of Florida, AAA Parking and the City's Parking Department. Subsequent to a review of the proposals to ensure responsiveness and compliance with the specifications of the RFP, letters were sent to Quik Park and Imperial Parking, advising them that certain payroll projections submitted in their respective proposals did not comply with the City's Living Wage Ordinance (2001-3301), as required in the RFP. On January 24, 2003, the Evaluation Committee convened to hear presentations by AAA Parking, PCOA and the Parking Department. Following presentations by AAA Parking and PCOA, the Committee ranked the two private-sector firms, with AAA Parking receiving the highest score. Following the presentation by the Parking Department, the Committee decided to only rank the Parking Department's proposal against that submitted by the top-ranked private sector firm of AAA Parking. The Parking Department's proposal received the higher score by a small 11-point lead. While the Committee agreed that the overall scores would determine the outcome, a review of the individual scores showed that AAA was favored by 3 committee members, the City Department was favored by 3 committee members and 1 committee member found the two proposals equal. In light of the closeness of the vote on the evaluation committee and in light of the representations by AAA representatives discussing the possibility of guaranteeing a minimum revenue for the facility, it is in the City's best interest to pursue this discussion. This guarantee is an element that the City's Parking Department could not provide. The Administration recommends entering into negotiations with AAA Parking and to the extent that an acceptable guarantee and/or other terms cannot be achieved, the Administration then recommends entering into negotiations with the City's Parking Department. Advisory Board Recommendation: IN/A Financial Information: Source of Amount Account Approved Funds: 1 D 2 3 4 Finance Dept. Total City Clerk's Office Legislative Tracking: I Gus Lopez Si n-Ofts: De artment Director Assistant Ci AGENDA ITEM DATE ?>A 'J. -J/tJ -0 3 GL JG CMC T:\AGENDA \2003\feb2603\rdalanchor _summary.doc CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH. FLORIDA 33139 www.cLmiami-beach.fl.us To: From: Subject: COMMISSION MEMORANDUM Date: February 26, 2003 Mayor David Dermer and Members of the City Commission Jorge M. GOnZalez~. City Manager . , A RESOLUTIO F THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY, ACCEPTING THE RECOMMENDATION OF THE EXECUTIVE DIRECTOR PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 68-01102, FOR THE MANAGEMENT AND OPERATION OF THE PARKING COMPONENT OF THE ANCHOR SHOPS AND PARKING GARAGE; AND FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SELIG ENTERPRISES d/b/a AAA PARKING, FOR THE OPERATION OF THE FACILITY, AND IF NEGOTIATIONS ARE NOT SUCCESSFUL, TO ENTER INTO NEGOTIATIONS WITH THE CITY OF MIAMI BEACH'S PARKING DEPARTMENT. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS On September 18, 2002, subsequent to the direction of the City's Finance and Citywide Projects Committee and the RDA Board, the Administration issued Request for Proposals No. 68-01/02 for the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage (RFP). The current Garage Facility Management Agreement (Agreement), dated July 15, 1998, between Quik Park of Florida, Inc., and the RDA for the operation of the Anchor Garage, expired on December 15, 2002, and was extended on a month-to-month basis, at the discretion of the City Manager, until such time that the RFP process yielded a new management agreement. The intent of the RFP was to create a managed public-private competitive bid process, whereby the City's Parking Department could submit a proposal to be evaluated against private sector proposals. Managed competition is defined as a competition between a public agency and private firms held under a controlled or managed process that clearly describes the steps to be followed and the roles of the participants. It is a program in which city departments compete with private firms for the right to provide a given service. It does not assume that the private sector will always perform a service more effectively than the public sector. Instead, it offers public-service providers an opportunity to compete. Such competition between the public sector and private firms is to determine who is the better service provider. Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 2 of 11 Proposals were initially due on October 18, 2002, however, due to certain allegations by Quik Park (one of the subsequent proposers); concerning the selection process, the deadline was extended to November 1, 2002. In correspondence dated October 4, 2002, Quik Park alleged that the City Manager's ability to appoint an Evaluation Committee; make a recommendation for award to the City Commission; and communicate freely with Evaluation Committee Members and City staff would preclude a fair and open competition. Quik Park proposed that the entire evaluation and selection process be removed from the City Manager's purview and given to an ad hoc committee appointed by the City Commission. Quik Park's representatives also sought consideration from the Miami-Dade County Ethics Commission, which determined that it was within the City's jurisdiction to render such a decision. On October 31, the City Attorney's Office, after consulting with the City Manager and relevant administrative staff, responded to Quik Park's letter, denying Quik Park's protest, and upholding the specifications in the RFP relative to the Evaluation Committee process. Copies of this correspondence is included as Attachment A to this memorandum. On November 1, 2002, five proposals were received from Imperial Parking, Parking Company of America, Quik Park of Florida, AAA Parking and the City of Miami Beach's Parking Department. The proposals were reviewed for responsiveness and compliance with the specifications of the RFP. Subsequent to this review, letters were sent Quik Park and Imperial Parking, advising them that certain payroll projections submitted in their respective proposals did not comply with the City's Living Wage Ordinance (2001-3301); as required in the RFP. Quik Park's payroll projections reflected $6.00 and $6.50/hour for cashiers and $7.00/hour for porters, while Imperial Parking projected an hourly rate of $7.31 for cashiers and porters. The City's Living Wage Ordinance, which was referenced throughout and included within the RFP, provides for a living wage of not less than $8.56/hour with health benefits and not less than $9.81 without health benefits. A matrix summarizing the proposals submitted by AAA Parking, Parking Company of America and the City's Parking Department is included as Attachment B to this memorandum. The initial meeting of the Evaluation Committee occurred on November 25, 2002. The Committee was comprised of Roger M. Carlton (Committee Chair), Mayra Diaz Buttacavoli, Grace Cespedes, Clark Cook, Roberto Datorre, Georgie Echert and Deede Weithorn. The Committee members were each provided with copies of the proposals submitted by AAA Parking, Parking Company of America and the City's Parking Department. Raul Aguila informed the Committee that the proposals submitted by Quik Park and Imperial Parking were being considered for rejection on account of the fact that both appeared to be non-compliant with the Living Wage Ordinance. The Committee then reviewed the selection/scoring criteria as presented in the RFP, which included the following areas: . The respondent's demonstrated prior experience in managing comparable large- scale parking facilities of 500 or more parking spaces. 15 Points . The capability and relevant experience of key staff to be assigned to the management of the Anchor Garage. 15 Points Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 3 of 11 . The respondent's financial capability, proposed Operating Budget and Management Fee. 30 Points . The respondent's proposed methodology and approach to address scope of services, maintenance and operating standards set forth in the RFP. 30 Points . Quality and number of references. 10 Points The Committee determined that the private proposal receiving the highest score would be compared to the proposal submitted by the City. To this end, the Committee Chair emphasized the importance of providing a level playing field for the contestants. Specifically, the City's Parking Department was asked to clarify its proposal to include all information from each of its subcontractors and/or members of each of its subcontractors' teams. The City was also asked to submit its full costs in the budget to include supervision by the named personnel in the RFP and a fair share or the City's indirect costs, including all costs assessed to the City or Enterprise funds as a contribution to the General Fund. This information was deemed essential in order for the Committee to make a rational and balanced comparison of the highest ranked private contractor to Parking Department's proposal. Additional information was also requested from AAA parking and Parking Company of America, including Financial Statements as of December 31, 2001, resumes of key individuals referenced in their respective proposals and a report of references for both companies. The Committee also decided that presentations would be required from the remaining proposers. At the close of the meeting, Gus Lopez was provided with a copy of correspondence from Quik Park, dated November 22, 2003, suggesting that the Parking Department's proposal should be disqualified due to (1) full disclosure was not provided regarding Standard Apcoa's (City's sub-consultant) terminations at other public parking operations and (2) the proposal was not compliant with the City's own Living Wage Ordinance. On December 4, 2002, Saul Frances responded to these allegations in writing, indicating that in both the Detroit Metropolitan "Detroit Metro" Wayne County Airport and "Fort Wayne" Civic Center Agreements (the two cases cited in Quik Park's letter), the Agreements were lease agreements (not fixed hourly rate labor contracts), which expired, with Standard/Apcoa fully satisfying their obligations therein. With respects to Living Wage issue, the Parking Department's budget submission clearly states an hourly rate pf $12.05 and $13.55 to be paid for cashiers/attendants and supervisors. A copy of this correspondence is included as Attachment C. On December 9, 2002, Roger Carlton submitted correspondence to the City Manager, recommending certain provisions to address ethics allegations; completeness of information provided to the proposers; providing a level playing field for the private sector proposals in relation to that provided by the City; and, establishing clarification of process. The recommendations included the following: Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 4 of 11 . Removing city employees from the Evaluation Committee; . Request an opinion from the Florida Ethics Commission relative to the validity of the selection process; . Provide an opportunity for all the proposers to clarify their respective proposals relative the Living Wage Ordinance and have all commit to the $9.81/hour level until their respective employees meet the fringe benefit eligibility date. Additionally, at the first Evaluation Committee meeting, proposers were asked to submit certain additional information as noted earlier in this memorandum; . In order to resolve concerns about managed competition, the City should clarify its proposal to include information relative to its subcontractors as well as a breakdown of the projected indirect costs associated with operating the Anchor Garage; and, . Presuming a favorable ruling by the Florida Ethics Committee, the City should convene all five proposers at a publicly noticed meeting, and provide complete clarification concerning the selection process. On January 14, 2003, the City Manager responded to Roger Carlton's letter, indicating that that the two City employees, Mayra Diaz Buttacavoli and Georgie Echert were being replaced by Larry Herrup, the former Chairman of the City's Budget Advisory Committee and Roberto Sanchez, a member of the City's G.O. Bond Advisory Committee. In subsequent correspondence from the City Attorney's office addressed to the Chairman and Members of the Evaluation Committee, the City Attorney addressed the remaining issues in Roger Carlton's letter. With respects to the Living Wage Ordinance compliance issue, the City Attorney recommended against allowing proposers to submit clarifications, since it would essentially have the effect of amending their responses. The proposals submitted by Quik Park and Imperial Parking were deemed unresponsive, leaving three proposals for consideration by the Committee. With respects to seeking an opinion from the Florida Ethics Committee, the City Attorney advised that since the City Manager had excused the two City employees from the Evaluation Committee, the issue has been addressed. Copies of the correspondence from the City Manager and the City Attorney are included as Attachment D. On January 24, 2003, the Evaluation Committee met to hear presentations by AAA Parking, Parking Company of America and The City' Parking Department. The Committee decided to hear presentations by the two private sector firms first, rank the two firms, then hear the presentation by the City's Parking Department, and rank the Parking Department against the top-ranked private sector firm. The Committee made a motion that the ranking would be based on the firm with the highest number of points. Prior to the presentations getting under way, the Chairman informed the Committee that members of the public representing Quik Park, wanted to address the Committee. The Committee spoke against allowing this, however, the Chairman advised he was going to allow it, since it wouldn't affect the Committee's mission. Sylvester Lukis, of Lukis-Balsera LLC was the only member of the public to address the Commission and posed a question Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 5 of 11 to the Committee to determine whether the selection process was in fact neutral, based on the fact that Raul Aguila, as the City's Attorney, was also the attorney for one of the bidders. The Committee took exception to Sylvester Lukis' statements, and affirmed that Raul was not only representing the best interests of the City, but also was able to remain impartial relative to the Parking Department. A summary of presentations is as follows: AM Parkina The presentation was spearheaded by the company's President, Ronald F. Williams. Established in 1956, AAA parking is considered the oldest and most established parking management company in the Southeastern United States. AAA Parking is a subsidiary of Selig Enterprises, an established an renowned real estate holding company, founded in Atlanta, Georgia, in 1913. AAA parking operates approximately 200 facilities, containing 50,000 parking spaces in four states. The Company has 1,028 employees, 200 of which are employed at facilities on Miami Beach. AAA claims 1,000 plus contracts to operate private and institutional parking facilities, with no record of termination for performance-related issues. AAA maintains exclusive contracts with companies such as Marriott, Bank of America and Sun Trust. Institutional clients include the Georgia Dome, the World Congress Center in Atlanta; the City of Atlanta's parking facilities, the Atlanta Civic Center and Georgia State University. It should be noted that among Marriott's facilities operated by AAA, is the Marriott Orlando World Center Resort, which includes 1,400 parking spaces and an extensive valet operation. AAA also has extensive experience in multi-use operations, including retail, residential, business and institutional uses. AAA prides itself on guest satisfaction, achieved through frequent guest recognition programs, comment card drives, employee training, employee recognition programs and other incentives. As part of their proposal, AAA submitted budget reports for comparable Georgia-based facilities which they operate, including One Ninety One Peachtree Tower Garage, containing 1,298 spaces, serving hotel and office-based clientele, the Pinnacle, containing 1,287 spaces, serving restaurant and office building clients and the Lenox Building/JW Marriott Garage, containing 750 spaces, also serving hotel and office building clientele. AAA's proposed management team has approximately 70 years of collective experience in the parking industry, as well as an impressive educational and professional background. Mr. Manny Grossy, who is currently responsible for AAA' accounts at the Eden Roc and the Marriott Coutyard, will be overseeing the operation at the Anchor Garage. AAA's proposed budget for the Anchor Garage, estimates first year revenues of $2,017,951, approximately 13 percent over actual revenues achieved in FY 01/02. When asked whether this number was achievable, the Company responded that in the last 13 years, for every new account, (whether a new facility or one taken over from a previous Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 6 of 11 contractor), they have been able to increase revenues between 5 and 15 percent. AAA attributes this to a systematic accounting system, capable of tracking all transactions. As such they believe their projections to be achievable. Operating expenses were projected at $579,785, which includes a Management Fee of $27,000. This number is within 1 percent of actual operating expenses for FY 01/02 and is due in part, to the fact that AAA proposes to use existing contracts at the garage. Staffing is to include one Operations Manager, two Assistant Managers for a total of 80 hours weekly, cashier attendant coverage for a total of 192 hours/week and maintenance porter coverage for a total of 112 hours/week. It should be noted that the RFP specified 24/7 supervisory coverage, which leaves AAA shy by 88 hours. No explanation was offered in this regard. AAA is proposing a total of 224 hours of security coverage. The net income to the RDA is projected at $1,438,816, approximately 19 percent greater than what was actually achieved last year. Citing the example of one of AAA's campa rabies, the Lenox Building/JW Marriott Garage, the Committee Chair asked AAA if they were willing to guarantee some form of incremental revenue increase to the RDA. The Company responded that they would consider providing such a guarantee, provided they have certain latitude with setting parking rates, undertaking certain promotional initiatives, and depending on certain other non-specified conditions. ParkinQ ComDanv of America (PCOA) The presentation was given by Josefina Carpio, a Manager for a PCOA-operated self-lock parking lot located in downtown Miami. It should be noted that the presentation provided very little in the way of new information or clarification of the material presented in PCOA's proposal document. PCOA was established in 1974 and is based in Cincinnati, Ohio. It operates approximately 75,000 spaces in eight states and employs a staff of over 1,100 people. PCOA claims experience in a variety of parking environments including metered and attended surface lots, garage facilities, short and long term airport parking, fair and exposition parking, sports event parking and valet parking for hotels and restaurants. It should be noted however, that Ms. Carpio, who is being proposed as the Facility Manager for the Anchor Garage, has no direct experience in valet or hotel operations. PCOA's Proposal identified eleven comparable facilities ranging in size from 250 spaces to its largest operation involving 30,900 spaces at Hartsfield Atlanta International Airport. Operating figures were provided for only one facility, Underground Atlanta, containing 1,250 spaces, where PCOA's contract has since expired. With the exception of one of the smaller comparables, none of the facilities listed catered specifically to hotel and/or valet operations. Most of the facilities served corporate and transient uses. PCOA's proposed budget for the Anchor Garage includes revenue projections of $1,976,000, an 11 percent increase over actual revenues for last year. Expenses were projected at $632,685, which include a Management Fee of $36,000. It should be noted Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 7 of 11 that PCOA's projected expenditures exceed actual expenditures by approximately 10 percent, AM's proposed expenditures by 9 percent and the Parking Department's proposed expenditures by 8 percent. Proposed staffing is to include one Manager, two to three Assistant Managers for a total of 168 hours weekly, cashier attendant coverage for a total of 168 hours weekly, lead cashier coverage for a total of 21 hours weekly, and maintenance porter coverage for a total of 112 hours weekly. AM is also proposing a total of 224 hours of security coverage per week. The Committee Chair inquired whether PCOA would be willing to guarantee a certain net income to the RDA. Ms. Carpio indicated that such a decision would have to come from PCOA's home office in Cincinnati. Upon conclusion of the two private sector presentations, the Committee assigned scores to the proposers. AM received the highest score with 632 points. PCOA received 420 Points. The scores assigned by each Committee Member are as follows: Committee Parking Company Member of America AAA Parking ROQer Carlton 45 80 Deede Whitehorn 84 95 Roberto Sanchez 53 89 Roberto Datorre 70 85 Clark Cook 30 85 Larry Herruo 65 100 Grace Cesoedes 73 98 Total Score 420 632 It should be noted, that Committee members were unanimous in awarding the highest score to AM Parking. Certain Committee members expressed strong reservations about including PCOA in the recommended rankings to the City Manager. The Chairman recommended holding off on any action concerning PCOA until after the Parking Department's presentation. As such, the Committee just voted to ratify the scores awarded to the two proposals. The Committee also decided that upon conclusion of the Parking Department's presentation, that the ranking of the City's proposal against AM's proposal would be based on the first four selection criteria only. The fifth criteria - Quality of References, was deemed non-applicable in the ranking of the Parking Department's proposal. City of Miami Beach ParkinCl Deoartment The Parking Department's presentation was spearheaded by Saul Frances, with an introduction of key staff to be involved with the Anchor Garage. Chuck Adams, the Assistant Parking Director, who has 23 years of hotel and convention parking experience Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 8 of 11 and 15 years of valet operations experience, would be in charge of the Anchor Garage. Day-to-day operations would fall under an Operations Manager position, which is currently vacant and 5 supervisory positions, all held by City employees. Collectively, the team has over 64 years of experience in attended and valet parking operations. The Parking Department operates and manages over 12,000 parking spaces within the City of Miami Beach, in the form of metered on and off-street parking, attended surface lots and garages throughout the City. The Department operates and manages five garages throughout the City, on 7th Street, 1 ih Street, 13th Street, 17th Street and 42nd Street. The Department operates garages and surface lots servicing the Miami Beach Convention Center, Jackie Gleason Theater of the Performing Arts and world class hotels such as the Delano, National and Fountainebleau Hilton. The Department is typically looked upon to provide parking services for all major events in the City, including, but not limited to, annual events such as; NMMA International Boat Show, Yacht Brokerage Show, the Auto Show, Art Deco Weekend, Memorial Day Weekend, New Year's Eve and a wide variety of other special events. The Parking Department's approach to operating its parking facilities, which would include the Anchor Garage, involves a combination of private sector expertise with public sector oversight. As indicated earlier, the management team is comprised entirely of City employees. Contract services, which are the result of a competitive bid process, include cashiers, attendants and supervisors, provided by APCOAlStandard Parking VIP Parking Systems, Armored Car Services through Armored Security, landscaping services through Country Bill and janitorial services through Best Maintenance. The advantage to this approach is that service providers are the lowest most responsive bidders, labor costs are controlled through fixed fee contracts, precluding having to pay for over time and the City retains control over parking policy. The Parking Department's projections for the Anchor Garage, call for revenue collections of $1,968,922 and operating expenses of $587,996, which is consistent with actual revenues and expenses at the facility. Compared to the two private sector proposals, the Parking Department's expenses are $44,689 less than PCOA's and $8,200 higher than the expenses projected by AAA. As indicated previously however, AAA's projections should include an additional 88 hours of supervisory coverage, which based upon their $10.00/hour rate for supervisors, would add an additional $45,760 to their projections. The most notable differences in the Parking Department's proposal include: . a "$0" line item for General Liability Insurance - since the operation would fall under the City's Self Insurance Fund and Standard APCOA provides additional coverage through its fixed-rate contract with the City, there is no incremental cost for this item. PCOA's line item for insurance was $22,512, which is consistent with the coverage held by Quik Park for the last three years, while AAA' s estimate for this line item was only $12,613; and . a "$1" per year Management Fee, compared to $36,000 fee proposed by PCOA and Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 9 of 11 a $27,000 fee proposed by AAA. The Parking Department's staffing proposal calls for 168 hours (24/7) of supervisory coverage, 192 hours of cashier coverage, 280 hours of security coverage and 52 hours of landscaping and maintenance coverage on a weekly basis. Following the last presentation, the Committee spent time deliberating. The Committee expressed the fact that the management team in place in the Parking Department, may in fact, be the best that the City has ever seen. Concern was expressed over the City's ability to retain such a strong team in the long run, given the chance for promotion and/or opportunities in the private sector. AAA on the other hand has extensive years of experience and depth of individuals, providing for continuity. The Committee had no real concerns relative to budgetary issues, as both submitted comparable budgets, however, at the end of the day, the Committee Chair pointed out that the private sector proposer has to pay taxes and bear the cost of home office expenses, thereby resulting in having to charge a Management Fee. The Committee then scored the two proposals, with the City receiving 575 points and AAA receiving 564 points, as follows: Committee AAA Parking CMB Parking Member Department ROQer Carlton 72 69 Deede Whitehorn 85 84 Roberto Sanchez 79 77 Roberto Datorre 75 85 Clark Cook 75 80 Larrv Herrup 90 90 Grace Cespedes 88 90 Total Score 564 575 While the Committee agreed that the overall scores would determine the outcome, a review of the individual scores showed that AAA was favored by 3 committee members, the City Department was favored by 3 committee members and 1 committee member found the two proposals equal. The Committee then adopted a motion, reaffirming that the ranking was based upon the highest number of points received and, based on its ranking of the proposals, the Committee recommended to the Manager the following: . based on the ranking of the two private sector firms, the Committee only recommends consideration of AAA Parking as the top-ranked private firm, and . based on its ranking of AAA Parking and the City's Parking Department, the Committee recommends the Parking Department with the highest number of points and AAA Parking second. Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 10 of 11 CONCLUSION AND RECOMMENDATION Previously the Administration has discussed the relative merits of managing and operating the Anchor Shops Garage through the City's Parking Department. These issues were fully discussed at the Finance and Citywide Projects Committee on May 20, 2002. At that time, the Administration's recommendation was based on several major factors including: cost savings, privatization (competitive bidding process), increased efficiencies through economies of scale, enhanced internal controls, and maintaining appropriate control of the operation and management of the facility. The City's Parking Department maintains a commitment to public service and customer satisfaction. At times, this may translate into higher operational costs derived from increased security/traffic control, additional cashiers/attendants/supervisors for events, and/or increased maintenance. However, private parking operators have a commitment to profits and customer service is secondary. A cost savings provided by a private operator many times translates into a reduction in service to the public. Customer service is a crucial factor in the success of any service-oriented entity and has been a basic tenet of the City's Parking Department, which has an excellent track record in providing superior customer service. The City of Miami Beach Parking System inventory and operations reflects our commitment to quality customer service for both visitors and resident, including enhanced attention to: the level of attendance, maintenance, security and upkeep which far exceeds normal industry standards. In order to be competitive with the private sector, the City's Parking Department implemented privatization initiatives for the delivery of the following garage operating services: . Cashiers/Parking Attendants and On-site Supervisors . Security and Traffic Control . Maintenance and Housekeeping The benefits of this partial privatization is as follows: . Services are competitively bid (and in place). . Service providers are lowest responsive bidders, based on price and experience. . Partial privatization allows Parking Department to control labor costs. . City retains direct control of parking policy, garage management, and levels of customer service provided to the public. . Contract labor services reflect no Administrative overhead charges as would be evidenced with a full privatization effort. Commission Memo Request For Proposals (RFP) NO. 68-01/02, For the Management and Operation of the Parking Component of the Anchor Shops and Parking Garage February 26, 2003 Page 11 of 11 In short, the Parking Department's partial privatization provides maximum cost effectiveness through the competitive bidding process and ensures the City of control of labor costs and of management and operating standards. The fact remains that private parking operators provide a valuable service. Clearly, there is a distinction between public versus private sector approaches; however, these are two divergent approaches to management (service driven vs. profit driven) that must be fully evaluated in order to attain the Mayor and Commission's policy directives and goals. One other key advantage of municipal parking operations vs. private operations is the former's exemption from ad valorem taxation. Privatization of the City garages may subject these facilities to ad valorem taxes, as is the case with the Anchor Garage which however is not reflected in Quik Park's expense figures. If comparable private operations reflected the tax expense in their figures, the City would consistently reflect a more competitive "cost per space". However, in light of the closeness of the vote on the evaluation committee and in light of the representations by AAA representatives discussing the possibility of guaranteeing a minimum revenue for the facility, it is in the City's best interest to pursue this discussion. This guarantee is an element that the City's Parking Department could not provide. If there is an opportunity to secure specific minimum guarantee on the facilities revenues and expenditures and if we can ensure high levels of service and performance specifically in the area of customer service, facility maintenance and security, then the City should explore this further. As such, the Administration recommends entering into negotiations with AAA Parking and to the extent that an acceptable guarantee and/or other terms cannot be achieved, the Administration then recommends entering into negotiations with the City's Parking Department. JMG/CMC/KOB Attachments T: \AGENDA \2003\feb2603\rda\Anchor _ Contract.doc