Loading...
HomeMy WebLinkAboutS1- Police CITY OF SAN BERN:. RDINO - REQUEST F ..R COUNCIL ACTION From: Wayne Harp, Acting Chief of PoliceSubject: Contract Jail Services For The Police Department Dept: Police Date: November 17 , 1995 Synopsis of Previous Council action: None I Recommended motion: Adopt Resolution NOV 29'95 Am 18%10 i S Ign a t i ir'-e Contact person: Captain Robert Curtis Phone: 384-5606 Supporting data attached: Yes Ward: N/A FUNDING REQUIREMENTS: Amount: $124 .158 .87 Source: 001-220-5178 (Police (Booking Charges ) Finance: council Notes: y - CITY OF SAN BERNARDINO - REQUEST 00- OR COUNCIL ACTION STAFF REPORT The proposed purchase is for contract jail services to be utilized to operate the Police Department' s Detention Center. A RFP for competitive negotiations was released on November 7, 1995, to locate vendors capable of providing contract jail services for the police detention center scheduled to open on or after January 1, 1995 . Appropriate specifications were prepared, published and furnished to area suppliers . - A mandatory vendor pre- proposal conference was held at the Police Department on November 14 , 1995, and included a walk-thru of the detention center. Proposals were received by November 20, 1995 . The following is a summary of the Proposals : AKAL Security - Basic Package $223 , 838 . 00 Wackenhut Corp. - Basic Package 226, 477 . 74 On November 21, 1995 , a Source Selection Evaluation Committee comprised of both police department and outside police agency personnel met to review the received bids . The committee members separately rated each vendor against the source selection evaluation criteria with the following overall scores being determined: AKAL Security - 280 points Wackenhut Corp. - 376 points An option to provide clerical support was requested. AKAL proposed using trustees while Wackenhut proposed dedicated Administrative Support at an additional cost of $21, 840 . This later proposal was recommended by the committee . This will make the total proposed by Wackenhut to be $248, 317 . 75 . Having been determined to be most advantageous to the City, it is therefore recommended that the proposal received from Wackenhut Corporation be accepted for contract . 6 a ne Harp r Acting Chief of Police 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAM BERNARDINO AWARDING A PURCHASE ORDER TO WACKENHUT CORPORATION FOR PROVIDING 3 CONTRACT JAIL SERVICES, TO BE UTILIZED BY THE POLICE DEPARTMENT TO OPERATE THE POLICE DETENTION CENTER IN 4 ACCORDANCE WITH BID SPECIFICATION 496-13 . 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS : 6 SECTION 1 . That Wackenhut Corporation is the best 7 responsible bidder for the furnishing of contract jail services 8 for the Police Department to operate the police detention 9 center, in accordance with Bid specification #96-13 . Therefore, 10 pursuant to this determination, the Purchasing Manager shall 11 issue a Purchase Order in the amount of $248 , 317 . 74 ; and all 12 other quotations therefore are hereby rejected. 13 SECTION 2 . That the Mayor of the City of San Bernardino 14 is hereby authorized and directed to execute, on behalf of said 15 City, an agreement for providing contract jail services for the 16 police Department to operate the police detention center, in 17 accordance with Bid specification #96-13 for the total amount of 18 $248, 317 . 74 per year, with Wackenhut Corporation. 19 SECTION 3 . The authorization to execute the above 20 referenced purchase order is rescinded if it is not issued 21 within sixty 60) days of the Y Y passage of this resolution. 22 I HEREBY CERTIFY that the foregoing resolution was duly 23 adopted by the Mayor and Common Council of the City of San 24 Bernardino as a meeting thereof, held on the day 25 of 1995, by the following vote, to wit : 26 27 28 I RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A PURCHASE ORDER TO WACKENHUT CORPORATION FOR PROVIDING CONTRACT 2 JAIL SERVICES, TO BE UTILIZED BY THE POLICE DEPARTMENT TO OPERATE THE POLICE DETENTION CENTER IN ACCORDANCE WITH BID 3 SPECIFICATION #96-13 . 4 COUNCIL MEMBERS : AYES NAYS ABSTAIN ABSENT 5 NEGRETE 6 CURLIN 7 HERNANDEZ 8 OBERHELMAN 9 DEVLIN 10 POPE-LUDLAM 11 MILLER 12 13 14 City Clerk 15 The foregoing resolution is hereby approved this day of 1995 . 16 17 18 Approved as to form 19 and legal content; 20 James F. Penman, City Attorney 21 By. 23 24 25 26 27 28 SERVICES AGREEMENT THIS AGREEMENT is entered into this 99n(i day of 1LnvPmhar , _ "CONTRACTOR"OR � and b etwee n the CITY OF SAN"BERNARDINO J"CITY'S) WITNESSETH: A. WHEREAS, CITY has need for operation of temporary holding facility at City jail within the Police facility and, B. WHEREAS, CONTRACTOR is competent, experienced and able to perform said services: and, C. WHEREAS, CONTRACTOR has provided the most advantageous and best responsible bid for the providing of such services; NOW THEREFORE, the parties hereto agree as follows: 1. CONTRACTOR shall furnish jail services at the City's temporary holding facility at the Police Department in accordance with Bid Specifications F96-13 . 2 . Over the term of this Agreement, CONTRACTOR shall be paid for such services an amount in accordance with Bid Specification F96-13 Bidder's Proposal and Statement. 3 . CONTRACTOR shall provide the Police Department with a monthly invoice in arrears and shall be provided payment within thirty (30) days therefrom. CITY retains the right to challenge all or any part of an invoice. 4 . The initial term of this Agreement shall be one (1) year from the date first above shown and is subject to termination by either party upon thirty (30) days written notice to the other. There can be two' one year extensions. 5 . CONTRACTOR shall indemnify, defend and hold CITY, its officers, employees and agents harmless from any claim, demand, liability, suit, judgement or expense (including, without limitation, reasonable costs of defence) arising out of or related to CONTRACTOR's performance of this agreement, except that such 1 duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by CITY's willful misconduct or sole negligence. 6 . While not restricting or limiting the foregoing, during the term of this Agreement, contractor shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1, 000, 000. 00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY'S Risk Manager prior to undertaking any work under this Agreement. 7. CONTRACTOR shall perform work tasks as directed by the Police Department, but for all intents and purposes contractor shall be an :independent contractor and not an agent or employee of the CITY. 8. In the performance of this Agreement and in the hiring and recruitment of employees, contractor shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. 9 . Any notice to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows : TO THE CITY: Wayne Harp, Chief of Police, 300 North "D" Street San Bernardino, CA 92418 TO THE CONTRACTOR: of ratid . ....... 3 2 Nothing in this paragraph shall be construed to prevent the giving of notice by personal service. I IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above shown. Date: .. •:E Bus. ............... me................................................. ....... ............... ............................. ....................................... S ignatur.................... ...................................................... Mark N Tsuji CITY OF SAN BERNARDINO Date: By: Tom Minor, Mayor City of San Bernardino ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman, City Attorney By: r City of San Bernardino San Bernardino Police Department Interoffice Memorandum To: FRED WILSON, ASST. CITY ADMINISTRATOR From: SGT. S . KLETTENBERG Subject: COST ANALYSIS RE: HOLDING FACILITY Date: November 29, 1995 Copies : SUMMARY: The current fee charged by the County of San Bernardino for each person booked in the San Bernardino County' s Jail is at the rate of $152 . 00 per body. The City of San Bernardino incurs this cost on approximately 6 , 000 arrestees each year. Total expenditures and booking fees for a one year period is estimated at approximately $912, 000 .00 . Based on recent staff studies, 35 percent of these 6, 000 individuals who are booked into County Jail can be cite released. Ten percent are O.R. ' d or bailed out of jail . This 45 percent can be handled at the new holding facility, thus deferring those booking costs . Total savings in booking fees per year is estimated at $410 .400 . 00 . Transportation costs to and from West Valley Detention Center currently are estimated at $49, 421 . 00 per year. By doing mass transports three to four times a day in a van, the City will realize a savings of $28 , 221 . 00 . Total combined yearly savings $438, 621.00 . The total costs of contracting with the Wackenhut Corporation for full jail, secretarial and transportation services is $248, 317 . 00 . $438, 621 . 00 (total booking and transportation savings) -$248, 317 . 00 (contractual jailing services) $190, 304 . 00 (yearly savings to the City) THE SBPD IS COMMITTED TO PROVIDING: PROGRESSIVE QUALITY POLICE SERVICE; A SAFE ENVIRONMENT TO IMPROVE THE QUALITY OF LIFE; Ongoing yearly expenditures for the jail are estimated at $48, 000 . 00 . This would include the following: $27, 500 . 00 for computer and vehicle maintenance $20, 500 . 00 for booking related materials, custodial supplies, housing materials and food There will be a one time start up fee of $26 , 200 . 00 which will cover the purchase of a prisoner transport van and a special restraining chair. Total first year savings are estimated to be $116, 104 . 00 . Total second year savings are estimated at $142, 304 . 00 . The current arrangement that the City of San Bernardino has with the County of San Bernardino fixes the booking fee at $152 . 00 per body from 2-10-95 to 2-10-96 . On 2-10-96, the booking fee will remain at $152 . 00 per body, but the County will tack on an additional fee based on the current C. P . I . This arrangement will stay in affect until the year 2001 . After 2001, the County will then begin to charge a fee based on what they believe is their actual physical costs of processing a prisoner. Based on current research, that fee can be expected to rise well over $200 . 00 per body. These are just the basic cost savings . State statutes now permit us to recover certain administrative costs (the equivalent of booking fees) for arrestees . Also, some of the cities surrounding the City of San Bernardino have expressed an interest in lodging cite and release arrestees, i .e . , drunks, drunk drivers and under the influence, at our facility for a cost significantly less than that of the booking fees charged by the County of San Bernardino. Those cities save on their booking fees and add to our cost recovery. There are several soft cost savings involved in manning our new holding facility with this contract service. It is currently estimated that over 5, 910 man hours (uniformed patrol officers) will be freed up and made available per year. We also gain a certain independence from the County' s facilities and because of the original design of the holding facility, we have the potential for increased independence by expanding our operation as booking fees increase in the future years . /pl