Skip to main content
File #: ID#25-0654    Version: 1 Name: Authorize to Purchase Vehicles and Equipment 25-26 Vehicle Replacement List
Type: Action Item Status: Agenda Ready
File created: 7/14/2025 In control: General Services
On agenda: 8/4/2025 Final action:
Title: Authorize the purchase of vehicles (heavy and light duty) and equipment in the not-to-exceed amount of $12,713,580.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback, 2.563(1)(d) Non-competitive purchases, and 2.561(5) Small Purchases; Authorize an increase to purchase order with Enforcement One of Oldsmar, FL for the upfit of ten Ford Police Interceptors in an amount of $169,172.75 bringing the purchase order total to $444,172.75 pursuant to ITB 46-22; Declare the vehicles and equipment being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code Section 2.623(7)(c) public auction or (e) trade-in; Authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest and authorize the appropriate officials to execute the same. (Consent)
Attachments: 1. FINAL_VRL 25-26 07072025.pdf, 2. BCSO-Vehicle-Contract-22-27-1.0-Duval-Ford.pdf, 3. FSA24-VEL32.0 Cooperative Purchasing Program.pdf, 4. FSA23-VEH21.0 Cooperative Purchasing Program.pdf, 5. FSA23-EQU21.0 Cooperative Purchasing Program.pdf, 6. OMNIA EV2671-01.pdf, 7. NAF-032824.pdf, 8. NAF- 091521.pdf, 9. STATE OF FL 2510000-23-STC TROPICAL FORD (Executed).pdf, 10. STATE OF FL 2510000-23-STC BOZARD FORD (Executed).pdf, 11. 25101600-21-STC (Step One Automotive FD CW, LLC.).pdf, 12. 25101600-21-STC (Tampa Truck Center LLC.).pdf, 13. STATE OF FL 25101900-21-STC 2 WESCO (Executed).pdf, 14. STATE OF FL 25101900-21-STC 2 JEFFREY ALLEN (Executed).pdf, 15. STATE OF FL 25101900-21-STC 2 DEERE (Executed).pdf, 16. STATE OF FL 2210000-21-STC 2 Alta (Executed).pdf, 17. STATE OF FL 2210000-21-STC 2 BEARD(Executed).pdf, 18. STATE OF FL 2210000-21-STC 2 DOOSAN(Executed).pdf, 19. STATE OF FL 2210000-21-STC 2 FEDERAL CONTRACTS(Executed).pdf, 20. STATE OF FL 2210000-21-STC 2 TEXAS TRAILERS(Executed).pdf, 21. Marked Patrol Quote Harness _4752_from_Enforcement_One_Inc.pdf, 22. Marked Patrol Quote No Harness _4752_from_Enforcement_One_Inc.pdf
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

SUBJECT/RECOMMENDATION:

Title

Authorize the purchase of vehicles (heavy and light duty) and equipment in the not-to-exceed amount of $12,713,580.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback, 2.563(1)(d) Non-competitive purchases, and 2.561(5) Small Purchases; Authorize an increase to purchase order with Enforcement One of Oldsmar, FL for the upfit of ten Ford Police Interceptors in an amount of $169,172.75 bringing the purchase order total to $444,172.75 pursuant to ITB 46-22; Declare the vehicles and equipment being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code Section 2.623(7)(c) public auction or (e) trade-in; Authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest and authorize the appropriate officials to execute the same. (Consent)

Body

SUMMARY: 

The Fleet Division is requesting consolidated expenditure authorization in a not-to-exceed amount of $12,713,580.00 for the acquisition of vehicles and equipment as outlined in the attached spreadsheet. These purchases are intended to replace designated units scheduled for replacement in Fiscal Year 2026, which have reached the end of their useful and economic life.

 

Determination of end-of-life status is based on several factors, including but not limited to:

                     Age and life-to-date performance

                     Mileage and hours of operation

                     Historical maintenance costs compared to similar units

                     Operating cost per mile or hour

                     Ongoing and anticipated repair needs

                     Overall physical condition

 

The attached spreadsheet outlines the full list of vehicles and equipment planned for purchase.  This includes an additional $5,050,100.00 for the acquisition of heavy-duty equipment for Solid Waste and Recycling and Public Works, which was previously approved by the Council under Item #25-0501 on 06/18/25 and Item #25-0596 on 7/10/25.  This request seeks authorization for the remaining funding needed to complete the purchases.

 

Due to continued delays in manufacturing and order fulfillment, the Fleet Division is seeking approval to begin the procurement process for the vehicles and equipment identified on the FY26 vehicle purchase/replacement list in advance of the FY26 budget, which begins October 1, 2025. In addition to extended lead times, vehicle order banks remain unpredictable and can open and close without notice. Early ordering will enable Fleet to secure placement ahead of other municipalities that may submit orders later. This authorization will also help protect the City from anticipated price increases to be made based on current quotes.

 

 

 

Piggyback Procurement Authorization

Authorization is requested to piggyback off the following cooperative contracts, pursuant to Clearwater Code Section 2.563(1)(c):

                     Bradford County Sheriff's Office (BCSO)

o                     Contract No. BCSO 22 27-1.0 valid through 09/12/2027

 

                     Florida Sheriffs Association (FSA)

o                     Contract No. FSA24-VEL32.0 - Pursuit, Administrative & Other Vehicles valid through 09/30/2025

o                     Contract No. FSA23-VEH21.1 - Heavy Trucks valid through 9/30/2025

o                     Contract No. FSA23-EQU21.0 - Heavy Equipment valid through 9/30/2025

 

                     Omnia Partners (City of Kansas City, MO)

o                     Contract No. EV2671-01 - Utility, Transportation, and Golf Vehicles valid through 12/31/2026

 

                     Sourcewell (formerly NJPA)

o                     Contract No. 032824-NAF - Class 4-8 Chassis & Related Equipment valid through 7/9/2028

o                     Contract No. 091521-NAF - Cars, Trucks, Vans, SUVs, Cab Chassis, & Other Vehicles valid through 11/8/2026

 

                     State of Florida, Department of Management Services

o                     Contract No. 25100000-23-STC - Motor Vehicles valid through 5/16/2026

o                     Contract No. 25101600-21-STC - Medium & Heavy Trucks valid through 9/30/2026

o                     Contract No. 25101900-21-STC - Agricultural & Lawn Equipment valid through 12/31/2026

o                     Contract No. 2210000-21-STC - Construction & Industrial Equipment valid through 6/30/2027

 

Authorization to add additional piggyback contracts is requested as needed to ensure the City is receiving the most competitive pricing for vehicles and equipment which will be monitored by the Procurement Division. Should a specific vehicle model become unavailable, Fleet requests authorization to procure a comparable vehicle with similar features, in accordance with procurement requirements.

Authorization to procure optional features not included on the piggyback contract, as impractical, due to delay in receipt of vehicle and/or equipment, possible void of warranty for after-market items, manufacturer delay in receiving parts, etc., pursuant to Clearwater Code 2.563(1)(d). Procuring optional features directly through the dealership often results in pricing below Manufacturer Suggested Retail Price (MSRP). This will be monitored for compliance by the Procurement Division.

While most of the vehicles and equipment are procured through piggyback contracts, for those that do not fall under this category, authorization is requested to procure these vehicles and equipment through competitive quotes pursuant to Section 2.561(5) Small Purchases, for items under $50,000.00. This will be monitored for compliance by the Procurement Division.

Additionally, in good faith, Alan Jay has reserved ten Police Interceptors for the City of Clearwater, contingent upon approval of this authorization. To upfit these ten vehicles to road ready condition, Fleet is requesting an increase to our current purchase order with Enforcement One in the amount of $169,172.75, bringing the purchase order total to $444,172.75.

Fleet and the Police Department are also requesting to retain 15 Ford Interceptors, vehicles G4257, G4393, G4396, G4397, G4398, G4400, G4401, G4541, G4543, G4676, G4698, G4707, G4708, G4709, and G4711, to maintain a surplus of vehicles available when others are undergoing repairs or are temporarily out of service. Industry standards recommend a 10-15% surplus for active fleets and retaining these vehicles will help meet that target. These holdover vehicles will not be replaced once they become inoperable or too costly to maintain, instead each year we will assess the fleet replacement list and holdover “newer” vehicles to maintain this surplus.

Once the new vehicle is road ready, including installation of graphics, accessories, and any required upfitting, with Council authorization, the corresponding vehicles and equipment identified for replacement will be declared surplus and transferred for disposal.  Surplus assets will be sent to Royal Auction Group which was competitively solicited by Pinellas County under Contract No. 190-537-R, valid through November 16, 2027.

APPROPRIATION CODE AND AMOUNT:

Budget is available, planned with lease/purchase financing, in capital project L1910, Motorized Vehicle Replacement - L/P, and L2301, Motorized Vehicle Purchase - L/P to fund these purchase orders. This project is budgeted as lease/purchase for short term financing; debt payments are included in fleet charge backs of the user departments.

 

Fund Impacted:

 

 

 010

 General Fund

          5,032,675.00

 L1910

 419

 PW-Stormwater

          1,724,000.00

 L1910

 419

 PW-Parking

              111,000.00

 L1910

 421

 Public Utilities 

          1,643,600.00

 L1910

 423

 Gas

              904,000.00

 L1910

 424

 Solid Waste

              868,000.00

 L1910

 555

 Customer Service/IT

                35,000.00

 L1910

 565

 General Services

              650,600.00

 L1910

 566

 General Services

              389,000.00

 L1910

 

 Total Replacements - L1910

 $     11,357,875.00

 

 

 

 

 

 

 Penny 94238

              327,050.00

 Cash

 

 Garage Equip-Cash 94233

              110,080.00

 Cash

 

 Police L2301

              132,075.00

  L2301

 

 Solid Waste L2301

              187,500.00

  L2301

 

 Public Works L2301

              145,000.00

  L2301

 

 Public Utilities L2301

              165,000.00

  L2301

 

 Gas L2301

              118,000.00

  L2301

 

 Bldg & Maint L2301

              171,000.00

  L2301

 

 Total New Purchases

 $       1,355,705.00

 

            Total - Consolidated Authorization

 $     12,713,580.00

 

 

 

 

 

 

 Previously Approved

 

 

 Solid Waste L1910

              986,000.00

 L/P - L1910

 

 Recycling L1910

          2,027,000.00

 L/P - L1910

 

 Solid Waste L2301

          1,526,000.00

 L/P - L2301

 

 Public Works C1908

              511,100.00

 L/P - L2301

 

 Total Previously Approved

 $       5,050,100.00

 

 

 

 

 

 

 Grand Total All Vehicles

 $     17,763,680.00

 

 

 

Total 25/26 Vehicle Replacement Budget

 $          17,763,680

Total for 24/25 Vehicle Replacement Budget

 $          17,575,900

Budget Change 25/26 vs 24/25

 $                  187,780

Budget Increase/Decrease

1%

 

STRATEGIC PRIORITY:

1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts.