San Bernardino header
File #: 4294   
Type: Consent Status: Passed
File created: 5/28/2021 Department: Sheriff/Coroner/Public Administrator
On agenda: 6/8/2021 Final action: 6/8/2021
Subject: Contracts with 10-8 Retrofit, Inc. and West Coast Lights & Sirens, Inc. to Provide Vehicle Safety Equipment Installation and Removal Services
Attachments: 1. CON-SHERIFF-06-08-2021 Vehicle Safety Equipment_10-8 Retrofit Inc, 2. CON-SHERIFF-06-08-2021 Vehicle Safety Equipment_West Coast, 3. Item #88 Executed BAI, 4. 21-426 Executed Contract, 5. 21-438 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

June 8, 2021

 

FROM

JOHN McMAHON, Sheriff/Coroner/Public Administrator

         

SUBJECT                      

Title                     

Contracts with 10-8 Retrofit, Inc. and West Coast Lights & Sirens, Inc. to Provide Vehicle Safety Equipment Installation and Removal Services

End

 

RECOMMENDATION(S)

Recommendation

Approve the following Contracts to provide vehicle safety equipment installation and removal services, for the period of July 1, 2021 through June 30, 2024, in an aggregate amount of $750,000 per year, for a total amount not to exceed $2,250,000, with the option for two additional one-year extensions, or one additional two-year extension to the original contract term:

1.                     10-8 Retrofit, Inc., at a variable rate of $1,825 - $7,746.05 per installation based upon the type of vehicle.

2.                     West Coast Lights & Sirens, Inc., at a variable rate of $1,790.82 - $12,727.30 per installation based upon the type of vehicle.

(Presenter: John Ades, Captain, 387-0640)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Operate in a Fiscally-Responsible and Business-Like Manner.

Provide for the Safety, Health and Social Service Needs of County Residents.

 

FINANCIAL IMPACT

Approval of this item will not result in the use of additional Discretionary General Funding (Net County Cost). The aggregate annual contract amount of $750,000 for vehicle safety equipment installation and removal services is included in the Sheriff/Coroner/Public Administrator’s (Department) 2021-22 recommended budget (4430001000) and will be included in future recommended budgets.

 

BACKGROUND INFORMATION

The Department’s Automotive Division acquires 200-300 vehicles per year, which are a combination of sedans, utility vehicles, prisoner transport vans, undercover vehicles, 4x4s and Off Highway Vehicles (OHV). These vehicles require specific safety equipment that may need to be fabricated, removed from existing vehicles and installed on new vehicles, or a combination of both.

 

PROCUREMENT

On February 10, 2021, request for proposals (RFP) SHR121-ADMSR-3942 was approved and released through the County of San Bernardino’s electronic Procurement Network (ePro) for the provision of vehicle safety equipment installation and removal services. The RFP was posted for thirty-six (36) days and fifty (50) registered vendors were contacted via e-mail notifications; 10-8 Retrofit, Inc. (10-8), and West Coast Lights & Sirens, Inc. (West Coast), were the only vendors to respond to the solicitation.

 

A committee consisting of two representatives from the Department’s Automotive Division, one representative from Central Patrol Station, one representative from the Technical Services Division, and one representative from the Bureau of Administration evaluated the proposals. The evaluations were based upon the proposer’s qualifications, financial statements, professional references, and cost for the required services. The committee recommends awarding service contracts to both 10-8 and West Coast. Having two providers available will ensure uninterrupted vehicle safety equipment installation and removal services during times of peak workload. No protests or appeals were received.

 

The recommended contract term is three years, from July 1, 2021 through June 30, 2024, with the option for two additional one-year extensions, or one additional two-year extension to the original contract term. Either party may terminate the agreement upon 30-days advance notice.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Richard D. Luczak, Deputy County Counsel, 387-5455) on April 30, 2021; Purchasing (Michael Candelaria, Lead Buyer 387-3374) on May 3, 2021; Finance (Carolina Mendoza, Administrative Analyst, 387-0294) on May 18, 2021; and County Finance and Administration (Kelly Welty, Deputy Executive Officer, 387-5423) on May 18, 2021.