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