Acquisition of Replacement Ambulances
The Community Services Committee recommends the adoption of the following joint report (July 8, 1999) from the
Commissioner of Works and Emergency Services and the Chief Financial Officer and Treasurer:
Purpose:
The purpose of this report is to advise the results of the Request for Proposal for 24 replacement Ambulance vehicles in
accordance with the requirements of the Works and Emergency Services, Ambulance Division, and to request the authority
to award a contract to the recommended proponent.
Funding Sources, Financial Implications and Impact Statement:
The funding source for this purchase will come from the Division's 1999 Operating Budget in the amount of
$1,879,687.00, including all taxes and charges. As a result of the Ministry of Health's decision to provide half of
Ambulance Service funding to the Upper Tier Municipalities, the actual cost to the Corporation will be 50 percent of the
total expenditure. A delay in the replacement of these vehicles will contribute to an increased number of breakdowns which
will impact the delivery of emergency and non-emergency care to the community and create the potential for delayed
responses. It will also result in a lack of compliance with the Ministry of Health's regulations and higher maintenance and
repair costs.
Recommendation:
It is recommended that the firm of Crestline Coach Ltd. be awarded the contract to supply the 24 Ambulance vehicles
inclusive of any conversion charges, at an amount of $1,879,687.00, including all taxes and charges, being the proponent
submitting the proposal with the highest evaluated score.
Background:
Thirty firms were invited to submit proposals; two proposals were received from Crestline Coach Ltd. and Demers
Ambulance for the supply of 24 ambulances in accordance with the requirements of the Works and Emergency Services,
Ambulance Division.
Comments and/or Discussion and/or Justification:
Using the evaluation criteria identified in the Request for Proposal, an evaluation team made up of staff from the
Ambulance Division and Purchasing and Materials Management Division evaluated the responses.
The evaluation criteria included:
-cost, including trade-in;
-compliance with the RFP;
-quality of material used;
-qualification and experience to deliver a successful product;
-qualification, innovation and suitability to Ambulance;
-delivery schedule; and
-warranty.
After completing the evaluation, it was determined that Crestline Coach Ltd. had achieved the highest evaluated score.
Gasoline Power versus Diesel Power:
The Budget Committee, at its meeting on November 13, 1998, and the Emergency and Protective Services Committee, at
its meeting on December 12, 1998, requested the Works and Emergency Services, Ambulance Division to report on the
status of diesel powered versus gasoline powered ambulance vehicles.
A review of current practices in the industry indicates that diesel is the preferred choice by operators and manufacturers of
ambulance vehicles. This preference is due to diesel powered vehicles demonstrating lower operating costs and longer
service life of the vehicle.
It is important to note that Ford will not warranty a chassis supplied to ambulance converters for emergency medical
services unless the diesel package has been included in the chassis specification.
Conclusion:
This report requests authority for the contract for the supply of 24 ambulance vehicles to the City of Toronto be awarded to
the Crestline Coach Ltd. The results of the Request for Proposal evaluation process has identified Crestline Coach Ltd. as
achieving the highest evaluated score.
Contact Name:
L.A. Pagano
Director
Purchasing and Materials Management
Tel: 392-7312
R.L. Kelusky
General Manager
Toronto Ambulance
Tel: 397-9240/Fax: 392-2115