Skip to main content
City of Yuma Logo
File #: MC 2026-065    Version: 1 Name:
Type: motion Status: Agenda Ready
File created: 3/23/2026 In control: City Council Meeting
On agenda: 4/15/2026 Final action:
Title: Cooperative Purchase Agreement: Two Ambulances
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

 

 

STRATEGIC OUTCOMES

ACTION

Department:

Safe & Prosperous

Motion

Finance

Active & Appealing

Resolution

 

Respected & Responsible

Ordinance - Introduction

Division:

Connected & Engaged

Ordinance - Adoption

Procurement

Unique & Creative

Public Hearing

 

TITLE:

title

Cooperative Purchase Agreement: Two Ambulances

 

end

 

SUMMARY RECOMMENDATION:

Summary Recommendation

Authorize the purchase of two ambulances, utilizing the cooperative purchase agreement issued by the Houston-Galveston Area Council (HGAC) for an estimated amount of $745,392.23 (including tax) to Republic EVS, Huntington Beach, California. (Fire-CPA-26-278) (John Louser/Robin R. Wilson)

 

end

 

STRATEGIC OUTCOME:

This action supports the City Council’s strategic outcome of Safe and Prosperous by ensuring the delivery of reliable and timely emergency medical services through the replacement of aging ambulances, the continued maintenance of operational readiness, and the utilization of a cooperative purchase agreement to promote cost-effectiveness and efficiency in the use of the City’s public funds.

 

REPORT:

Existing units are nine years old and have exceeded their practical service life due to age and high mileage. As a result, they require increasingly frequent maintenance and repairs, leading to greater downtime and reduced operational readiness. Replacing these vehicles will improve fleet reliability, reduce service interruptions, and help ensure continued compliance with the Certificate of Necessity (CON).  Purchasing two new ambulance units will allow the department to shift the units to reserve status and move two current reserve units to surplus. 

 

The replacement cycle is nine years based on the City’s CON with the Department of Health Services.  Build time is two years after receipt of order.

 

 

FISCAL REQUIREMENTS:

CITY FUNDS:

$ 745,932.23

BUDGETED:

$ 746,000.00

STATE FUNDS:

$ 0.00

AVAILABLE TO TRANSFER:

$ 0.00

FEDERAL FUNDS:

$ 0.00

IN CONTINGENCY:

$ 0.00

OTHER SOURCES:

$ 0.00

FUNDING ACCOUNT/FUND #/CIP:

TOTAL

$ 745,392.23

Equipment Replacement Fund

 

FISCAL IMPACT STATEMENT:

Sufficient budget capacity is provided in the FY 2026 City Council approved budget to make this purchase.  Cash will be encumbered, reserved the City’s investment pool and carried forward to future years’ budgets until the unit is received.

 

ADDITIONAL INFORMATION:

SUPPORTING DOCUMENTS NOT ATTACHED TO THE CITY COUNCIL ACTION FORM THAT ARE ON FILE IN THE OFFICE OF THE CITY CLERK:

 

NONE

 

IF CITY COUNCIL ACTION INCLUDES A CONTRACT, LEASE OR AGREEMENT, WHO WILL BE RESPONSIBLE FOR ROUTING THE DOCUMENT FOR SIGNATURE AFTER CITY COUNCIL APPROVAL?

 

Department

City Clerk’s Office

Document to be recorded

Document to be codified

 

Acting City Administrator:

Date:

John D. Simonton

04/05/2026

Reviewed by City Attorney:

Date:

Richard W. Files

04/03/2026