Loading...
SR-6-G (79) FEB ~~ PURCH PW ML drt f \finance\purch\strfrpts\srbd2738 CouncIl Meeting February 23, 1999 Santa Monrca, Calrforma TO Mayor and City Council FROM City Staff SUBJECT Recommendation to Award Bid to Furnish and Deliver One Type III Slant Side Modular Ambulance, Bid #2738 IntroductIon This report recommends award of bId to furnish and dehver one Type III slant Side modular ambulance for the Fire Suppression DIvIsion, Fire Department, In the total amount of $95,668 10, including applrcabJe sales tax Background In response to published Notices InViting Bids (published November 30 and December 1, 1998) In accordance With CIty speCIfIcations, bIds were receIved and publicly opened and read on December 28, 1998 Proposal forms were mailed to four vendors and notices were advertised In accordance With City Charter and MUniCipal Code proVISions One proposal was received as follows VENDOR AMOUNT Ackerman Emergency EqUipment, Inc $95,668 10 1 '<Y FEB 2 3 1999 Due to the nature of Emergency MedIcal ServIce (EMS) delIvery, the FIre Department has specified construction techniques such as extruded frame components which are manufactured, uSing moJds or dies to form one continuous pIece of metal without seams, provIding an Increased level of structural Integrity and durability, and overall design features such as slant Sides that Will provide the highest level of service possible The Fire Department IS attempting to standardize several components of Its emergency fleet, both to enhance user fnendllness by making equipment Uniform on all ambulances providing continuity for all paramedics and to facilitate repairs and maintenance The last ambulance was bid In 1996 and at that time, three vendors responded to the City's specifications (Ackerman, Leader Industries and Braun) Staff has located one additional bidder (Road Rescue) The current City specifications are Identical to those used In the 1996 bid Staff contacted the three "no bid" vendors to Inquire why they did not bid Braun does not manufacture an ambulance with extruded frame components as required by City specifications and took an exception to thiS specification In 1996 by quoting a different manufactunng process which they stili use Road Rescue was In the process of changmg dealers and could not bid at thiS time Leader Industries chose not to bid ThiS ambulance WIll replace an eight year old Type II ambulance that IS subject to frequent mechamcal breakdowns and IS much smaller than a Type III ambulance 2 Staff has evaluated the bid submitted by Ackerman Emergency Equipment, Inc and finds that It meets City specifications. The purchase of this gasoline powered vehIcle IS consistent with the City's reduced emiSSion policy, as the vehicle Will be used for emergency response BudgetlFlnanclallmoact Fiscal Year 1998-99 appropriation authority for this purchase IS In the Capital Improvement Budget account number 01-730-313-20098-8900-99480, "FIre Department Emergency Response Apparatus Replacement Program" Recommendation It IS recommended that the award of Bid #2738 be made to Ackerman Emergency Equipment, Inc, In the total amount of $95,668 10, including applicable sales tax, as the most responsible bidder Prepared By Pam Worth am, Purchasing Agent Diane Howell, Buyer Wilham Kolberg, Deputy Fire Chief ... -' -- -- - --- ---- --