Loading...
HomeMy WebLinkAbout090412-3045-PO-for-2-Ambulances-JM City of Palo Alto (ID # 3045) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/4/2012 Summary Title: Award of a Purchase Order for Two Ambulances Title: Approval of Purchase Order with Leader Industries in an Amount Not to Exceed $393,267 for the Purchase of Two Ambulances (Scheduled Vehicle and Equipment Replacement Capital Improvement Program VR-13000) From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1. Approve and authorize the City Manager to execute a purchase order with Leader Industries in the amount of $393,267 for the purchase of two ambulances; and 2. Authorize the City Manager or his designee to negotiate and execute one or more changes to the purchase order with Leader Industries for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $10,000. Background The vehicle and equipment replacement policy described in the City Policy and Procedures 4-1 (Vehicle and Equipment Use, Maintenance, and Replacement), provides for the on-going replacement of City fleet vehicles and equipment. Replacements are scheduled using guidelines based on age, mileage accumulation, and obsolence. The City’s fleet currently includes four ambulances. Policy 4-1 prescribes a replacement interval for ambulances of four (4) years or 85,000 miles. The existing replacement guidelines are outdated and will be extended in the next revision to the Policy. Newer ambulances are more reliable and should last in excess of 100,000 miles. However, the two ambulances that will be replaced through this purchase (#6043 and #6044) are more than 9 years old, with 124,050 and 141,553 miles respectively. These ambulances were used exclusively for frontline service from June, 2003 through January, 2012. Discussion This purchase is being conducted with full consideration of the recent Audit of Vehicle Utilization and Replacement. The audit did not include a review of the City’s inventory of emergency vehicles, and emergency vehicles are generally exempt for minimum utilization requirements. The vehicles being replaced through this purchase have greatly exceeded the minimum mileage accumulation of 2,500 miles annually. Regardless of utilization, the City may face decreasing capability to respond to emergencies without the new vehicles. On February 14, 2012, the Fleet Review Committee (FRC) approved replacement of these vehicles in accordance with the audit recommendations. The approval was based on the following:  An examination of each vehicle’s current usage;  An analysis of each vehicle’s operating and replacement costs;  A comparison of the age, mileage, operating cost and performance of each vehicle with others in its class; and  An analysis of alternatives to ownership, such as mileage reimbursement;pooling/sharing; the reassignment of another utilized vehicle, or renting. The FRC determined that there are no alternatives to outright replacement. Ambulances are used for special tasks and are equipped with a considerable amount of medical and emergency equipment that renders them unsuitable for any purpose other than emergency medical response. This precludes their assignment to a motor pool, and rules out the use of a private vehicle with mileage reimbursement. They are each used by a single shift on a continuous daily basis, so there are no opportunities for sharing. There are no similar, underutilized vehicles available to use as replacements for these vehicles. Renting these vehicles would not be a cost-effective option because they are continuously used throughout the year. Bidding and Selection Process On February 7, 2011, a Request for Quotation (RFQ) for ambulances was sent to four vendors. Bids were received from two qualified vendors on March 16, 2011, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $810,872 to a low bid of $798,483. The total bid price is for four ambulances (two were purchased in Fiscal Year 2011, and two are being requested now). The total bid also includes a trade-in credit for two existing ambulances. Staff did not exercise the trade-in option because the trade-in credit was less than the market value of the vehicles. Staff has reviewed all bids submitted and recommends that the bid submitted by Leader Industries be accepted and that Leader Industries be declared the lowest responsible bidder. Staff has checked references supplied by the vendor for previous contracts and has found no significant complaints. Resource Impact Funding is available for this purchase in Vehicle Replacement Fund Capital Improvement Project VR-13000. Policy Implications Authorization of the contract does not represent any change to the existing policy. Environmental Review The vehicles being supplied are in conformance with all applicable laws and regulations. This purchase is exempt for the California Environmental Quality Act under the CEQA guidelines (Section 15061). Attachments:  A - Bid Summary Type III Ambulance RFQ140129 (PDF) Prepared By: John Moran, Assistant Fleet Manager Department Head: J. Michael Sartor, Director City Manager Approval: ____________________________________ James Keene, City Manager Attachment B BID SUMMARY Type III Ambulance RFQ140129 Leader Industries Bid Total $798,483.00 Golden State Fire Apparatus Bid Total $810,872.42