HomeMy WebLinkAboutRESOLUTION 2025-129 N.C.S. 09/08/2025Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 1
Resolution No. 2025-129 N.C.S.
of the City of Petaluma, California
RESOLUTION APPROVING THE PURCHASE OF AN “AMBULANCE PREP” CHASSIS AND THE
REFURBISH AND REMOUNT OF A CURRENT 2013 PETALUMA AMBULANCE MODULE AND
ACCESSORY EQUIPMENT FOR AN AMOUNT NOT TO EXCEED $360,000 AND AUTHORIZING
THE CITY MANAGER TO EXECUTE ALL DOCUMENTS NECESSARY TO COMPLETE THE
PURCHASE
WHEREAS, the Fire Department’s three front-line ALS Fire-Rescue Ambulances are staffed with cross-
trained personnel who in addition to providing ambulance care and transport services, make up one-third of the
Department’s daily fire and rescue response staffing, and the ambulances are equipped with firefighter’s personal
protective equipment (PPE), self-contained breathing apparatus (SCBA), as well as rescue and firefighting
extinguishers and tools; and
WHEREAS, the Department can save time and money on ambulance replacements via a “remount” of the
oldest reserve ambulance, in which the ambulance box is refurbished and placed on a new truck chassis; and
WHEREAS, to meet the current need, the Department recommends remounting its current Medic 995 reserve
ambulance with Braun Northwest, Inc. and then placing it into service as a front-line ambulance; and
WHEREAS, the Department recommends purchasing a new electric-lift patient gurney and an auto/electric
gurney loader for the remounted ambulance from Stryker Corp.; and
WHEREAS, these purchases are exempt from formal, competitive bidding under Chapter 4.04 of the
Petaluma Municipal Code, as they qualify as “sole-source purchases” given that the vehicle, gurney, and gurney
loader, pursuant to Petaluma Municipal Code Section 4.40.050, can only be purchased from one vendor; and
WHEREAS, the ambulance remount purchase is also exempt from the purchasing requirements under
Petaluma Municipal Code Chapter 4.04, as this purchase is through a cooperative purchasing program, with the
Houston-Galveston Area Council (HGAC) Contract AM10-23, a cooperative purchasing program, and is exempt
pursuant to Petaluma Municipal Code Section 4.40.100; and
WHEREAS, the City’s purchasing ordinance also recognizes an exemption for purchases for an emergency
and, given that prompt ambulance replacement is necessary to avoid interruption of essential public services and
to protect life and health, staff accordingly finds that this procurement also qualifies as an emergency under Public
Health Contract Code Section 1102 and falls within the City’s emergency purchasing exemption; and
WHEREAS, the cost for this remounted Braun Northwest ambulance is $247,692.07 and includes a new
truck cab and chassis, the base ambulance remount/refurbish cost, tax, delivery, and some of the essential
equipment; and
Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 2
form:
WHEREAS, the cost for the electric-lift patient gurney and auto/electric gurney loader is $90,621.48; and
WHEREAS, additional items needed to completely outfit an ambulance, including firefighting/rescue gear,
is estimated to be an additional $20,000; and
WHEREAS, the purchase of a replacement ambulance vehicle is exempt from the California Environmental
Quality Act (CEQA) pursuant to CEQA Guidelines Section 16061(b)(3), the common sense exemption, as the
purchasing of a replacement ambulance chassis and accessory equipment, with no or negligible expansion in the
use, will not have a significant effect on the environment; and
WHEREAS, the purchase of a replacement ambulance vehicle also is exempt from the California
Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Section 15301 (existing facilities) and Section
15302 (replacement) as the equipment will be used to replace equipment on an existing ambulance.
NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Petaluma as follows:
1. The above recitals are hereby declared to be true and correct and are incorporated into this resolution as
findings of the City Council.
2. Finds that the purchase of a replacement ambulance vehicle is exempt from the California Environmental
Quality Act (CEQA) pursuant to CEQA Guidelines Section 16061(b)(3), the common sense exemption,
as the purchasing of a replacement ambulance chassis and accessory equipment, with no or negligible
expansion in the use, will not have a significant effect on the environment.
3. Finds that the purchase of a 2026 Ram 3500 4x4 “Ambulance Prep” chassis and the refurbish and remount
of a current 2013 Petaluma ambulance module from Braun Northwest Inc., Chehalis, WA, complies with
the City’s bidding requirements as the vehicle can only be purchased from a single vendor and is purchased
under a cooperative purchasing program.
4. Finds that the purchase of an electric-lift patient gurney and auto/electric gurney loader from Stryker Corp.
complies with the City’s bidding requirements as the vehicle can only be purchased from a single vendor.
5. Authorizes the City Manager to execute all documents necessary to purchase one 2026 Ram 3500 4x4
“Ambulance Prep” chassis and the refurbish and remount of a current 2013 Petaluma ambulance module
from Braun Northwest Inc., Chehalis, WA; an electric-lift patient gurney and auto/electric gurney loader
from Stryker Corp.; and all associated equipment, in the amount not to exceed $360,000.
Under the power and authority conferred upon this Council by the Charter of said City.
REFERENCE: I hereby certify the foregoing Resolution was introduced and adopted by the
Council of the City of Petaluma at a Regular meeting on the 8th day of September
2025, by the following vote:
Approved as to
City Attorney
AYES: McDonnell, Barnacle, Cader Thompson, DeCarli, Nau, Quint, Shribbs
Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 3
NOES: None
ABSENT: None
ABSTAIN: None
ATTEST:
City Clerk Mayor
Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 4
EXHIBIT A
AMBULANCE REMOUNT PROPOSAL
Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 5
Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 6
EXHIBIT B
GURNEY AND GURNEY LOADER PROPOSAL
Docusign Envelope ID: 7EAC5EF1-5222-402E-9B92-8A505B9B36AA
Resolution No. 2025-129 N.C.S. Page 7
-·
PlOCare Total:
stryker
Powered System- 2025
QucleNu...,er: 11131487 Remit o: Sttym Sa,!es, DLC
21343 KBTWORK PLAOB
CHICAGO IL 60673--1213
US,A
P�red Fm:
Expire·:c,n Date:
Con1racl starl:
Ccnlracl Emit
OllY OF PElii"<LUMA FlRE DEPT
Atln:
1161Hl/2025
ll!l/ll8!2025
0611(l/2()25
06/IJQ/2026
Rep:
Em
Rh<>neNlmber:
Md!Jilec:
Kiissy Oliver
krissy.dl..-er@stryLer..com
(ll25l 51l7-12:!51
(ll25l 51l7-12:!51
# Product lle'5Cl'iptillfl Months Qty List Price Sell Price Total
6.2 PCM'ERLOAD--PROCARE 72 1 $2.352.DD $H.712.00 $11;712.00
fl.ti L.IIIJor 1hliil:I Pricw:11� MM'111:rlancr -lBat:11:r1e11
P111ice Totals:
Estimated Sal'es Ta><(9.250%): $5,,94].39
Fre.ighll'Sl,.ippin91: $875.132
Gr.arnd Total: $90,62].48
P�ices:.In effect for 30 days
Terms: Net 30 Days
"Fenns andlCond1tio11s::
Deal Consummation: This is ,a quote ,and not ,a commitment. This quote is subject to final credit pricing. and documentation
approval. Legal documenta,tion must be signed before your equipment can be delivered. Documentation will be provided upon
complellion of our review proGe.ss and y,our selec�ion of a payment schedul-e. Co:nmdentiality N'otice: Recipient will not dis:close to
any third paity the·terms of thii. quote or any other information. including any pricing or di.scmmts,.offered to be provlided by
Stryker to Recipient in connection with this quote. without Srryker's prior written ap,prov,al. except as may be requested by law
or by lawful order of ,any applicable government age-illcy. A copy of S�ryker MedicaI's terms ,and co:ndillions can be fou:nd ,at htlps://
teclhweb.stryker.corn/Terms Colldifilons/index.html..