File #: 2019-7161   
Type: Consent Calendar Item
Body: City Council
On agenda: 9/3/2019
Title: Recommendation to Authorize the City Manager to Negotiate and Execute an Agreement for the Purchase of One Horton F-550 Type I Ambulance and Related Equipment in an Amount Not to Exceed $391,464.51. (Fire 3210)
Attachments: 1. Exhibit 1 - Quote Package

Title

 

Recommendation to Authorize the City Manager to Negotiate and Execute an Agreement for the Purchase of One Horton F-550 Type I Ambulance and Related Equipment in an Amount Not to Exceed $391,464.51. (Fire 3210)

 

Body

 

To: Honorable Mayor and Members of the City Council

 

EXECUTIVE SUMMARY

 

The adopted Fiscal Year (FY) 2019-20 Budget includes an appropriation for the purchase of one new ambulance (Medic 3).  The City of Alameda (City) Fire Department (AFD) recommends purchasing a Horton F-550 Type I Ambulance in an amount not to exceed $391,464.51.  

 

BACKGROUND

 

On June 18, 2019, the City Council adopted the FY 2019-20 and 2020-21 Budget, which included an appropriation of $400,000 for the purchase of one new ambulance during FY 2019-20.  The approved FY 2019-20 and FY 2020-21 AFD budget also included six (6) new grant funded positions (three (3) Fire Fighter (FF)/Emergency Medical Technician’s (EMT) and three (3) FF/Paramedics) to staff the new Medic 3 ambulance unit at the Advanced Life Support level.

 

DISCUSSION

 

AFD has not added transport capacity since 1993 and the growth in transports has increased over 2000% approaching 5,000 per year. In addition, AFD ambulances no longer transports the majority of patients to Alameda Hospital due to changes in the EMS System and healthcare reimbursement. Over the last 5 years, only 50-53% of patients are transported to Alameda Hospital with a greater amount to off-island hospitals such as Highland, Kaiser in San Leandro, etc.  The Alameda County (County) EMS Agency implemented a new contract countywide, effective July 1, 2019, which specifies that all mentally unstable (code 51/50) patients in their respective cities, per AB 201, such as the City, are responsible for their treatment and transport of these patients. Previously, the County’s contracted ambulance provider was responsible for the transportation of 51/50 patients in the City. Over a 3-year average, the Alameda Police Department annually places 500 residents under a 51/50 hold needing ambulance transport to medical facilities or the designated psychiatric receiving facility for the County; both locations are located outside the City.

With the call volume increase of 500 transports annually, the normal EMS transport growth rate increases per year for the AFD EMS Division will be 100-150 additional transports. Currently, the AFD is not able to transport this additional 100 annual patients per year due to the current three (3) ambulances not being available as a result of other emergency incidents.  This immediate growth rate cannot be accomplished without a fourth transport unit. Lastly, in the FY 2019-21 budget, AFD included the insurance reimbursement revenues anticipated from the fourth emergency ambulance in the amount of up to $447,000 annually by FY 20-2021. 

AFD is having difficulty meeting the demands of emergency ambulance transportation for the community.   Based on the drastic increase in call volumes, local, state and federal mandates and basic operational needs, a fourth ambulance is critically needed to provide the emergency ambulance capacity and meet the needs of the City.

AFD proposes purchasing the ambulance through the Horton contract with the Houston-Galveston Area Council (HGAC). HGAC’s procurement program is known as HGACBuy.  It is a nationwide, government-to-government procurement service that has procured products and services for over 30 years.  All contracts available to members of HGACBuy have been awarded by virtue of a public competitive procurement process compliant with California statutes.  AFD has used HGAC for purchase of several other vehicles.

 

The Alameda Municipal Code, Subsection 2-61-7, Joint Purchases with Public Agencies, provides authority for the City to use another government agency’s competitive bidding process to purchase materials, supplies, equipment, vehicles, and apparatus, “provided the purchase is the result of competitive bidding or proposal and is made in compliance with the competitive bid or proposal requirements of any participating agency or organization in a manner that is consistent with law.”  In order to assure a cost-effective purchase, AFD proposes to “piggy-back” onto the competitively bid Horton contract with HGAC. Staff has obtained a quote for the ambulance under the Horton contract with HGAC in the amount of $283,736.27.  Quotes for the remaining accessories were obtained from several vendors in the amount of $107,728.24.  This includes a quote for outfitting the ambulance with one Lifepak Heart Monitor and one LUCAS chest compression device, medical equipment that the City is now responsible for providing due to recent contract changes with County EMS Agency.

 

Selection of a Horton emergency vehicle (dba Leader Industries) will continue the standardization of the vehicles being purchased for public safety and make it easier for fleet maintenance to maintain these vehicles in the future.  

 

ALTERNATIVES

 

No alternatives.

 

FINANCIAL IMPACT

 

The funds for the purchase of the new ambulance are budgeted in FY 2019-20 in the General Fund Fire Department capital outlay account. The ambulance is a new addition to the City fleet that will be accounted for in the Fleet Replacement Fund. The Fund will begin accumulating resources of approximately $59,000 annually from the General Fund to ensure future replacement.  Useful life of an ambulance is about eight years.

 

Horton is a reputable company and is well known for providing a high quality product.  AFD has purchased numerous ambulance and ambulance remounts from Horton over past years.  To ensure the ambulance will meet the City’s expectations, AFD staff will inspect the ambulance during the construction phase and at the time of the final customer inspection/acceptance process occurring at delivery. 

 

MUNICIPAL CODE/POLICY DOCUMENT CROSS REFERENCE

 

This action is authorized pursuant to Alameda Municipal Code Subsection 2-61.7 “Joint Purchases with Public Agencies”, Alameda Administrative Rule 5, and Alameda Municipal Code Section 2-62.2, which exempts contracts with any single or source supplier for supplies, material or equipment from the City's local purchasing policy.

 

ENVIRONMENTAL REVIEW

 

This action is not a project for the purposes of the California Environmental Quality Act (CEQA) under CEQA Guidelines section 10561(b)(3) as there is no possibility that this action may have a significant effect on the environment.  

 

CLIMATE IMPACTS

 

This action is consistent with the City of Alameda Safe Climate Resolution No. 15510.  The 2019 Horton F-550 Type I Ambulance meets current emission standards for the State of California.

 

RECOMMENDATION

 

Authorize the City Manager to negotiate and execute an agreement for the purchase of one Horton F-550 Type I Ambulance and related equipment in an amount not to exceed $391,464.51.

 

CITY MANAGER RECOMMENDATION

 

The City Manager recommends approval.

 

Respectfully submitted,

Edmond A. Rodriguez, Fire Chief

 

By,

Monique Raqueno, Fire Administrative Services Manager

 

Financial Impact section reviewed,

Elena Adair, Finance Director

 

Exhibit:

 

1.   Quote Package 

 

cc:                     Eric Levitt, City Manager