Placement: Consent Agenda
Action Requested: Motion / Vote
title
Approval to Piggyback FDOT's DOT-ITB-24-9098-SJ and Resulting FDOT Contract #CR946 for FDOT Approved Products List (APL) Traffic Equipment under City Contract #20260082 for the purchase of emergency vehicle preemption systems.
body
Submitted By: Kevin Eggleston, Procurement Contracting Officer I, Procurement Management Division (PMD).
Strategic Plan Link: The City's Goal of high-quality infrastructure and facilities.
Summary Brief (Agreements/Contracts only)
1. Prepared by: Kevin Eggleston, Procurement Contracting Officer I, PMD.
2. Parties: City of Port St. Lucie and Temple, Inc.
3. Purpose: To improve emergency response times by enabling the clearance of traffic for first responders.
4. New/Renewal/Modified: New.
5. Duration: The initial term is from the date of execution through June 5, 2026.
6. Benefits to Port St. Lucie: Improved emergency response times, increased public and responder safety, and more efficient traffic flow.
7. Cost to Port St. Lucie (Annual and Potential): The total cost is $535,848.00, which includes the installation of 83 preemption systems and a 10-year data plan.
Presentation Information: N/A.
Staff Recommendation: Move that the Council approve, per City Code of Ordinances, Section 35.08(a)(9)(b) (piggyback exception to formal bidding), to Piggyback FDOT's DOT-ITB-24-9098-SJ and resulting FDOT Contract #CR946 with Temple, Inc. for FDOT Approved Products List (APL) Traffic Equipment.
Alternate Recommendations:
1. Move that the Council amend the recommendation and approve Piggybacking FDOT's DOT-ITB-24-9098-SJ and resulting FDOT Contract #CR946 with Temple, Inc.
2. Move that the Council not approve and provide staff with direction.
Background: Emergency vehicle preemption systems are used to improve response times and safety by temporarily adjusting traffic signals to provide a clear path for first responders traveling to emergency incidents. The Glance TIMM 5...
Click here for full text