Loading...
HomeMy WebLinkAboutItem #02 4-Yr. Lease-Purchase of City Vehicles AGENDA ITEM COVER SHEET Meeting Date: December 5, 2006 Item # ')..., Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: ;dJt-- Subject: 4-Year lease-Purchase of New and Replacement City Vehicles & Equipment for FY 06/07 Background Summary: The budget for Fiscal Year 06/07 includes the lease-purchase of new and replacement vehicles and equipment. The Florida Sheriff's Association (FSA) & Florida Association of Counties/Florida Fire Chief's Association and other governmental agency bids were reviewed for the best pricing based on factors such as price and options available. Issue: Authorization is needed to piggyback the respective contracts for the items listed. It is the intent of Staff to consolidate the financing for the vehicles and equipment being purchased in order to realize a savings on the interest rate. This lease-purchase agreement is for four (4) years, and is the second of two lease agreements needed to finance the remainder of the budgeted vehicles and equipment. Recommendations Staff recommends that the City Commission: 1) Approve piggybacking on the Florida Sheriffs Association & Florida Association of Counties contract for the listed vehicles and equipment; 2) Approve piggybacking on the Bay County, Lake County, and Florida Department of Education contracts for the listed vehicles and equipment; 3) Approve purchasing, as opposed to financing, the three (3) half-ton pickup trucks for the Building Department; and 4) Authorize staff to secure financing through Suntrust Bank for the vehicles listed, and authorize the Mayor, City Clerk, and Staff to execute the Lease-Purchase Agreement Schedule No. 11 and related documents for the amount of $827,387.00. Attachments: 1. Consolidated List of vehicles to be leased/purchased. 2. Lake County Bid/Quote 3. Bay County Bid/Quote 4. FDOE Bid/Quote Financial Impact: The 4-year financing of$827,387.00 through Suntrust Bank at an interest rate of 4.123%, which will be Schedule No. 11 to the existing Master-Lease Agreement, to close on or before December 30, 2006. The total cost of vehicles purchased with budgeted funds is $110,388.00. Type of Item: (please mark with an "x'? Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution ~ Commission Approval Discussion & Direction For Clerk's DeDf Use: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk ~ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ---(h'Yfl &.ik1J)It{}/L, N/A N/A N/A 2 City Manager Robert Frank Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mayor S. Scott Vandergrift STAFF REPORT DATE: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing AgenC(fJ- November 27,2006 TO: FROM: RE: 4-Year lease-Purchase of New and Replacement Vehicles & Equipment for FY 06/07 ISSUE: The budget for Fiscal Year 06/07 includes the lease-purchase of new and replacement vehicles and other equipment. Authorization is needed to piggyback the FSA contract and the Bay County, Lake County, and FDOE contracts for the items listed. It is the intent of Staff to consolidate the financing for the vehicles and equipment being purchased in order to realize a savings on the interest rate. This lease-purchase agreement is for four (4) years, and is the second of two lease agreements needed to finance the remainder of the budgeted vehicles and equipment. BACKGROUND & DISCUSSION: The Florida Sheriffs Association (FSA) & Florida Association of Counties/Florida Fire Chiefs Association bids were reviewed for the best pricing on the vehicles based on factors such as price and options available. The City of Ocoee participates each year in the FSA co-op bid, and the bid encompasses dealerships in the Western, Northern, Central, and Southern parts of the State of Florida. The bids and quotes for Bay County, Lake County, and Florida Department of Education are attached. A copy of the FSA bid is available at http://www.flsheriffs.orglcontent/44/File/06-14-0821 Bid Award.pdf. The consolidated list of vehicles to be financed is attached including the vehicles to be purchased. Because the three (3) half-ton pickup trucks for the Building department came in substantially less than budgeted, Staff recommends to purchase those outright, as opposed to financing, as they are well under the $20,000.00 threshold for financing. The total cost for the vehicles requiring financing approval is $827,387.00 at an interest rate of 4.123% through Suntrust Bank. The total cost of vehicles purchased with budgeted funds is $110,388.00. 1 CITY OF OCOEE VEHICLES & EQUIPMENT LEASE/PURCHASE FISCAL YEAR 06/07 Police 2007 Ford Freestar 16,899 16,899 FL Sheriff's Assn. 06-14-8021 7 passenger mini van & FL Assn of Counties White, additional options per dealer. & FL Fire Chiefs Coop. Bid Police 2007 Ford Freestar 17,264 17,264 FL Sheriff's Assn. 06-14-8021 7 passenger mini van, w/shop manuals & FL Assn of Counties White, additional options per dealer & FL Fire Chiefs Coop. Bid Community Dev/Building 2007 Ford F-150 4x2 Pickup Truck 12,717 12,717 FL Sheriffs Assn. 06-14-8021 White, additional options per dealer & FL Assn of Counties w/shop manuals & FL Fire Chiefs Coop. Bid Community Dev/Building 2007 Ford F-150 4x2 Pickup Truck 2 12,352 24,704 FL Sheriff's Assn. 06-14-8021 White, additional options per dealer & FL Assn of Counties & FL Fire Chiefs Coop. Bid UtilitiesIW ater 2007 Ford F-150 4x2 Pickup Truck 12,841 12,841 FL Sheriff's Assn. 06-14-8021 White, additional options per dealer & FL Assn of Counties Heavy duty towing pkg. & FL Fire Chiefs Coop. Bid U tilitiesIW astewater 2007 Ford F-150 4x2 Pickup Truck 13,226 13,226 FL Sheriff's Assn. 06-14-8021 White, additional options per dealer & FL Assn of Counties Heavy duty towing pkg, tool box & FL Fire Chiefs Coop. Bid UtilitieslW astewater 2007 Ford F-150 4x2 Pickup Truck 12,737 12,737 FL Sheriff's Assn. 06-14-8021 White, additional options per dealer & FL Assn of Counties tool box & FL Fire Chiefs Coop. Bid CITY OF OCOEE VEHICLES & EQUIPMENT LEASE/PURCHASE FISCAL YEAR 06/07 Fire 2007 Pierce Enforcer Custom Pumper 347,875 347,875 Lake County Contract 99-150 Engine w/additional options per dealer. Park/Rec 2006 Thomas 65 pass school Bus 82,500 85,500 FL Dept of Education 2005-15 White, w/ additional options Public Works/Stormwater 2007 Kaiser Walking Excavator 252,850 252,850 Bay County Contract 05-57 2 sets of operator manuals w/additionaloptions Community Dev/Building 2007 Ford Explorer 4x4 SUV 21,685 21,685 FL Sheriff's Assn 06-14-0821 4-door, white w/additional options & FL Assn of Counties Shop manuals & FL Fire Chiefs Coop. Bid Engineering 2007 Ford F-150 4x4 Pickup Truck 20,216 20,216 FL Sheriff's Assn. 06-14-0821 White, w/additional options per dealer & FL Assn of Counties Shop manuals, power windows/locks & FL Fire Chiefs Coop. Bid Public Works/Fleet 2007 Ford F-350 4x2 Pickup Truck 22,701 22,701 FL Sheriff's Assn. 06-14-0821 White, w/additional options per dealer & FL Assn of Counties Shop manuals, Dual Rear Wheel, tow pkg & FL Fire Chiefs Coop. Bid Public Works/Streets 2007 Ford F-450 4x4 Dump Truck 36,310 36,310 FL Sheriff's Assn. 06-14-0821 White, w/towing package, & FL Assn of Counties & additional options per dealer & FL Fire Chiefs Coop. Bid UtilitiesIWater 2007 Ford F-250 4x2 Pickup Truck 20,414 20,414 FL Sheriff's Assn. 06-14-0821 White, w/towing package, Standard & FL Assn of Counties Service Body & additional options per dealer & FL Fire Chiefs Coop. Bid CITY OF OCOEE VEHICLES & EQUIPMENT LEASE/PURCHASE FISCAL YEAR 06/07 Utilities/W astewater 2007 Ford F-350 4x2 Pickup Truck White, w/additional options per dealer Shop manuals, Single Rear Wheel, tow package 22,836 22,836 FL Sheriffs Assn. & FL Assn of Counties & FL Fire Chiefs Coop. Bid 06-14-0821 _______..mI-._ -.-.-.:111 _ t----....J..II ----.E~-.I NOV-22~20a6 11:50 TEN-8 FIRE EQUIPMENT INe 40'i' 326 seED P. Et2 '--. (;ity (If Ocoee FiR Departmcnt l63B~1h Bluford Avenue Ocoee.. Plorida :J476J , PROPOSAL FOR FIJRNISfUNC nu APP~IlA1't1S November 22nd 2006 -'---- The undcr$ib'lled is prllpared 10 manufaOturo for you, upon an order being placed by you, fo~ final acccptanec by pjcn:. Manufaclurin8. Jnc., 81 it~ home office in Appleton. Wisconsin,lhe apparatus and' equipment herein named and for the following pricu: . One Piers:~greer ClA8tom P~l'er per the cncll,).sed_l?ropusal. $ 347.875.00 Per thf cOlllrlcl', a pricing co,,?publtiOl1liul\1maJy ill intludc:d' on the following page tor your review. Discounu &R availabie a.t a rate of 5.So/..-APK for DOl proaress pa)'mcots made to Pierc:o prior _t.'!!~~ deU\let)'j , ' final payment due UJ10n delivery lUId acccptlUlc:e. Totll $ 347,875.00 '- Said apparatus and c'Iuipment are to be ~uilt and shipped in accordance with tbe speeificiltio,lS hereto 4uached, delay, due tn slrik~s, war, or intentional conflict, failures to obtain chassis, macer.."" or other cauaea beyond our control not preventing, within about _~ working da)'s after recltipt <lftbls order and the aceepr.anr:e thereof III our office oil' Appleton. Wilc~nsin, and to be delivc~d to you lit the Cit)' of Ocoee Fire DeplU'tmcnt - 563 Soulb BlufQro J( venue - Ocoee. Florida ___~__ _~_.. The apecificllions herein contained shall fann a part ofthc flnaJ contract. and arc subject to changes desired by tbe pun:itaser, provided such alterations ate interlined prior to the acceptance by the company of the Drder to purchase, and provide~ sucl\ alterations do not maaerially ,fleet the COst of the conStruction oftlle appal'llIUS. The proposal for tire apparatus ~nfom\' with all Federal Department of TranlJportation (DOT) rules and ~8Ulalions in cf'feel Cltllw rlmo of bid. ond with all Nationlll Fire Protection AS5oci.ntion (NFP~) Guidelines for Automotive fir" Appare1Us a~ published Dtlhc lime ot'bid, ""cept II!! modified by custonKlf spoeifications. Any iflcreascd coslS incurred by fiBt pany btltausC off\nun: changes in or additions to said DO'f or NFPA standards wlll bt passed alon; to tile cu~omcrs as an addition to the price Sel forth above. Unless accepted within 30 days ITom date. the right is teslSrvlld to withdraw chis proposition. ggu~ -- ~, god Sa1€SOSl.O... 3n3S3M 3~I~ 33030 01:...1 900a 1a ^O~ ~ --~~- --~~I~._- -~-~.. ---..._~ NDV-22-2006 11:51 ,,-. '- ......... ....d TEN-e FIRE EQUIPMENT INC 4~ 32B SOO3 P. OJ CITY OF OCOEE FIRE RESCUE PIERCE ENFORCER CUSTOM PUMPER .PRIClNG COMPUTATION SUMMARY PER LAKE COUNTY CONTRACT NO. 99-150 FISCAL YEAR 200611007 Apparatus Base Cost 4% Mark-up over Base Cost $238,645.00 $9,546.00 $58,144.00 . $5,-814.00' . $35,726.00 Standard Options at Cost · 10% Mark~up on Options Loose F..quipment per Quote #Q111328 Final Apparatus Price, FOB Oeoee, FL $347,875.00 · (Cost of Options is obtained by subtracting Apparatus Base Cost from Apparatus Cost with Options)(See enclosed Component Lists). ScHESOSl.O... 3n~S3~ 3~I~ 330~O 01:...1 900Z lZ ^OW TOTAL P.W MODIFICATION OF CONTRACT LAKE COUNTY FLORIDA 1. Modification No.: 14 Effective Date: May 22, 2006 2. Contract No.: 99.150 Effective Date: July 19, 1999 3. Contracting Officer: Roseann Johnson, CPPB Telephone Number: (352) 343-9165 5. Contractor-Name and address: Pierce Mfg. Inc PO Box 2017 Appleton, WI 54913 Attn: Robert Boggus 4. Issued By: Lake County, Florida Procurement Services Lake County Administration Building 315 W. Main St., Suite 416 Tavares Florida 32778-7800 6. SPECIAL INSTRUCTIONS: If Indicated, contractor Is required to sign Block 8 showing acceptance of the below'written modification and return this form to addre~s shownln Block 4 within ten (10) davs after receipt. preferably by certified mall to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to orlQlnal of contract which was orevlouslv provided. 7. DESCRIPTION OF MODIFICATION: Extend contract through May 21, 2007, per special terms and conditions, item 4. 8. Contractor's Signature: REQUIRED Name 9. Lake County, Florida By: Title ~cttLd~ ~~ Contracting Officer c;1 Date 10. Distribution: Original - Bid No. 99.150 Copies ~ Contractor Publlc$afety Contracting Officer Ten-8 Fire Equipment Inc ~~ ~9 ZI)O~ Date / .. 11/03/2006 FRI 10:05 FAX 407 859 9165 GREAT SOUTHERN CONST EQ GRELT SOUTHERN CONSTRUCTION EQUIPMeNT co. October 5, 2006 City of Ocoee 150 North Lake Shore I>rlve ~. Florida 34761 Attn,: Steven Kn1g Wrt, are pleased to offer for your consid~ration, the following equipment purcha.~ proposal. One New W07 KlUscr Model 52 Gator 4x4 Walking Excavator equipped with: . ~e,kin8 Turbocharged Diesel Engine Rated @ 132 Borsepower . Gator Serres Logs for Added Mobility . . &tendable Stick for a Bucket Reach of 26' 7" . Enclosed ROPS Ca~, Hyd(aulicaUy Titting for Service - 52 x '2Q.S-20 26 Ply, Front and Rear Tirer; . Heavy Duty Cooling System with Hydraulically Driven Fan . . Biodegradable Oil . Air Conditioning - Power tilt Pl'.9 Rydraulie Bucbt Rotat~r - Lower Windshield Protection . Automatic Lubrication System .60" Oralllling Bucket . Hydraullc Rotary Mower - 2 Complete Sets of Operators; Pans aOO Service Mahuals . 3 Complete So~ of Keys . MaintenancelOpenuor Training WllJTanty: l Year Il'OO Hour SALE PRICE... ........... ............. ... .... ......"..... ...... ............................$ 252,850.00 ACCEPTED BY: PREPARED BY: 'crry OF OCOBE BRIAN BlTTTON-SALBS RBPRBSBNTA TIVE 1301 Central Florida Parkway Orlando, FL 32837 (407) 859-9160 Fal< (407) 859-9165 Ol18ndo . Tampa . Ft, Myers . A. Lauderd1tlo . Jacksonville . Savannah ~003/003 ( 11/15/2005 15:28 8132473397 GS EQUIPMENT PAGE 02/02 [Kaiser Prlclna Ba'! County .Art No. DQScrlotlon Price USD Base MachIne Version S2.4lncludes 236,400.00 2000095 Kaiser Sz.4 Gator4x4' 10km/h 2090415 AIr CondiUonlng . us Speo Roof Mounted 25,000 btu 2000225 B\o Dearadable Oil Pan.HLP $ynth 46 Instead 10.011 2405975 powertilt us version ootlonal Ecuioment 2000228 Auto-lubrication Upper & under carMac6 9.500.00 2410012 Dllohlml Bucket, 4.42 ft. 22.77 eflJ5511bs. 3.550;QO' 2413226 Bucket 2.61 ft. Stone Bucf(eI14.12 cft17 49 Ibs 3.400.00 2980960 PKM Rotory Mower 12,950.00 2990800 Full Power TraIn Warranty 5 years/7,600 hours 16,000.00 extra Sels of Filters and Bells 1,250.00 Two Days of ooerator Tralnlno 3,350.00 ~ till' /' ~So - 286,400.00 Nov 07 06 02:3Sp Ba~ Coun~~ Purchasinc (850) 784-6143 p. 1 ,~.-~~'- -.- ~) ; ~ t:~,U~~ BAY COUNTY BOARD OF COUNTY COMMISSIONERS PURCHASING 511 EAST 8'" STREET PANAMA CITY, FL 32401 FAX: PHONE: EMAlL: .50.7....143 150-784..... www.co.ba..fI.U8 FACSIMILE TRANSMITTAL Notes and Comments: \\e"-\."O ~'V~ C. c:; E. '(...C 0.0 <<-1.; 0.;.<:: ~ '-~ \20... c:.- \..c... ~ . C;~ ~-o0~~~\:::) ~ C'-o~~~O ~\~ e~o....~\W'~ /' - os- r:;\ ~ ~ ~. .. l"-. BAY COUNTY BOARD OF COUNTY COMMISSIONERS BID TABULATION SHEET :z o <: o ....:J o OJ o N .. 4x4 All-Terrain Excavator ITB 05-57 w en -a August 9, 2005 Opening 2:00 pm tI:l III " o o C ::J ct " -c c , () ::J' III III ... ::J n ;; ~ oct Vendor ,; ! ! Base Bid Trade-In Total Bid c ~ CD ~ a: "tJ ~ ~ A. eeSt $249,400.00 $15,000.00 . $234,400.00 ..J ..J ..J Great Southem . Construction $286,400.00 $85,000.00 $201,400.00 ~ ~ ..J Menzi, USA $257,728.00 $32,000.00 $225,728.00 "" -.J ~ ~ CD U1 o ..., ....:J CZ) ~ I en ... ~ Cil -a . (a) Nov 07 06 02:36p Ba~ Count~ Purchasint (850) 784-6143 p.5 BAY COUNTY BOARD OF COUNTY COMMISSIONERS 4X4ALL-TERRAIN EXCAVATOR REQUEST FOR BID RFP 06-57 OFFICE OF THE PURCHASING AGENT 517 EAST 9TH STREET PANAMA CITY, FL 32401 SUBMITTED BY: Gr,..+ ~D",thc2r'" (On/5tIlVC-Ptt/ll ~Vli' Narne of Firm Nov 07 06 02:38p B8~ Count~ Purch8sin~ (850) 784-6143 p.ll ALL TERRAIN 4X4 EXCAVATOR BAY COUNTY. FLORIDA BID fOIQ8 ~IQ PROPOSA(.. Bidder will fumiSh new (never titlled) 4x4 All-Terrain Excavator In accordance with specifications described in Request for Bid' 05-17. FOB 517 East ." Street, Panama City. Florida 32401. Item 4X4 All- Tenaln Excavator t ':)8L. yOO. tJU Base sicf t 85; 1lt1(J.1XJ Trade-in allowance ~ ~~~ q," \~~ ~~ ~~ ~ Total Bid (FOB Destination) $ 20/ ~ '110 . (JrJ . ~~ ~ nu_~ k/[kA/ ~ Total Bid In words I' -... ~'Y: ~/ I'~"') This proposal submllted by: D ,Au,'J itJ. &A..KE'/t.. (Name of Bidder's AuthoriZed Representative) Company Name: Gr,o..t- .$o.J.1.MrN (t:)AI .c:.fRvc.:h:v, ifj'o/" c, Company Address: 1'I7tfo ()~ .~." II;UJ1'/~~ R,I. ~Ic s,roJV, lit. . ,cIA. 3201$8 r r CompanyPhone&Fax fjo'i- Xf- <('t/JO 9Ii(-2';" 7'177 IMPORTANT PUR 7068 and Drug Free Wortplsce foons must be retumed with your bid. Nov 07 06 02:38p Ba~ Count~ Purchasin~ (850) 794-6143 p.12 The signature below Is a guarantee that the Bidderwlll not withdraw their bid for a period of ninety (90) days after the scheduled time for opening the bids. The undersigned acknowledges receipt of the following addends, and the cost, if any, of such revisions has been Included In the bid price. HOLD HARMLESS AGREEMENT: The bidding finn as indicated below, It's officers and members shall. through the signing of this document by any authorf2ed party or agent. indemnify, hOld hannless and defend Bay CoUldy and Its agents and employees fmm .. suits and adions, Including aUomey"s fees and aI cosIs of IIIfgaUon and Judgement of 8V8IJ name and desaiption brought agBiIl5f tile Counly as a resuI of lass. damage or rnjwy to person or property by reason of any act at failure to ac:l by the Bifding firm. Is agents. S8IY8nts or employees. Type of OIganizatfon (prease check one): hndlvfdUal CM'I1elShip _Joint Venture Signature of pelSOR authorized to bind the Company: ~artnership _ CorporaUon Name of Bidding Finn: Greo.-I SM\-...~/"" (~N s+Rvc:.+'fJ,.J fi~/fJ. Co Mailing Address: 14 71 I) 0 I d .Sf.. JlL'a" $"';,.J,- &L Location Adress: :)AMI' City and State: Jwc,. 50 N ",. JtQ FIe... Telephone: qD'I-~'g-441() FAX ,c;',tJ- ;Jt.,f~ 7'171 Name and TtUe of peISOn authorrzed to bind the Compan~ VAlId Park ~r J5u;:.,'lIC" jlfl/"'tJ;}tr LJJv~ Date: ~ Ir- tJ S- 3~S8 PROUD TO BE AN EMPLOYEE OWNED COMPANY Your Authorized Dealer for: ~ C~:l:tl;nll!1h:;i~ r:XllJP DAINILl!RCl IRYSLEH 23-0ct-06 PROPOSAL: 2006 Thomas School Bus Saf-T-Liner C2 Mercedes-Benz and Rear AC. 65 Passenger Engine, Dash Mo..... II0lS Stoclr No. N'III. VIN 4UZA.RCSlC7cw:1IIVI C.p.cBp. liS (I p.r ..ed) CI...lfleedlonl 'chool BII. Ext.rtor Colo.. y.llow/.l.cll Inl.rlor Colo.. Gr., Up"ol",ry CoIo" .lue/Flr. Bloch C........ Tho.... Enlln.. MfI"fltlfI,-BII..V06/6.4L; 210HP FII.I "'p,/Gall DI...l/liO aal Tr.n.n....lon. Aulomatlcll .p Mo"el 2100 PTS AC 'p.l.m. Carrier, Du.1 A-6 comp; 'plll; _.. 8TU IUK Wheellra... ZS.lnch.. Overall H.lghl. 121 Inche. m... W.rr.nlp (Oen.r.I). C...... ("'aln,'''rlve 1r.ln)llpr/Unllmll... Bodp (electrlc.I). Spr/Unllmlt.d FEAIURII" .... ..letp Be.1 Durabllll, ...1 R.Uabllllp Redue." Malnl.nane. Co'" R.duced Operedlna Co'" R.mot. Conlrol Mirror. '.al ..11. Ilnted Wln"ow, AMIFM/CD wi. Pr.mlllm 'peall.r. .u. Loell-Up Ipllelll 84 K .IU R.... H....'. Crull. Control TIIII T.I..eople It..rln8 Wheel Po_, Enlranc. Door ABSlAlr .rah.. 0.....11, lervle. Your "BEST VALUE" Price: $79,500.00 Tag, title; delivery within 100 mile radius, std. lettering included O.Ilon. avallab'e al aclcllllona' cotta Exterior Paint - Solid White: $3,000.00 Exterior Paint - Premo Color: $3400.00 Additional Colors: labor only @ $80.00/hr for each additional hour. 88 East Broad Street Winter Garden, F/34787 PH 800.330.1175 FAX 407.656.9242 TAMPA PH 813.982.0079 FAX 813.982.0080 II AFFIDA VIT This is to certify that the 2005-15 Florida Department of Education State Bid was closed as of July 28, 2006. There is currently no active FL-DOE purchasing bid in place. Under penalties of pel jury, I declare that I have read the forgoing document and that the statements contained herein are true and complete. SIGNATURE -ft~;.. I). r/:l.~ DATE October 25.2006 Natalie D. Van Oyke FLORIDA BUS UNLIMITED 88 BROAD ST Winter Garden, FL 34787-3949 PROUD TO BE AN EMPLOYEE OWNED COMPANY II f. The purchase of a NON-CONTRACT OPTION is permitted subject to the following limitations: (1) The option is listed on the purchase order as a separate option. (2) The option is clearly identified by the purchaser on the purchase order as a NON- CONTRACT OPTION. (3) The price for each individual NON-CONTRACT OPTION is clearly indicated on the purchase order. (4) The purchaser acknowledges the fact that the NON-CONTRACT item is not part of the DOE's approved contract and has not been reviewed by the STMS. It is the purchaser's responsibility to determine if state or local purchase regulations affect the purchase of these NON-CONTRACT items. g. Private schools meeting the requirements of Section 1002.42(15), Florida Statutes, are authorized to purchase buses from this bid. h. Purchase orders for Plan A delivery must be in the STMS office no later than October 24, 2006. Purchase orders for Plan B (later delivery) units will be accepted until March 24, 2006. i. Thomas Built Buses, Inc., utilizes a fuel tank mounted between the frame rails on all conventional (Type C) school bus configurations. This location requires a left side body fuel fill on all conventional REAR LIFT bus configurations. 4. GENERAL INFORMATION a. Each district ordering Type C or Type 0 buses will receive one service manual. CD, or on-line access authorization per shop location from the manufacturer covering the chassis model(s) purchased. b. The vendor is required to deliver one parts manual, CD. or on-line access authorization per shop location to each .district purchasing one or more buses. c. Type A, C, and 0 final stage manufacturers shall agree to accept electronic notification of school district in-service dates provided by the DOE In lieu of forms or update forms. Such notification shall serve to update actual warranty start dates for all chassis, chassis components, and body warranties. d. Names, addresses, and phone numbers of dealers or manufacturers awarded bids are provided on page 7. These persons may be contacted regarding equipment, production, delivery, or other information pertaining to your bus purchases. e, Thomas Built Buses, Inc., has designated two separate dealers who will accept orders and complete delivery of buses purchased from this contract within their defined areas of responsibility. These areas of responsibility are defined below. First Class Coach and Equipment is designated as the dealer representative for the following districts: Alachua, Baker, Bay, Bradford, Brevard, Calhoun, Citrus, Clay, 5 Columbia, Dixie, Duval, Escambia, Flagler, Franklin, Gadsden, Gilchrist, Gulf, Hamilton, Hernando, HlIlsborough, Holmes, Jackson, Jefferson, Lafayette, Lake, Leon, Levy, Liberty, Madison, Manatee, Marion, Nassau, Okaloosa, Orange, Osceola, Pasco, Pinellas, Polk, Putnam, Santa Rosa, Sarasota, Seminole, St. Johns, Sumter, Suwannee, Taylor, Union, Volusia, Wakulla, Walton, and Washington. Freightliner of South Florida is designated as the dealer representative for the following districts: Broward, Charlotte, Collier, Dade, DeSoto, Glades, Hardee, Hendry, Highlands, Indian River, Lee, Martin, Monroe, Okeechobee, Palm Beach, and St. Lucie. Please see page 8 for a map that designates the areas of responsibility. Thomas Built Buses, Inc., will notify each Florida school district, as well as eligible local and state agencies, about which dealer is responsible for providing services associated with this contract. All purchase orders issued by Florida school districts and any other eligible local or state agency will be required to be made out to the identified dealer for their area. The entity will then submit its purchase order(s) for processing as speCified in Section 3 above. 5. BUS SEATING CAPACITIES a, All capacities listed in the order guide are based on the maximum capacity of that shell size using 13 inches of rump width per seating position, per National School Transportation Specifications and Procedures, 2000 Revised Edition, and Florida School Bus Specifications. Purchasers should call manufacturers to determine actual capacities for the specific configuration they are ordering. Please also see Appendix A for a general guide for wheelchair lift buses. b. The addition of C.E. White Toddler Seats may reduce capacity. Please contact dealer for specific seating capacity before placing your order. 6. PRICING PAGES TERMS The following definitions and terms are used throughout the Pricing Pages. Price Base Unit or Option Price STO Standard Equipment N/A Not Available or Not Applicable N/C No CharQe Item: Item Must be Ordered to Receive 7. 6