Loading...
HomeMy WebLinkAbout16 - Purchase of New Paramedic VansCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 16 April 22, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Fire Department and General Services Department Steve Lewis, 644 -3101, slewis (a)citv.newport- beach.ca.us Mark Harmon, 644 -3055, mharmon (a)city.newport- beach.ca.us SUBJECT: Purchase of New Paramedic Vans for the Fire Department RECOMMENDATION: That Council (1) approve the sole source purchase of a new 2008 Ford E-450 Modulance from Wheeled Coach Industries for $120,254 plus tax from the FY 2007 -08 Budget; and (2) authorize the City Manager to sign a non - binding letter of intent for the purchase of a second 2008 Ford E-450 Ambulance after July 1, 2008 for $120,254 plus tax, pending approval of the FY 2008 -09 equipment replacement budget. DISCUSSION: Background: In 2003, the Fire Department changed the type of ambulance used for transporting patients from a small van ambulance to a larger paramedic modular ambulance ( Modulance). The larger van was required to provide improved patient care, especially when several firefighters were required to provide continuous CPR enroute to the hospital. The larger van can accommodate multiple patients, along with the new cardiac and lifesaving equipment required for current medical protocols. Further, the larger Modulance also provides more storage space for firefighter personal protective clothing and offers better survivabilty /crash protection. At that time, the contract for purchase was competitively awarded to Wheeled Coach Industries based on the manufacturing quality of the van, the features provided, and the cost. Since that time, we have purchased three additional paramedic Modulances from the vendor. Discussion: The FY 2007 -08 equipment replacement list provides for the replacement of our last small ambulance, a 1999 Ford E -350 ambulance. City Council Policy F -9 (Vehicle /Equipment Replacement Guidelines) recommends replacement of paramedic vans on a six year /80,000 mile cycle. The unit we are seeking to purchase is substantially similar to the other four medic units in the fleet. Minor changes and updates have been incorporated into this year's specifications, including improved rear suspension for better rideability, more secure drug storage, and modifications to the emergency lighting. Staff from the Fire and General Services Departments agree with the recommendation to award a sole source contract to Wheeled Coach for purchase of the unit. We are both extremely satisfied with the operation and maintenance record of the Wheeled Coach Modulances in our fleet. By continuining to use the same model of vehicle, maintenance and training costs are significantly reduced over the purchase of a paramedic van from a different manufacturer. In Wheeled Coach's proposal, we were offered a price of $137,009 for the purchase of a single unit and a price of $120,254 each for the purchase of two units. The FY 2008 -09 equipment list will recommend the replacement of a 2003 Wheeled Coach van (the first of the larger medic units we purchased) based upon mileage. A copy of their proposal is attached. The City would realize nearly a $18,000 savings per unit if we make a purchase commitment for two vans. Since the General Services Department only has the authorization to purchase one paramedic unit this Fiscal Year, we are seeking approval to purchase the first unit at the present time, and are seeking City Council authorization for the City Manager to sign a non - binding letter of intent for purchase of a second unit after July 1, 2008, if approval is granted in the FY 2008 -09 Budget process. This would allow the City to receive the preferred pricing from Wheeled Coach. Environmental Review: No environmental review required. The medic unit will meet or exceed all local and federal environmental standards. Funding Availability: Funding for the purchase of these vehicles is available in the Internal Service Fund (ISF) for Equipment Replacement. This purchase of the first paramedic Modulance was approved as part of the FY 2007 -08 vehicle replacement budget. The purchase of the second paramedic Modulance is included in the City Manager's recommended budget for FY 2008 -09 which will be evaluated by the City Council in June. Prepared Manager, Fire.Department Mike Pisani/ Deputy Director, General Services Department Submitted by: Steve Lewis/ Chief, General Services Department Attachment: Offer letter from Wheeled Coach industries FROM FAX PO, : SSS24MG733 Feb. 26 2008 11: SSRM PS Sri WaahiMVAV Slvd, 6V06 • RoaavUts, CA 98 5 v Ora. WM =44W • Fax. MM 3034M ChyofNewportBeadt - Tom Fulton: Bw4 mart Mabbnm c® Strpasfnt t RP: Quotation for Ambubmam for City ofNewport Beech Febnwy 26.200$ Dear Mr. Fuhon; Whmlcd Coach is pleased to oft the City ofNewport Bosch the mowIngprice quotation for Ambulant v*m as spwftd in wntir*raw snhralVed to your atteadon. Price per vehicle hwh,Ww dWvW to Souftm Califbmia am Otte (1) hvgmdon ttip to WheeledCoach's 00ondoa 1Tasida plant and one (1) pre -build meeting to be held in Newport Heaoh, CAftiki. EMpee4ontrip to Oft* will be tttnde shortly Am mI& point ten ou and will be for Two (2) Newport Basch peel upon odder of One (1) vWcic Or for Four (4) Newport Bm&pmwnW upon order ofT'wo (2) vehicles. Price for One (1)B4502009 Fold AmbutmRx City of Newport Boad - $137,009. Price for Two (2) B450 2008 Ford Ambial=m City ofNewpat Beach• 5120,254. each. Prices 40 not bwhdO State Was tax of7.75% for Omp Couuty. City glWifies for LOOM Fee 1Lxenpt pift atoms. Please oar ant ma ifyou have any quasdmts ar cammatts, pteM advise haw yen would like to p mccd. Thank you for your support of Whteled Cowh IndushieL Shtolmly, It v � ^IGeoffaY Mau DSM- Southern Caltfmk (562) 537-1715 ach.c�i Co,7omb Optas: 1737 )vor Feaayth Read, Wh4ar Park, FLtt79s / Act Onlp Sac 677479, OfIvAO, PLZM7.7M 80D -R62 -0730 (4977677.7777 . Vm(4V7670.73N • hfgx /lww .whaaladve dv=