city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 15-4427   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 9/10/2015
Posting Language: An Ordinance accepting an offer from Mac Haik Dodge Chrysler Jeep, utilizing the Houston-Galveston Area Council cooperative contract, to provide one replacement medical special operations unit (MSOU) for a total cost of $215,300.00, funded with the Equipment Renewal and Replacement Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. 61-6257 Mac Haik, 2. 61-6257 Bid Tab, 3. Draft Ordinance, 4. Ordinance 2015-09-10-0764

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: City Wide

 

 

SUBJECT:

Medical Special Operations Unit Ambulance

 

 

 

SUMMARY:

This ordinance authorizes acceptance of a contract with Mac Haik Dodge Chrysler Jeep to provide one replacement medical special operations unit (MSOU) ambulance for a total cost of $215,300.00 funded from the Equipment Renewal and Replacement Fund.

 

 

 

BACKGROUND INFORMATION:

Submitted for City Council consideration and action is the offer submitted by Mac Haik Dodge Chrysler Jeep utilizing the Houston-Galveston Area Council cooperative contract number AM10-14 to provide one replacement MSOU ambulance for a total cost of $215,300.00.

 

The purchase will provide the San Antonio Fire Department, Emergency Medical Services Division with one turnkey Class 1, Type 1, MSOU ambulance to be installed on a Dodge 4500 cab and chassis truck.  This ambulance has a generator powered EMS module.  Currently, the Fire Department Emergency Medical Services Division (EMS) utilizes 61 units, which are composed of 33 frontline units, 8 peak period units, with 20 units in reserve.  This ambulance will replace an existing unit which will be taken out of service and prepared for auction as the new unit is placed into operation.

 

In continuation of the City’s commitment to a cleaner environment, all diesel engine vehicles purchased under this contract are certified as low emission and in compliance with the current Environmental Protection Agency (EPA) emissions standards. Ultra Low Sulfur Diesel is the cleanest burning fuel available for the Gross Vehicle Weight Rating of the equipment to be purchased.  This acquisition is consistent with the City’s Vehicle Fleet Environmental Acquisition Policy.

 

This vehicle could not be acquired as propane powered because the particular vehicle is not available in the Liquefied Petroleum Gas (LPG) configuration or because the specific operational requirements of the vehicle precluded this option. 

 

Vehicles and equipment that meet their expected life cycle are usually sold at auction but may also be traded-in to the selling dealer. The equipment that is being replaced will be sold at auction.  If the Fleet asset is in the City’s fleet replacement program, then the proceeds are returned to the ERRF.  The proceeds are then used to purchase new similar vehicles and equipment. 

 

 

ISSUE:

The contract will provide the City of San Antonio Fire Department’s Emergency Medical Services Division with one Type I Ambulance to support their advanced life support program.

 

This unit will be purchased from Mac Haik Dodge Chrysler Jeep utilizing the Houston-Galveston Area Council cooperative contract number AM10-14. This purchase will be made in accordance with the Houston-Galveston Cooperative Program passed on resolution 96-41-48 dated 10/10/1996.

 

The Houston-Galveston Cooperative Program is administered by the Houston-Galveston Area Council Cooperative.  All products and services included in this cooperative were competitively bid and awarded by the Cooperative’s Board of Trustees based on Texas statutes.

 

The cab and chassis have a 100,000 mile/5 year power train and a 36,000 mile/36 month bumper to bumper warranty.  The ambulance body has a lifetime module warranty.

 

The Small Business Economic Development Advocacy Ordinance requirements were waived due to the lack of qualified small, minority, or women-owned businesses available to provide the goods and services.

 

The recommended award is an exception to the Local Preference Program.

 

The Veteran-owned Small Business Preference Program does not apply to goods / supplies contracts, so no preference was applied to this contract.

 

 

 

ALTERNATIVES:

The current vehicle scheduled for replacement has met or will meet the age and mileage requirement cycle and may not be economically feasible to repair.  If this replacement ambulance is not purchased, the Fire Department’s ability to provide advanced life support for the residents of San Antonio and surrounding areas could be impacted.  The alternatives are to continue to use the vehicle currently available and incur increasing maintenance costs or to limit access of the services, compromising public health and emergency medical services coverage for the entire City.

 

 

 

FISCAL IMPACT:

The total cost of this contract is $215,300.000 which will be funded utilizing the ERRF.

 

The ERRF charges a monthly lease rate to each respective department/fund the entire time a department/fund has possession of a vehicle or equipment.  When the vehicle or equipment reaches the end of its life-cycle or the contractually obligated period the replacement fund provides the financial resources for its like replacement.

 

 

 

RECOMMENDATION:

Staff recommends the approval of this purchase with Mac Haik Dodge Chrysler Jeep for a total cost of $215,300.00. This contract is procured by means of cooperative purchasing and a Contracts Disclosure Form is not required.