Submitted By: Christina Guy
Presentation By: John King
end
Department: Fleet

FORMAL TITLE:
title
Informational Item regarding the replacement of engine, transmission, and refurbishment of aerial waterway of Tower One in the amount of $97,393
end

OCALA’S RELEVANT STRATEGIC GOALS:
Operational Excellence

PROOF OF PUBLICATION:
N/A

body
BACKGROUND:
Over its ten years in service, Unit 05-194, an E-One Aerial Platform Tower (Tower One), has accumulated over 6,200 engine hours, equivalent to 248,000 miles. Due to the vehicle’s age and frequent use, both the engine and transmission exhibit noticeable wear. Additionally, the aerial waterway system has significant leaks.
FINDINGS AND CONCLUSIONS:
Due to persistent mechanical issues affecting Tower One, Fleet Management has found it to be necessary to replace the engine, transmission, related components, and fully refurbish the waterway system. Completing this refurbishment will improve reliability, prolong the operational lifespan of this essential frontline apparatus, and support firefighters in maintaining safe and effective emergency response capabilities.
Cost estimates for this work were obtained through an informal quote process to ensure a competitive, cost-effective, and timely solution. Ocala Freightliner was chosen as the most economical option for engine and transmission replacement, with a quoted price of $90,304. For waterway repairs, On-Scene Repair and Maintenance was selected at a cost of $7,089. The combined cost for this project amounts to $97,393.
Fleet Management sought a procurement exception to purchase the repair and replacement services on an emergency basis. Pursuant to Procurement Policy PRO-070, emergency purchases may be authorized where: (1) there is an unforeseen or unanticipated urgent and immediate need; and (2) compelling the utilization of standard procurement procedures would hinder the protection of public policy, result in the disruption of essential City Operations, and/or result in the City suffering a sufficient loss. The Procurement and Contracting Officer approved the exception request after receiving written authorization for the purchase from Peter Lee, City Manager. This Informational Item advising City Council of the procurement has been calendared in compliance with Procurement Policy PRO-070.
FISCAL IMPACT:
Funding for this refurbishment is allocated in account 120-019-602-522-66-64010 - Fire CIP Machinery and Equipment.
PROCUREMENT REVIEW:
These goods and services were procured in compliance with the City’s Procurement Policy.
LEGAL REVIEW:
N/A. The terms and conditions in the City’s Purchase Order will govern this purchase.
ALTERNATIVE:
• Approve with Changes
• Table
• Deny