Loading...
Item #05 Award of RFP #11-007-R Multi-Function School Activity Bus and Approval of 4-Year Lease-Purchase Agreement with Suntrust Bank `lie Gecrter of Good L 1 COE r - AGENDA ITEM COVER SHEET Meeting Date: August 2, 2011 Item # 5 Reviewed By: Contact Name: Joyce Tolbert Department Director: j . �t'�rl• Contact Number: 1516 City Manager: Award of RFP #11 -007 -R Multi- Function School Activity Bus and Approval of 4 -Year Lease - Purchase Agreement with Suntrust Bank Background Summary: The budget for Fiscal Year 10/11 includes the four -year lease - purchase of one (1) Multi - function school activity bus for the Parks /Recreation Department. The proposal is for one (1) new 12 passenger, two wheel chair position multi function school activity bus with a total capacity of 15 counting the driver. The activity bus has safety features, such as emergency exits, heavily padded seats, reinforced sidewalls, etc. The activity bus is ADA compliant. Delivery is within ninety (90) days after receipt of order (ARO). The Respondent is required to comply with all state and federal laws and regulations regarding transportation and the sale of activity buses for the purpose of carrying children to and from school. Issue: Award the purchase of a StarTrans Multi— function School Activity Bus to First Class Coach Sales Corp., as recommended by the Selection Committee. The total cost requiring financing approval is $50,773.00 at an interest rate of 2.94% for four years with SunTrust Bank. Recommendations 1) Staff recommends that the City Commission award the contract for RFP #11 -007 -R to First Class Coach Sales Corp. in the amount of $50,773.00, and authorize Staff to issue a purchase order for this procurement. 2) Authorize staff to secure financing through Suntrust Bank for the activity bus, and authorize the Mayor, City Clerk, and Staff to execute the Lease - Purchase Agreement Schedule No. 17 and related documents for the amount of $50,773.00 prior to the August 5, 2011 closing date. Attachments: 1. RFP 411-007-R 2. First Class Coach Proposal 3. Rivers Bus Sales Proposal 4. Shortlist/Evaluation Form 5. Checklist 6. Suntrust Lease Agreement (forthcoming) Financial Impact: The 4 -year financing of $50,773.00 through Suntrust Bank at an interest rate of 2.94 %, which is Schedule No. 17 to the existing Master -Lease Agreement, to close on or before August 5, 2011. Type of Item: (please mark with an "x Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document /Contract Attached for Execution by City Clerk X Original Document /Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Mayor e center of Good Li Commissioners S. Scott Vander rift ,��,i1qq"-{y- Gary Hood, District 1 � !. g p - y , .—. c `QE Rosemary Wilsen, District 2 City Manager Johnson, District 3 Robert Frank ���` ( Joel Keller, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: July 26, 2011 RE: Award of RFP #11 -007 -R Multi- Function School Activity Bus and Approval of 4 -Year Lease - Purchase Agreement with Suntrust Bank. ISSUE Award the purchase of a StarTrans Multi — function School Activity Bus to First Class Coach Sales Corp., as recommended by the Selection Committee. The total cost requiring financing approval is $50,773.00 at an interest rate of 2.94% for four years with SunTrust Bank. BACKGROUND/DISCUSSION The budget for Fiscal Year 10/11 includes the four -year lease - purchase of one (1) Multi- function school activity bus for the Parks /Recreation Department. The proposal is for one (1) new 12 passenger, two wheel chair position multi function school activity bus with a total capacity of 15 counting the driver. The activity bus has safety features, such as emergency exits, heavily padded seats, reinforced sidewalls, etc. The activity bus is ADA compliant. Delivery is within ninety (90) days after receipt of order (ARO). The Respondent is required to comply with all state and federal laws and regulations regarding transportation and the sale of activity buses for the purpose of carrying children to and from school. In compliance with policies and procedures of the City of Ocoee Purchasing Code Chapter 21, a Request for Proposals (RFP) was advertised to procure the activity bus. An RFP was advertised in May, 2011; the City received two (2) responses with one (1) considered non- responsive for failure to provide a bid security. Staff's decision was to return the single response unopened and re- advertise for proposals, deleting the requirement for a bid security if the Respondent has been active with the Florida Secretary of State for at least three (3) years. The RFP was re- advertised on June 5, 2011 and was publicly opened on June 22, 2011. The Finance Department reviewed the proposals and both were considered responsive. Complete copies of all responses are available in the Finance Department for your review. The two (2) responses were evaluated by the RFP Selection Committee, which was comprised of three (3) members appointed by the City Manager: Bob Briggs, Chief Accountant; Mark Johnson, Recreations Operations Manager; and Bill Simmons, Solid Waste /Fleet Operations Manager. The public RFP selection committee meeting was held on June 28, 2011 with the Selection Committee evaluating and short- listing the firms on specific evaluation criteria. Please see the attached shortlist/evaluation form. The selection committee recommends contracting with the following top ranked firm: 1. First Class Coach Sales Corp. $50,773.00 2. Rivers Bus Sales Inc. $54,225.00 1 Z X."1 Q ° < < < rn Era N v CO x ,- N N N C * 0 O O O 0 CD W N 0 N 2 (0 (D N _ 73 N 7 x. 7 co E C r m� W < m =v r C O Z 13 m N a* 0 2� .,. #LL L..� O o -- ri V z 73 n O n `` - -.1 r a C cn Pi G m zi cn c iv rn � > m ( z 2 RFP #11 -007 -R MULTI - FUNCTION SCHOOL ACTIVITY BUS RE -BID CHECKLIST 6/22/11 3:00 P.M. BIDDER FIRST CLASS COACH SALES CORP RIVERS BUS SALES INC. Bid Security or Active Business for (3) Years Cashier's Check Cashier's Check No Addenda n/a n/a References /Experience yes yes Company Information/ Signature Sheet yes yes (1) Original Signed & (4) Copies yes yes Total Lump Sum Proposal $50,773.00 $54,225.00 Make of Bus Startrans Collins Chassis 3 yr /36,000 Basic 3 yr /36,000 Body 5 yr /75,000 Drivetrain 5 yr /100,000 Warranty Offered see proposal for other warranties offered see proposal for other warranties offered Delivery Days after ARO 90 90 Price List of Replacement Parts yes yes Listed in the alphabetical order. St 11226 Boggy Creek Rd Orlando, FL 32824 -7414 F I �� � I � � Orlando, 407.472.4800 oa c h Fax: 407.472.4801 J ales Corp Toll Free: 866.942.5544 City of Ocoee Finance /Purchasing Department Attention: Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 June 20, 2011. • Bid No.: RFP# 11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS. Open Date: June 22, 2011 Open Time: 3:OOpm To whom it may concern: Please find attached bid proposal together with all relevant documentation. Please do not hesitate to contact us should you have any questions regarding our submissions. Respectfully, Ran Obert President 1First lass coach 11226 Boggy Creek Rd. Orlando, FL 32824 Cell: 407 - 615 -0853 Phone: 407 - 472 -4800 X 100 Toll Free 866 - 942 -5544 X 100 Fax: 407 - 472 -4801 RonO@firstclasscoachsales.com www.F1rstClassCoachSales.com st 11226 Boggy Creek Rd Orlando, FL 32824 -7414 FirstIass pach Tel: 407.472 -4800 m ales Corp Fax: 407.472.4801 Toll Free: 866.942.5544 Section 1— Company Information /Experience /References www.FirstClassCoachSales.com 11226 Boggy Creek Rd Sf Orlando, FL 32824 -7414 Fi rst I a s s Tel: 407.472 -4800 o a c h Fax: 407.472.4801 Toll Sales Corp Free: 866.942.5544 "Company Profile and Bidder Qualification" First Class Coach Sales Corp was established as a Florida Corporation doing business as a Bus Sales and Service Company in 2008. However, this new company is basically a continuation for the Commercial Bus Division of First Class Coach & Equipment. First Class Coach & Equipment has been a bus distributor for over 20 years. We are happy to count many state agencies, transit systems, and social service agencies as our best and most satisfied customers. First Class Coach Sales Corp has as its foundation accurate representation, honesty and service after the sale. We are proud that our sales in the State of Florida number more than 7,500, as well as our sales to Federal agencies all over the world and the service required to maintain them. We service what we sell. First Class Coach Sales Corp corporate offices are located in Orlando, FL, in a State of the Art Sales, Service and Warranty center near the Orlando Airport. From this central location and in conjunction with our service partner, Bus Solutions, we are able to provide unprecedented access for our customers. In addition to our in -house service we have established a network of service locations throughout Florida within an easy drive of almost any Florida agency is a service center with a connection to First Class Coach Sales Corp. If for some reason the service issue cannot be repaired locally we will bring the bus to our location. In addition to service we offer parts and warranty coordination from our Orlando location. Depending on the need we can supply most items next day delivery from our location or directly from the manufacturer. We truly offer a seamless parts experience. All of our staff members are dedicated to the bus business ONLY. Buses and their support are our only business! Our commercial sales department includes 7 full time sales people. This will allow us to better serve our customers. We look forward to addressing your transportation needs now and in the future. Respectively submitted, RON OBERT President First Class Coach Sales Corp www.FIrstClassCoachSales.com 17. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 18. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/TELPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT 1. Sept 09 — 46 Buses Delivered to date — Ongoing project more buses on order: Central Florida Regional Transportation Authority (Lynx) 455 N. Garland Ave, Orlando, FL 32801, Bill Hearndon. Tel: (407) 254 -6092 E -mail: BHearndon(Wgolvnx.com 2. May 2010 — 3 Buses Delivered. Children's Home Society Of Florida 1485 S Semoran Blvd # 1402 Winter Park, FL 32792 -5508 Laura Grant. Tel: (321) 397 -5261 E -mail: Laura.Grant0chsfl.orq 3. July 09 — One Bus (Delivered) April 2011— One bus on order Good Homes Pre - School Of Orlando, Inc 8959 W. Colonial Drive, Ocoee, FL 34761 -6918 Ivelisse Paiewonsky. Tel: 407 - 299 -4861 Email: aoodhomespreschoolPcfl.rr.com 4. May 2010— 76 Buses Delivered MountainHeart Community Services, Inc. PO Box 1509, Oceana, WV 24870 Heather Osborne Tel: (304) 682 -8271 Email: hosbornePmountainheartwv.ora Have you any similar work in progress at this time? Yes ✓ No _ Length of time in business 3 years 2 months. (See Company Profile for experience) Bank or other financial references: See Attached listing. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS 14 tirstClass Loach .poles Corp 11226 Boggy Creek Road — Orlando, FL 32824 -7414 Toll Free: 866.942.5544 Ph: 407.472.4800 Fax: 407 - 472 -4801 CREDIT REFERENCES COMPANY NAME: First Class Coach Sales Corp BILLING & MAILING ADDRESS: 11226 Boggy Creek Rd Orlando, FL. 32824 -7414 PHONE: 407 - 4724800 FAX: 407- 4724801 SHIPPING ADDRESS: 11226 Boggy Creek Rd Orlando, FL 32824 -7414 Federal I. D. Number 26- 2122244 DUNS# 01- 969 -3144 ESTABLISHED 2008 AS A FLORIDA CORPORATION March 5, 2008 (Date Incorporated) FLORIDA SALES TAX EXEMPT NUMBER: 58- 8014794008 -6 PRESIDENT: Ronald K. Obert VICE PRESIDENT /BOARD CHAIMAN /SECRETARY: Andrew G. Rolfe BANKING INFORMATION BANK NAME: Fifth Third Bank 200 E. Robinson Street, 10 Floor Orlando, FL 32801 PHONE: Ph: 407- 999 -3017 Fax: 407-999-3103 BANK CONTACT: Barb Giffin REFERENCES NAME & ACCOUNT # PHONE /FAX ADDRESS Turtle Top 800- 296 -2105 67819 State Road 15 Acct# FCCSAL & FCCSAL -V Fax: 574 -831 -4349 New Paris, IN 46553 Bus Solutions 407- 851-0015 11226 Boggy Creek Rd (Calla Acree) Fax: 407 -851 -0016 Orlando, FL 32824 Freedman Seating Co. 773- 524 -2440 4545 W. Augusta Blvd. Acct# FI0500 Fax: 773 - 252 -7450 Chicago, IL 60651 Air Traffic Service, Inc 407 -841 -2586 P. 0. Box 621718 Acct# FIRSCL11 Fax: 407 -841 -8565 Orlando, FL 32862 National Bus Sales & Lsg. Inc. 770 -422 -8920 P. 0. Box 6549 Acct# 007819 Fax: 770 - 422 -9007 Marietta, GA 30065 Forest River Warranty Co. 574 - 389 -4650 21815 Network Place Acct# 0044615 Fax: 574 - 296 -7549 Chicago, IL 60673 -1218 Collins Bus Corp 620 - 662 -9000 P. 0. Box 2946 Acct# 1 10621000 Fax: 620- 662 -8484 Hutchinson, KS 67504 Supreme Corp 877 - 258 -1391 2592 E. Kercher Road Acct# 84793 Fax: 574 - 642 -4108 Goshen, IN 46528 Trans /Air 717- 246 -2627 P. 0. Box 70 — 480 E. Locust St. Acct# 11082 Fax: 717- 244 -7088 Dallastown, PA 17313 I 11226 Boggy Creek Rd • Orlando, FL 32824 -7414 First lass Qach Tel: 407.472 -4800 ,,, � a1es Corp Fax: 407.472.4801 Toll Free: 866.942.5544 Section 2 — Product Information Section 3 — Price Proposal www.FirstClassCoachSales.com FIRST CLASS COACH SALES CORP. 11226 Boggy Creek Road Orlando, FL 32824 Tel: (407) 472 -4800 Fax: (407) 472 -4801 www.FirstClassCoachSales.com * ****** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * * ** BID PROPOSAL * * * * * * * * * ** * ****** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Date: 19 May 2011 Ref No.: 1710- CIT761 -DO SUBMITTED TO: Ms. Joyce Tolbert Purchasing Agen City Of Ocoee Finance /Purchasing Department 150 N. Lakeshore Drive Ocoee, Florida 34761 -2258 VEHICLE TYPE: New /Used: N 2011 Startrans 12p /2w /C Mfsab Ford 5.4 Gas 158 "Wb Year: 2011 Dual Rw, Tilt, 12,500 Gvw, Braun We Lift Body Manuf: Supreme 70,000btu Freeblo Evaporator,Condenser,& Dual Comp Chassis: Ford 32 "Wide X 83 "High Manual Double Entry Doors DETAILED DESCRIPTION: Item Qn MFSAB ACTIVITY BUS 24'PARATRANSIT 1 FORD6.8GAS E45 W /47S 158 "wb,12,500#,225 Amp 1 AntiCorrosion All Struc Steel Pre Install 1 * 3/4" FRP Floor (5/8 Plywood Core) 1 Streetside Exhaust -Side (Req Solid Wind Rear)(N /A 1 Stan Mounted on Frame Rail 1 * Rear Pressed Steel Bumper 1 Rear Rubber Wheel Flares 1 Chassis OEM Alt Ford 1 70,000 A/C (TA733) TA73, SMC3L, DualComp 1 Heater - 45,000 Btu - Floor Mount 1 32 "x83" Man Doubl Door 1 32X58 Rear Sngl Door W /Upper & Lower Windows 1 Telescoping Door Prop on Rear Door 1 Side Windows - 24" x 36" Tinted 1 Rear Windows - 12x30 each side of rear door 1 W/C Lift Doors Behind Rear Axle (46" X 70 1/2 ") 1 Braun - NL917FIB -2 -ADA 33X51" F /Pump 1 Interlock /Fast Idle Sys, In -Power 1 QRT Econo L Q- 8200 -A1 -L Rtr -SB,H -Adj 2 Wheelchair Belt Cutter 1 Q'Straint W/C Belt Storage Pouch (Ship Loose) 2 Driver St Fab- OEM 1 Driver St - OEM - Ordered On Chassis 1 Passenger Seats - All Vinyl 12 „,► FREEDMAN FAMILY SEAT 6 SEAT BELT NON - RETRAC 12 Interior Driver's 6” X 16" (Flat Adj. 4 Way) 1 Item Qn Interior Lift Light (Above Lift) 1 ADA Interior And Exterior 1 * Trim Pads, Newport Vinyl - Ash Gray 1 klirr * Black Rubber Flooring - Smooth w /Ribbed Aisle 1 * White Entry Step Nosing 1 White Standee Line 1 Gray Vinyl Cab Trim ILO ABS 1 * Headliner - White Filon 1 * White Filon Sidewalls & Rear Wall 1 Stanchion - Vertical Pole Only - Floor To Ceiling 1 Padded Barrier Behind Driver 1 Padded Barrier Behind Entry Door, FS (REQ) 1 Yellow Powder Coat Stanchions 1 R/S Entry Assist Handrails (2 -10" Above /Below Door 1 Overhead Handrail Install Driv Side 24' 1 Back Up Alarm 1 Buzzer On Egress Windows (Per Window) 1 Rear Door Vandal Lock -Start Inerrupt W /Alarm -Intrm 1 Fire Extinguisher - 5 Lb. (Ship Loose) 1 Triangle Reflector Kit (Ship Loose) 1 Safety Kit 16 Unit (Ship Loose) 1 Belt Cutter 1 FRESH AIR VENT 1 * Locate Radio in Dash (max 5 switches) 1 Speakers, Install 2 Pairs STAND 24WATT SPEAKERS Fo 1 * Undercoating 1 Rub Rails, Painted Steel - 1 Floor & 1 Seat 1 * Ext Mirrors, Rosco 715 Eurostyle 1 Cross Over Mirrors 1 4" Light Below Lift Doors - Flush Mount 1 * Center Mount Brake Light (2" X 6 ") 1 Turn Signals - Side Mount - Armored (Mid Body) 1 * Destination Style Front Cap (N /A LP) 1 No Exterior Paint Package (Std White Body) 1 1 * Freight In FROM GOSHEN, IN 1 FORD FLEET QJ930 1 PRICE PER VEHICLE: $ 50,773.00 PROPOSED BY: Debora Obert Account Manager Phone Extension: 728 email: tiler N W W N Z Y d _ I U O N W a I w w ~O m SWOP' LL - I . Y O Z .- f z w CID ,- 1<h � a N o N1. � �O LL /L i 1 o N i /-- i o Li_ CO U 7_-_, _ LL _ > O w 0 Y 13 c) < m U z 3 2 _ 0 � O N IX cn 1- 1 W ON Q \O Q w w Z 0] w in -J r in r. i to W 1 °° 4 , ' O v = 0 Na II aco �tJ7 ,:Ti; LO v ) C (1) n III MI Ea w MIN 01•111•1111 u B m Loa r e rr 0 CO N 7 _ te _.�� OM � I IOW 0 � o j iiiiiiiii � Ma MIN p 7 g 8 oo IMO Ian l�:lz. t IlI� 1 ' Z i u 1 X VI 1 1 It gw 1 D g a o ,n 3 a 1% =�J LOT � m Q 0 3 11 11 9U 9 o ZQ 1'j 1 3 W - . o • Q Z R' OS k- J v n0 U' m v) x oE 4 X i N < - O Z M �z V) D F Z 3 0 Z I M N € o • 3 W a > D Z I- N -) mO O 0 U Y c0 - b= Z cn 0 0 Z-0 F 0 Y » 1 0 Z Gi U " � Tyy ti '^ w 1 - 1 - 1 x x N W< � 5 W N N F Z Q N N W CC U U) J ti �' YS = y IlliOr gai V) O L. I 1 1 I x >? _1 • .... , , .. - . „„ ifitot , „, , . Sa!As mfsa ' _ A S UPREME „� • 4 ' • R „( ON COMPANY � . , , � r ' '.7 ..,': ' ' '..,, xi 1 111 ft ' _ x s mfsab . r � . li 1 ', t ' 3' i '',,,, �., y ux, a 1 ti-'-'-' i multi -func U on ,.. 4 .... ... .. schoo activit bus .. ,. „. ,, '.. , .._ .. , , ..,.... . .._,.. .... 0 .. Travel in Style Safety and Comfort • • "• • • 4-1,,lifiiiitit,4.4.-t''','*'.:1..t1.." '1 j- �x �a� „, I 7 i,__________,_ fi ti ” �' StarTrans has always been a leader in both quality and innovation. Built on the proven s bus platform, the all new StarTrans MFSAB offers a break from the old fashioned "school bus" design of the past and adds more floor to ceiling height, larger windows, available overhead bins and all MFSAB models meet National Transportation Safety Board highway safety requirements. A variety of floor plans are available including paratransit wheelchair lift equipped models. • Largest driver transition window in the industry • Big bus features with easy maneuverability • 5 year limited body warranty • 32" x 83" clear opening entry — widest in the industry • Available with flush mount air conditioning • Available with bench (optional contoured), CRS or activity seats • Rear emergency door with windows and full length hinge • Available on E350 & E450 cutaway chassis with 47S package • ISO 9001 certified manufacturer • Altoona tested I1r✓ „,...............s.........,p......n'•;;1/4 , 0 ...."'' V ..- ,.... •• 0 _ - %kW , Features and Options ... f - r—, ,=. ” t LAIIF 1 * - ..,.. ............ _ . i r..i , , I 1 . ,,,....N--, ..____. _ .. A Im 1., , i ' 4 I I 1 1 qp 4& Z ! 1 - 4 1 tk ■ 1 . Ni 1 4 1 ■ 4 P 1 1 ,... . . ....... Ib _ „„ ... ..„, ,„ 1 ces . Exterior steel rubrails at floor line and seat rail. i i■ 1 )-- , i ,* =•'■ , -■- AI ..„' .........., ,,,....--,11----,„ -- (1) Steel cage safety structure (FMVSS 220 & 221) '-r ‘11101 < ..,. ,, ,, I ' 1 i - + ■ I , i 1 ' ''. 1 * ' - c if:i ,,, ,.„At, , ._ 1 r: :ik \ - • • ' ' Aet.),,, , , i ' ' <, ,-.■ p 1 k 1! .„-, tk44 „ ,' - / - ,,e ' ''!: ,,:'• ...e Front 6.75" x 9.75" flat & 6" x 3.5" convex Rear emergency door and FMVSS Double entry door manual 32" x 83" Optional rear wheelchair lift exterior lights with one piece glass panels mirrors with left and right cross-view mirrors I I . .. _, _ -- - ■ ...- ' _ lir 1 _,,, 2.7•_ ., . I Y - A,. *kW Freedman 3pt family style seats C.E. White Integrated child seat C.E. White Shoulder and lap safety seats, FMVSS compliant P • • • • io r ,, CHASSIS /BODY SPECIFICATIONS 1 , , 1 / �T •' • • SUBFLOOR - 12 -gauge steel superstructure fully welded with floor -level Z- rails, incorporated with p1 4 „ 13 hi chassis - rubber ride capabilities. m ,, _ .1-12 ' 6789 FLOORING - 3/4" FRP underlayment with undercoating. Floor covered with 1/8" transit rubber. 11 14444 Formed galvaneal steel heat shields over chassis, catalytic converter, and muffler. __ j • SIDEWALLS - 1" Polyurethane foam insulation (R -7) enclosed within a fully laminated assembly. A. Ladder - framed sidewalls are fully welded of 14 -gauge steel. Exterior sidewall skins are .024" _.,.,; galvanized steel with baked - enamel paint finish. ROOFING - Roof framing is a fully welded assembly utilizing formed steel -hat section crossmembers, as well as heavy -duty steel roll bars welded at the front, rear, and center of the vehicle. Roof exterior ill skins are of .024" galvanized steel with baked- enamel paint finish. �! l I WINDOWS - 24" x 36" windows, 31 % tinted. Clamp ring -style windows. Egress windows installed 1 `�L. I I ��� to meet FMVSS 217 requirements. Operator's curbside window AS -2 rated. ENTRY - Spacious entry (32" x 83" clear opening) doors that operate manually. The 14 -gauge steel I-'- eli∎ �� � ' door frames are fully welded and powder- coated to enhance durability. Door panels have one piece ��1 II III ∎ glass panels for the best possible driver's visibility. White step nosing and lighted stepwell standard. - Entrance grab rail (left side). 21' 8 Passenger, 1 WC ELECTRICAL - Wiring is color -coded with the number and function designated every 12" on the wire to enable identification and circuit traceability. Only premium components built to meet the Society of Automotive Engineers (S.A.E.) and Underwriters Laboratories (U.L.( requirements are used. Electronic control console switch panel. 'g WARRANTY - 12- month /12,000 -mile with five -year/ 75,000 -mile warranty of body structure I V II , ' III 1 ) En IFS FORD SPECIFICATIONS % 1 Iii W ® REM sow • Ford Commercial Cutaway • Dual rear wheels 21' 14 Passenger Shuttler • 138" & 158" wheel base • AM /FM stereo • 5.4L & 6.8L gas engine /6.OL diesel engine • (6) LT 225/75RX16E/B tires • 5 -speed automatic transmission • 50 state emissions • 11,500 Ib, 14,050 Ib, & 14,500 Ib GVWR • Power brakes /power steering • 47S school bus package • 155 amp alternator �= 1� � ll I I , . I • OEM driver's seat 40 ' gallon fuel tank L_ 1 i DIMENSIONS L, '`r i ��pp Ili ll_ ■ Exterior width -101" ■ Entrance clear opening - 32" x 83" min. I ,r� I�11B Iii ' • Exterior height - 119" • Interior width at seat level- 93" • First step to ground - 12" second- and • Center aisle headroom - 82" 24' 12 Passenger, rear lift third -step riser - 9" max. • Step tread depth - 9.5" max. STANDARD FEATURES r Exterior Interior • 24" x 36" windows - 31 % tint • Safety yellow entry stanchions - • Rear emergency door • 4 speakers & 6 courtesy lights '., • 6.75" x 9.75" flat & 6" x 3.5" convex mirrors • Drivers switch console _ _ __ �� _ ■ White steel rubrails ■ Track seating iiti I�l , / L • White exterior colored body • OEM chassis - AM /FM stereo 24' 20 Passenger Shuttler • Heavy duty rear bumper (10 ga.) • Black floor rubber • Front and rear mudflaps • White step nosing • Body undercoating • Driver's 6" x T mirror • Back -up alarm • White Filon interior • Cross -view mirrors • Rear door lock w /interlock 1 2592 East Kercher Road • Goshen, IN 46528 • Toll- Free: 877- 258 -1391 N1 .°.1".mm..m")A"---- www.StarTransBus.com STARTIZANS ® 2009 Supreme Corporation MSBMA w suvwews rowrowwnon conrvwnr r aw 5M 0609 EXHIBIT "B" PROPOSAL FORM RFP #11 -007 MULTI FUNCTION SCHOOL ACTIVITY BUS 1. Total Lump Sum Bid: $ 50,773 00 Fifty Thousand Seven Hundred & Seventy Three dollars and Zero Cents 2.Warranty Offered: Chassis— 3 years /36,000 miles. Body — See attached. 3. Days Required for Delivery after Receipt of Order (ARO): 90 Days 4. Replacement Parts: Attached price list of replacement parts. First Class Coach Sales Corp Company Name Ronald K. Obert Authorized Officer (print) Authorized Signature 06/20/2011 Date fir.►. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS 19 IStism 11226 Boggy Creek Rd Fi rst lass Orlando, FL 32824 -7414 a c h Tel: 407.472.4800 Fax: 407.472.4801 S,,, ales Corp Toll Free: 866.942.5544 PRICE LIST OF REPLACEMENT PARTS REPLACEMENT PART PRICE QRT Econo L Q- 8200 -A1 -L (Belting Kit) $459.00 Ea. Q'Straint W/C Belt Storage Pouch $54.11 Ea. Passenger Seat - Vinyl Cover $295.00 Ea. Seat Belt Non - Retractable $16.50 Ea. Interior Driver's 6 "x16" Adj. 4 -Way NA C2j $35.00 Ea. '+fir Interior Lift Light (Above Lift) $16.41 Ea. Back Up Alarm $59.41 Ea. Fire Extinguisher- 5 Ib. $58.11 Ea. Triangle Reflector Kit $37.44 Ea. Safety Kit 16 Unit (First Aid & Hazmat) $77.00 Ea. Speakers - 24 watt $151.00 per Pair Cross Over Mirrors (Head Only) $58.00 Ea. 4" Light Below Lift Doors $17.41 Ea. Turn Signals — Side (Includes Guard) $33.41 Ea . www.FirstClassCoachSales.com ST NS • CORPORA TrON COMPAN STARTRANS BUS LIMITED WARRANTY WHAT IS THE PERIOD OF COVERAGE The StarTrans Bus Limited Warranty Policy warrants each new product (except the Body Structure as herein defined) for a period of one (1) year or 12,000 miles whichever comes first. The period of coverage commences with the actual date of delivery of the vehicle to the product's first owner. Within the terms of the Policy, StarTrans agrees to repair or replace any defective part subject to the terms and/or limitations of this warranty agreement. WARRANTY ON BODY STRUCTURE The body structure of StarTrans buses is warranted for a period of five (5) years or 75,000 miles whichever comes first from the date of delivery to the product's first owner. WHAT IS "BODY STRUCTURE"? The body structure of StarTrans buses is defined as the floor, wall and roof structure but does not include any part of the automotive chassis as manufactured and prepared by the chassis manufacturer. Items not considered as body structure include but are not limited to the following: [a] Doors, [b] Roof vents, [c] Paint, [d] Bumpers, [e] Windows, [f] Gel coat cracks, [g] Interior wall coverings, [h] Rub rails, [i] Relays, [j] Switches, [k] Lights. WHAT ARE THE LIMITATIONS OF THE STARTRANS WARRANTY POLICY? StarTrans Bus retains the right to repair or replace at the company's discretion. StarTrans Bus requires that all repairs performed under the terms of its limited warranty must be done at one of the StarTrans Bus dealers or at one of StarTrans Bus authorized service centers. In the event that the requirement presents an undue hardship on the owner, StarTrans Bus requires that the owner call the StarTrans Bus Factory Warranty Department and secure approval for the repair work to be done at a qualified repair station whose qualifications are mutually agreed upon by both the StarTrans Warranty Department and the vehicle owner. StarTrans Bus requires that all warranty work performed under the terms of this limited warranty that exceeds Two Hundred Dollars ($200.00) in value whether in diagnostic time or in actual labor and/or parts repair, said requested warranty must be approved by f`1rr S A ME CORPORA TlON COMPANY the StarTrans Bus Warranty Department BEFORE WORK IS DONE. The StarTrans Bus Warranty Department is located in Goshen, Indiana, and the department's phone numbers are as follows: (574) 642 -0810 or (574) 7642 -0096. If the subject vehicle has been previously used in dealer demonstration service beyond four thousand (4,000) miles / one year or as a dealer rental unit, the mileage accrued in the previous service above four thousand (4,000) miles / one year is to be counted toward the twelve thousand (12,000) mile limit and one (1) year warranty, or in the case of the body structure, seventy -five thousand (75,000) miles or five (5) year's warranty. WARRANTY CLAIM SUBMITTAL Warranty claims shall be submitted within sixty (60) days of authorization. Any claims submitted sixty (60) days following the authorization date shall not be warrantable. WHAT VOIDS STARTRANS LIMITED WARRANTY? The following will void the StarTrans Limited Warranty Policy provisions: • Damage to product caused by an accident involving the vehicle, • Product failure caused by improper servicing, • Product failure caused by customer negligence (not exercising good care and responsible routine maintenance) Example: fluids being checked and maintained regularly, • Product failure caused by customer misuse, or abuse. • Damage to product caused by freezing, flooding, fire or any other occurrence that may be termed an "Act of God." WHAT IS NOT COVERED BY STARTRANS LIMITED WARRANTY POLICY ? The following are not covered by the StarTrans Limited Warranty: • Automotive chassis as received from the chassis manufacturer, • Wheel chair lifts and lock assemblies, • Automotive air conditioners and heaters (OEM), • Tires, • Batteries, • Air conditioners and heaters (ADD ON), • Automotive cruise control, • Audio systems, • Add -on suspension systems, • Alternators and regulators, • Seats and *kr, ST s ■■ StlPR6Mt Tl�N COMPI0 N *li "' The manufacturers of these specific component parts offer a national network of service centers fully qualified to handle customer needs. StarTrans Bus will not undertake warranty responsibility for normal maintenance items and adjustments past thirty (30) days: Included are such maintenance items as (a) door adjustments, (b) lights, (c) relays, (d) switches, (e) any dealer, service center, or owner installed equipment. StarTrans Bus will not undertake responsibility to any purchaser of its products for any undertaking or representation of warranty made by dealers selling its products beyond those solely expressed herein. StarTrans Bus shall not assume any responsibility for lost time, inconvenience, expense for gasoline, towing, telephone, travel, lodging, loss or damage to personal property or loss of revenues, or the cost of a replacement vehicle. The StarTrans Bus Limited Warranty as stated herein and any implied warranties that may be expressed by StarTrans Bus are limited to one (1) full year or twelve thousand (12,000) miles, whichever occurs first, after the actual date of delivery by the vehicle's FIRST OWNER. Body structure as defined herein is limited to five (5) years or seventy- five thousand (75,000) miles, whichever occurs first, after the actual date of delivery to the vehicle's FIRST OWNER. The StarTrans Limited Warranty extends to the original retail purchaser and is NOT TRANSFERABLE. Original purchaser means the first retail Norr purchaser purchasing the StarTrans bus product from a StarTrans Bus Dealer. The StarTrans Bus Limited Warranty is applicable to any product registered and normally used within the United States and Canada ONLY. With the exception of "body structure" as defined herein, which has a different stated warranty, the limited warranty applicable to your product is for the duration of twelve thousand (12,000) miles, or for the duration one one (1) full year after initial date of delivery, whichever occurs first. StarTrans Bus is required by law to maintain records pertaining to the original owner of each StarTrans Bus product. It is desirable for the warranty starting date to be registered properly at the StarTrans factory within ten (10) days after the delivery date. A warranty and or pre - delivery registration page is enclosed with each new product owner's manual package. The selling dealer SHALL send this registration and or pre - delivery registration page to the factory at the time of your purchase. The absence of this registration and or pre - delivery page in no way changes your StarTrans Bus Limited Warranty. However, you will be required at some future date should you need service attention under the StarTrans Limited Warranty to show proof of the date of purchase. ST a 2 r I C ZO ge ll 04 %ea l. A SUPREME CORPORA TlON COMO N ADDENDUM TO WARRANTY POLICY StarTrans Bus warrants the paint on the vehicle for one (1) year from the date of purchase. ADDENDUM TO DEALER While at authorized dealer's retail establishment, the bus shall be maintained in an excellent condition with special attention to the external and internal aesthetics of the unit as well as the overall operation of the vehicle while waiting the sale of the vehicle . WHAT WILL YOU DO TO KEEP THE WARRANTY IN EFFECT? You will perform reasonable and necessary maintenance to the unit in accordance with StarTrans Bus direction and recommendations. Owners and operators should pay particular attention to the warning and instruction labels provided by StarTrans Bus. WHAT OTHER CONDITIONS OR LIMITATIONS APPLY TO THIS WARRANTY? S„► This limited warranty excludes transportation to and from the dealer or manufacturer to get warranty services. The limited warranty policy also excludes loss of time or loss of use, lost revenues, salaries or commissions, lodging, towing charges, bus fares, car rentals, and gasoline expense. Also excluded are telephone charges, inconvenience or other incidental damages. This limited warranty excludes the cost of repairing or replacing other property that is damaged because of an alleged defect in the unit as well as other consequential damage. Some states do not allow the exclusion or limitation of incidental or consequential damages, so the above limitation or exclusions may not apply to you. st 11226 Boggy Creek Rd Orlando, FL 32824 -7414 First lass poach Tel: 407.472 -4800 Slat" safes Corp Fax: 407.472.4801 Toll Free: 866.942.5544 Section 4 — Other Required Content Slaw www.FirstClassCoachSales.com RFP #11 -007 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND. ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. First Class Coach Sales Corp 866- 942 -5544 COMPANY NAME TELEPHONE (INCLUDE AREA CODE) 407 - 472 -4801 FAX (INCLUDE AREA CODE) rono@firstclasscoachsales.com E -MAIL ADDRESS AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE • BELOW: Ronald Obert / President NAME/TITLE (PLEASE PRINT) 11226 Boggy Creek Road STREET ADDRESS Orlando, FL 32824 CITY STATE ZIP FEDERAL ID # 262122244 Individual ✓ Corporation Partnership Other (Specify) Sworn to and subscribed before me 20 day of June , 20 11 . this Personally Known ✓ Or Produced Identification (Type of Notary Public - State of FL Identification) County of Orange L Signatu otary PuI c ►� •u Notary Public State eF Florida ;" ` ; Pe Sue y ggy Commission Zunk EE Printed, Typed or Stamped Commi -1 • Expires 12/20/2011 Name of Notary Public NIkore RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS 20 (. 0 :60 01 !A/Li vor t S. ` ctytt Van lei Gar 7 1z;�1 CYxt77 1� ill T (.t 1 OCOE R Ro Inai s \� '' 1)i r� r Ci1V Ma ! ). er .,4' ta ty _ Ioitl.. t 2) F rict T f F1 hrimk Joel F.Kat:,,I�z, 1l.,ti'tt CITY OF OCOEE REQUEST FOR PROPOSALS RFP# 11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID PROPOSAL BY: RIVERS BUS SALES INC. 10626 GENERAL AVE JACKSONVILLE,FL 32220 904.783.0313 19. SUO3N00TTAILS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Respondents shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Respondents with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of twenty (20) 8.5 "x 11" pages (excluding) front and back covers, dividers, and all forms included in this RFP), single - sided, portrait orientation, 12-point font, and contained in a three -ring binder or other format amenable to easy photocopying. The page limit applies to the material contained in sections 1 and 2 of the proposal, as described below. The person signing the proposal on behalf of the Respondent shall have the legal authority to bind the Respondent to the submitted proposal. In order to simplify the review process and obtain the maximum degree of comparison. the Respondent must provide the following content when responding to the RFP: ' eciion r i 'Company 0nf+ormation /Experienlce /References I_ t ii m's history, number of years in business. el . rat firn"j other current. or rC F ntly completed c_ontlact`'. It tbP:s type 'vtv lt. 4,w e■ cities ` >t p'tbh( ages .Ir,s of "(I? ll; r size will lie ?�, p s$ tl(r4 ( °Lk:4, ( 4 j i i lc three (3) client references Is include r1?t , ifrzatls'` f14:m o Pv.3:04rct it' s` tmalitmi F.,iri 6 , ( + 100 `..F-10(.1A. 00 qr_ Serving the Surrounding Florida Area Since 1919 Come see why Rivers Bus is the best Jacksonville Bus Dealer Rivers Bus Sales, Inc. has always taken great pride in providing products and services that are second -to -none in the bus industry. Our dedicated sales staff and highly trained service department are here to ensure that the process of buying or repairing your bus is simple and worry free. We offer many types of New Buses and Used Buses that can accommodate a wide variety of applications. We carry IC Bus, Turtle Top, Champion Bus, Elkhart Coach, and Collins. With over 9 decades of service and the largest volume of Bus sales in the southeast, our experienced staff is ready to assist you. Professional transportation companies, churches, schools, day care centers, and senior care centers have all turned to Rivers Bus Sales, Inc. to meet their transportation needs. Having problems with your bus(es) or just looking for the right parts? Our Bus Parts and Bus Service staff will fix what's wrong or recommend the parts best suited to your needs. With over $15 million worth of parts in stock we can find just about anything. Ask us for details about our specials and save yourself some time and money. We continue to expand our location along the north area of Florida empowering you with the freedom of choice on your new or pre -owned Bus! Our Mission: To provide superior RV and Bus Sales, Service, and Parts through lifetime relationships with employees, customers, and their families. To achieve our mission we will continually train and improve upon our ability to provide a standard of excellence that meets our customers' expectations. 17. ACKNOWLEDGMENT OF ADDENDA: Sire Respondent acknowledges receipt of the following addenda: No._ _ Dated No. Dated No. Dated 18. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT ,4 if7o Have you any similar work in progress at this time? Yes_ No Length of time in business '7 ./ years months. Bank or other financial references: z 4 (Attach additional sheets if necessary) RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 14 Rivers Bus Sales References and Experience Facilities Rivers Bus Sales is located at 10626 General Ave, Jacksonville, FL 32220. Fronting 1 -10 approx 10 miles West of downtown Jacksonville. 10 Acre facility consisting Bus parking, 25,000 Sq ft Bus sales, service and parts facility, 5,000 Sq ft Body repair Facility. Additional information about current inventory, facilities, and Service and Parts capability see us at www.RiversBus.com. References: Contract Date: Current Description: State of Florida. Department of Education. Pool Purchase for School Buses Bid 42010 -16 Contract Amount: Approx 20.000,000.000 Client: Florida Department of Education 325 W Gaines St Suite 824 Tallahassee, Fl 32399 (850) 245 -9795 Charlie hood charlie.hoodk(1 11doe.org. Whir Contract Date: Current Description: State of Florida. Department of Transportation, Trips -1 1- CA -RFP Contract Amount: Approx 5,000.000 Per yr Client: Florida Department of Transportation 605 Suwannee St - MS 26 Tallahassee. F1. 32 399 (850) 414-4533 Robert Westbrook ohert estbrook a.dot.state.11.us Contract Date: 1/14/2011 Description: Single unit purchase Contract An unt: $128,000 Bolles School 7400 an Jose Blvd Jacksonville. FL 32217 (904) 256 -5150 Richard Williams Iry EXHIBIT "A" `fir► SPECIFICATIONS RFP #11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID All proposals submitted shall meet the minimum specifications outlined in this document for One (1) New 12 passenger, two wheel chair position multi function school activity bus with a total capacity of 15 counting the driver. The activity bus must have safety features, such as emergency exits, heavily padded seats, reinforced sidewalls, etc. The activity bus must be ADA compliant. Preferred delivery is within ninety (90) days after receipt of order (ARO). The Respondent will be required to comply with all state and federal laws and regulations regarding transportation and the sale of activity buses for the purpose of carrying children to and from school. All price proposals must be submitted on the appropriate Proposal Form attached. The Respondent shall submit all specification information for the activity bus proposed. Submit a proposal on only one (1) type of multi function school activity bus. The product information shall be sufficiently detailed and complete as to allow the City to evaluate whether it meets the specifications identified in this package. Respondent shall also include a description of all options that will be provided as part of the lump sum bid. The Contractor shall include a copy of all manufacturer and dealer warranties. (Remainder of page left blank intentionally). Nor RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 17 , . . 1N a C1./ C, ___I -•-■ LAJ si, I C/ n• e 11101W CY-1 LI >< k...= L.—. L z CU W C6 I • CD < CD C) Z i 1 • !Eitaide :earn 11•110M11■1■%■■ g 6 NI SS33 1 ,s 0 • x I o z Si _J \ 1 ---- _.0 . 1. i L c , w w Li 0 c , z z w_ < 0 _ 6 z : w o w z z 6- (-±J \ I • • , 1- _ i • • • I, I c:. ■•■•■ L.) ..1- \ID CD v) ai z a LI 1 i • CI Z NI • '.:1 ED t- q2/ l•- 1 , ,.., 6 d CI 2 < CC 11 I I 0 U.) I-•- 11_ Cl_ • • = r- co 1 rn 1 >--- • 0 11111W c> ,_ ,c) CNI Cr a . > 1.1_1 I I a ( HL -Liu ' 0 c. 1 1 , 1 , I ,..., z , < _ , CD • I-- 1—. CL) Z 2 ,...., C C L,.., tD — < Z L.4.1 ra_ C < 0 v) ,...' -I-- A-- w n z V) u) 03 - ci... < z co 1 --- c, __, - c S. • m --- CC — c4 C = Z IT "" cx CV Z L/C= l_i CV .....■ i-,41 ID z Z V) ■--= ":-- C•4 4._ V in CU 0 (1) ( i) ...--- c 41111.10" LI-1 X tn C C m LJ c-.4 ocoee.txt BConfig v1.15 - CGX5WR-13G 12 +2.txt Slew Collins Bus Corporation 001 -order Number: QUOTE CGx5WR -13G 12 +2 008 - Distributor Contact: JAMIE GRAY 009 - Distributor Name: RIVERS BUS SALES 020 - Chassis Origin: CBC POOL 021 - Chassis Dealer Name: FMVSS SPECS ITEM DESCRIPTION QTY-- - COL- 20110325 PRICE SCHEDULE COL 03/25/11 1 100 - 109 -03 SPEC FMVSS MFSAB >101< 1 110 - CGx5WR -09 CORE CHEV GRAND 5SEC WCREAR 09 1 12311D6G12w211 CU/11/D139/6.0G/12300/W /ACT 1 200 -41 -04 AC 551< INWALL CARR CHEV 1 210 -11 -03 BATTERY NO BOX CHEV GAS 1 230 -11 -04 BUMPER 10" DRW EXH UNDER /SIDE 1 250 - 412 -08 DOOR ENTR GLASS TEMP H /S /GX 1 260 -06 -09 DOOR CTRL MAN DRW 5 SWTCH BOX 1 265 -02 -04 DR RR EGRESS RHHNGE S /GX MECH 1 270 -01 -03 REAR DOOR HINGE 1PC STAINLESS 1 280 -01 -03 REAR DOOR LATCH 1PT 1 290-01-04 DOOR w/c SINGLE LEAF 42x64 1 320 -01 -04 EXHAUST CHEV X4 /X5 LH SIDE 1 330 - 304 - -07 ENDCAPS GX FGLASS COMMERCIAL 1 350 - 041 - 001 -04 FLOOR COVER BLK CENTER S /GX5 1 355 -02- 001 -04 STEP TREAD GX RIBBD BLK /WHT 1 360 - 105 -03 SUBFLOOR Gx5 1/2 PLY 1 420 -14 -09 INT PANELS LOWER EMB ALUM X5WR 1 430-1110-09 INT PANELS UPPR GX5WR SMTH ALM 1 440- 01 -03 GRABRAIL LH ENTR 421N BARR MNT 1 440-03-03 MIRROR INTERIOR 6x16 FLAT 1 450-02-03 STOP /TAIL /TURN 41N FLUSH LED 1 460-01-03 STOP /TAIL 71N RED 1 470-05-03 CLEARANCE LIGHTS LED 1 480 -01 -03 TURN SIGNAL REAR 71N RED 1 490 -03 -03 REVERSE LIGHTS 41N FLUSH LED 1 510 -00 -03 WARNING LAMPS NONE 1 520-- 00 --03 WARNING SYSTEM NONE 1 565 -12- 1000 -09 MIRROR EXT GM DRW MAN BL 1 580 -06- 002 -03 PADDING PKG GXSWR /GX6WR GRY FB 1 600 -03- 001 -03 PAINT BODY EXT CHEV SX /GX WHIT 1 610 - 000 -03 PAINT RUBRAILS BODY COLOR 1 650-104-03 RUBRAILS FLOOR LEVEL 5X5 /GX5 1 650- 205 -03 RUBRAILS SEAT LEVEL s/Gx5wR 1 655- 4001 -07 NO SKIRT RAILS GX5 AC 1 660 -12 -03 TRIANGLE WARNING REFLECTORS 3 1 660 -22 -03 FIRE EXT 5LB 3A 40Bc FRONT MNT 1 670 - 905 -03 BODY FLUID KIT #200 -905 FL 1 680 - 400 -03 FIRST AID KIT #202 -400 FL 1 690-03-39-001 BARRIER TPR LH 39 MED GRAY VNL 1 691 -3 -04 BARRIER SPACING LH 3PAX FMVSS 1 700 -03 -39 -001 BARRIER TPR RH 39 MED GRAY VNL 1 701 -0 -04 BARRIER SPACING RH NONE 1 710 -02 -39 -001 SEAT HB LH 39 ASY MED GRAY VNL 1 711 -28 -03 SEAT SPACING LH 281N HIP /KNEE 1 720 -02 -39 -001 SEAT HB RH 39 ASY MED GRAY VNL 3 721 -26 -03 SEAT SPACING RH 261N HIP /KNEE 3 730-01-03 INSTALL SEAT TO FLOOR BOLT /NUT 4 740- 11 -1 -03 SEAT BELT 601N BLACK CBC 4 740- 11 -2 -03 SEAT BELT 601N GRAY CBC 4 Nib, Page 1 740- 11 -3 -03 SEAT BELT 601N RED CBC ocoee.txt 750 -86 -03 TRACK ABOVE WINDOW RH XSWR 4 1 0' 780 - 1321 -08 SIGNAGE ID COL GRAND BANTAM 1 800 -01 -03 STANDARD REAR DOOR DECALS 1 840 -01 -09 STOP ARM NONE 1 880 -06 -05 LIFT BRAUN NCL917IB ADA /403 1 890 -01 -09 LIFT INTERLOCK CHEV INTERMOTIV 1 900 -31 -11 Q- STRAINT L OVAL POCKET 1 W/C 2 901 -12 -06 WHEELCHAIR LOCATION L2 LH 2ND 1 901 -13 -06 WHEELCHAIR LOCATION L3 LH 3RD 1 910 -04 -03 Q- STRAINT BELTS & BAG L -STYLE 2 920 -03 -03 FLOODLIGHT ON LIFT DOOR 1 925 -01 -08 WINDOW TRANSITION CHEV TEMP 1 940 -02 -03 WINDOW LIFT DOOR TEMP 32% 1 950- 022 -03 WNDWS REAR BODY SX /GX TEMP 32% 1 960 -02 -03 WNDW REAR DOOR LOWER TEMP 32% 1 970 -02 -03 WNDW REAR DOOR UPPER TEMP 32% 1 980- 104 -03 WINDOW SASH TEMP 26% BLACK 8 985 -01 UNDERCOATING STANDARD 1 Configured Price = $54225 Delivery = included Total Price = $54225 Passenger Qty Driver /Seated /Wheelchair = 1/12/2 Vehicle Gross Rating F R Total = 4300 6084 9900 Dry Weight F R Total CG = 2997 5655 8652 90.86 Fuel Weight F R Total CG = 71 134 205 91 Curb weight F R Total CG = 3067 5790 8857 90.86 Passenger weight F R Total CG = 334 1596 1930 114.94 Loaded weight F R Total CG = 3402 7385 10787 10 Payload F R Total = 898 -1301 -887 Seating configuration based on Engineering weight estimates. Finish built vehicle weights may require a reduction in capacity. DELIVERY to 301 Maguire Road Extention Ocoee, FL 34761 w Page 2 BANTAM SERIES 1 :1144:4 ON r " Air fi MULTIFUNCTION SCHOOL ACTIVITY BUS • NCLE OR DUAL REAR ?* EELS • 9 500 TO -4.SO GV�N SPECIFICATIONS FEATURES CHASSIS Ea ENGINE GM chassis GM chassis GM chassis Ford chassis Ford chassis Ford chassis _.__ �.. _ YOUR BUS IS HERE - w } v°r BODY „ rr`' ::„'",t,,,,,,,,, ` I ' , . ' '' Body Galvanized steel Galvanized steel Split sash windows 28" x 28" w/I2" opening 28" x 28" w/12" opening Interior lights 4 Dome lights 4 Dome lights Mirrors Rearview and crossover Rearview and crossover 11111 1 t � ° e , r OPTIONS l" Fire blocking upholstery Kickout windows Roof escape hatch " "`gilt° , Backup alarm Interior mirrors AM/FM /CD radio PAswgem - ` SaiB"iRVp fdobr Colored rubber flooring Strobe fights Electric monitors Odtmodmlion Vitt Yalti' igm**4 oot > . Dark tinted windows Safety seats Rubrails at window and skirt level Single oiece 'wrap around" rubrails A variety of optional nciude ntegral corners and caps for .+�� equipment cages are added orotection and the bumper B available on all models 0 d . esign offers �nceeased stability and a rar new slip -Joint -ruder the bumper corner ABS shrouds - Optional Integrated - n -wall - - rear air - conditioning locates unit within the rear bulkhead 'his maximizes passenger 111111111111i compartment headroom Optional 'nigh -back comfortable Freedman seats . Rear emergency door design has an are available . I ncreased signage area and a 40% increase , , n upper glass area Galvanized tubuiar construction for 1 maximized corrosion r esistance and i l k b ri gidity. Lowe Nindow standard on 1 all models . NM • f 1 Distributor: 315 Nest 6th Street . South Hutchinson. KS 67505 800 5 850 • Fax 620.662.3838 rlww collinsbuscoro corn DAB 'o ongoing engineerinc, improvements- Collins reserves the nghs -o make changes without notification 6-09-2 5t~' • Prepared For: Prepared By: 2010 EXPRESS WARRANTY Ron Norman Speedway Chevrolet Inc ,. 2301 North Aspen Broken Arrow, OK 74012 Phone: (918) 258 -8000 Fax: (918) 259 -9235 Email: buses @speedwaychev.com 2010 Fleet /Non - Retail Chevrolet Express Commercial Cutaway RWD 3500 1 WARRANTY INFORMATION WARNING - THIS VEHICLE IS NOT YET COMPLETELY CONFIGURED WARRANTY INFORMATION - 2010 Fleet /Non- Retail CG33503 RWD 3500 139" WB Work Van WARRANTY « <Preiiminary 2010 Warranty »> Basic: 3 Years /36,000 Miles Drivetrain: 5 Years /100,000 Miles Corrosion: 6 Years /100,000 Miles Roadside Assistance: 5 Years /100,000 Miles Report content is based on current data version referenced. Any performance - related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 152.3, Data updated 8/4/2009 9:50:00 AM ©Copyright 1986 -2005 Chrome Systems Corporation. All rights reserved. Customer File: August 12, 2009 10:25:58 AM Page 1 r M BUS CORPORATION Limited Warranty Collins Bus Corporation (Collins) warrants each new bus body to be free from defects in material and workmanship under normal use and service within the expressed time and mileage limits set forth herein. 1. What is Covered by this Warranty. Collins warrants to the original purchaser only, that the bus that is the subject of this sale and all other original components manufactured by Collins are free from defects in material and workmanship. The duration of warranties offered herein are as follows: A. For a period of five (5) years from the date of delivery or 100,000 miles, whichever occurs first, Collins warrants the: a. Body shell (including structural metal components welded or riveted together forming the floor, side walls, roof, front or end caps) to be free from defects in structural integrity, including rust - through. b. School bus seat frames and barrier frames to be free from defects in structural integrity. B. For a period of two (2) years from the date of delivery or 24,000 miles, whichever occurs first, Collins warrants all other components manufactured by Collins. C. For a period of one (1) year from the date of delivery or 12,000 miles, whichever occurs first, Collins warrants all other components not covered by A and B above, except for the chassis, the wheelchair lift (if applicable), and the air conditioner system which are warranted by their manufacturers with copies of said warranties supplied with each new bus. If the purchaser discovers within any of the applicable periods a defect in material or workmanship, they must notify Collins promptly in writing. In no event shall such notification be received by Collins later than one (1) month after the applicable warranty period or one month after the applicable mileage, whichever comes first. Within a reasonable time such notification, Collins will correct any defect in material or workmanship with either new or used replacement parts, at Collins' option. Such repair, including both parts and labor, is a Collins' expense. All warranty work is subject to the designated service center will be at the purchaser's expense and is not included as a cost of repair covered by this warranty. These remedies are the purchaser's exclusive remedies for breach of warranty. 2. What is Not Covered by this Warranty. Collins does not warrant (a) any product, components or parts not manufactured by Collins. including but not limited to the chassis or any chassis part, (b) damage caused by use of the bus body for purposes other than those for which it was designed, (c) damage caused by accident or the negligence of the purchaser or any third party or by disasters such as fire, flood, wind, and lightning, (d) damage caused by the purchaser's failure to provide normal preventive maintenance as customarily accepted in the industry or as set forth in maintenance guidelines, (e) filters, belts or other parts which are a part of normal maintenance replacement, (f) damage caused by unauthorized or improper installation of attachments, repairs, modifications or alterations, (h) damage caused by replacement of original parts or components with unauthorized substitutes, (i) damage during shipment, or (j) any other abuse or misuse by the purchaser. 3. Disclaimer of Warranty. THE FOREGOING WARRANTIES ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 4. Limitation of Remedies. In no case shall Collins be liable for any special, incidental, or consequential damages based upon breach of warranty, breach of contract, negligence, strict tort, or any other legal theory. Such damages include, but are not limited to, loss of profits, loss of savings or revenue, loss of use 01 the bus body or any associated equipment, cost of capital, cost of any substitute bus body, equipment, facilities or services, downtime, the claims of third parties including customers, and injury to property. This limitation does not apply to claims for personal injury. Some states do not allow limits on warranties, or on remedies for the breach in certain transactions. In such slates, the limits in this paragraph and in paragraph (3) may not apply. 5. Warranty Claim Procedure. The Purchaser must notify Collins in writing of a warranty claim prior to any warranty work. Collins will provide the purchaser with further instructions on how to proceed with such warranty claim. Any notice of a warranty claim and all other warranty correspondence muss be sent to Collins Bus Corporation, P.O. Box 2946, Hutchinson, KS 67504 -2946. Collins may designate new or additional addresses. 6. Time Limit for Bringing Suit. Any action for breach warranty must be commenced within 15 months following delivery of the vehicle or within the first three (3) months following the first 12,000 miles, whichever comes first. 7. No Other Warranties. Unless modified in writing and singed by both parties, this agreement is understood to be the complete and exclusive agreement between parties, superseding all the prior agreements, oral or written, and all other communications between the parties (including without limitation any terms and conditions contained in any purchase order or sales invoice issued pursuant to the sale of this bus body) relating to the subject matter of this agreement. No employee of Collins or any other party is authorized to make any warranty in addition to those made in this agreement. 8. Warranty Registration. This warranty is conditioned upon receipt by Collins of a completed and signed customer acceptance card within two weeks of delivery. It is the obligation of the purchaser to sign the customer acceptance card and return it to Collins within the two weeks following delivery. The customer acceptance card must be on file for any warranty claim to be considered. Collins Bus Corporation Page 1 Form F -8.3.6 Revision 3 LIMITED LIFETIME PAINT WARRANTY 1. What is Covered By This Warranty. Collins Bus Corporation (CBC) warrants, to the original purchaser only, that the bus body that is the subject of this sale is effectively painted and free from coating defects in material and workmanship and further warrants that the bus body will remain free of paint defects. The duration of the warranty is for the life of the vehicle, limited however to the original purchaser commencing with the date the bus is painted by CBC. The obligation of CBC is to provide paint material and application labor according to this schedule: (I) Material for life of vehicle (II) Cost of repair labor covered in full during the first three years of the vehicle's life (III) 50% of the cost of repair labor in year four of the vehicle's life (IV) 25% of the cost of repair labor in year five of the vehicle's life The warranty provided herein shall cover and extend to the following properties of the paint system: (A) Loss of adhesion of the pains system resulting in rust (less than rust grade 5, ASTM D 610 -85) (B) Cracking of the paint system (as set forth in ASTM D 661 -86) (C) Loss of adhesion of any element of the paint system resulting in appearance below standards set out in ASTM D 1654 -79A (D) Fading or Toss of gloss below standards set out in ASTM D 659 -86, value number 4 or lower If within the warranty period, purchaser discovers a defect in material or workmanship, it must promptly notify CBC in writing. In no event shall CBC be obligated to accept such notification unless it is received by CBC not later than one month following the expiration of the warranty period. Within a reasonable time after such notification, CBC will correct any defect in material or workmanship. Such repair, including both paint rnaterials and labor, is at CBC's expense according to the schedule listed. All warranty work is subject to CBC's or its agent's prior examination and approval and will be performed by CBC or its agents at service centers designated by CBC or its paint vendor. All transportation to and from the designated service center will be at the purchaser's expense and is not included as a cost of repair covered by this warranty. These remedies are the purchaser's exclusive remedies for breach of warranty. 2. What is Not Covered By This Warranty. CBC does not warrant (a) the exterior finish on trim or any fiberglass components, including but not limited to hardware moldings. windows, mirrors, lights and other appointments and accessories, (b) any product finishes, component finishes or finishes of parts not manufactured by CBC including the chassis, (c) damage caused by use of the bus body for purposes other than those for which it was designed, (d) damage caused by accident or the negligence of the purchaser or any third party or by disasters such as fire, flood, wind. lightning, acid rain, and industrial fallout, (e) damage caused by the purchaser's failure to provide normal preventive maintenance as customarily accepted in the industry or as set forth in maintenance guidelines, (1) damage caused by unauthorized or improper installation of attachments, repair, modifications or alterations. (g) damage caused by replacement of original parts or components with unauthorized substitutes, (h) damage during shipment (1) damage caused by abrasion or external foreign objects, (j) decals, stickers, name plates, pin stripes, or damage caused by application or removal of the same. (k) damage resulting from dissimilar metal contact corrosion, or crevice corrosion, (I) and other abuse or misuse by the purchaser. 3. Disclaimer of Warranty. THE FOREGOING WARRANTIES ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 4. Limitation of Remedies. In no case shall CBC be liable for any special, incidental, or consequential damages based upon breach of warranty, breach of contract, negligence, strict tort, or any other legal theory. Such damages include, but are not limited to, loss of profits, loss of savings or revenue, loss of use of the coach body, equipment, facilities or services, downtime, the claims of third parties including customers, and injury to property. This limitation does not apply to claims for personal injury. Some states do not allow limits on warranties, or on remedies for breach in certain transactions. In such states, the limits in this paragraph and in paragraph (3) may not apply. 5. Warranty Claim Procedure. The purchaser must notify CBC in writing of a warranty claim prior to any warranty work. CBC will provide the purchaser with further instructions on how to proceed with such warranty claim. Any notice of a warranty claim and all other warranty correspondence muss be sent to Collins Bus Corporation, P.O. Box 2946, Hutchinson, Kansas 67504 -2946. CBC may designate new or additional addresses. 6. Time Limit for Bringing Suit. Any action for breach of warranty must be commenced within three months following the expiration of the warranty period, 7. No Other Warranties. Unless modified in a writing signed by both parties, this agreement is understood to be the complete and exclusive agreement between the parties, superseding all prior agreements, oral or written, and all other communications between the parties (including without limitation any terms and conditions contained in any purchase order or sales invoice issued pursuant to the sale of this coach body) relating to the subject matter of this agreement. No employee of CBC or any other party is authorized to make any warranty in addition to those made in this agreement. 8. Warranty Registration. This warranty is conditioned upon receipt by CBC of a completed and signed customer acceptance card within two weeks of delivery. 11 is the obligation of the purchaser to sign the customer acceptance card and return it to CBC within the two weeks following delivery. The customer acceptance card must be on file for any warranty claim to be considered. Collins Bus Corporation Page 2 Form F -8.3.6 Revision 3 EXHIBIT "B" PROPOSAL FORM RFP #11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 1. Total Lump Sum Bid: $ ° ���� � / � l f 4 f lr•� ? -huac kf / - -4 / r , < -7 dollars and / cents 2. Warranty Offered: e e 4 / /4:-cf+' ; :/ c,:�s�r, : . ' (lr'x.•%.. ada r J f f tai j 7 � c { �n ;! /C ( i': .f y (. �_ -- 3. Days Required for Delivery after Receipt of Order (ARO): i ° ` Days . Replacement farts: Attached price list of replacement parts. r.• ' y7 1 /7! i1 Company Name Authori /ec! Officer (print) Authorized Signature 1/b / a 0 1 Date RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 1 ;LIGHT LED AMBER 210439 EA CLEARANCE 12.98 MINI A LIGHT LED RED CLEARANCE 210440 EA MINI 12.98 LIGHT- STROBE EA LOW- PROFILE 410967 75.59 SWITCH -CNTRL 403120 EA DOOR SPDT 11.69 SHROUD BUMPER 10" LH 425545 EA ABS 22.88 -- SHROUD BUMPER 10" RH 425546 EA -ABS 22.87 F RUBBER 412064 WHEEL WELL 5.66 MIRROR ROSCO EYE MAX LP HEAD 429060 EA 61.50 (Insufficient Inventory) MIRROR HEAD 428001- EA BOT RVIEW 1 MANUAL 98.52 SWITCH SPDT EA MAIN EATON 415976 I.D. 20.27 LIGHT BACK -UP 4" SIGNAL- 210043 - STAT 3.73 LIGHT STOP /TAIL 4" 210042 EA ( #40242R) 10.39 LAMP- WARNING HALOGEN RED 420654 EA 11.56 (Insufficient Inventory) LAMP- WARNING HALOGEN 420653 EA AMBER 11.56 LIGHT - 404296 EA STOP /TAIL RED 7 " 8.06 RFP #11-007-R COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITI -I THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF , YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. t K — % . - .ss3 �irr�?IJ� i r _Sc� fes f.,�c ` 1 � 0 .3 . COMPANY NAME TELEPHONE (INCLUDE AREA CODE) ( 104 - 7,S 2 .-.7;:.0 FAX (INCLUDE AREA CODE) htt.5ca /e5 0 (WC j , (,:, J-r E -MAIL ADDRESS r ' " "'l — / 1 IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, t � /� ? 7 PLEASE INDICATE BELOW: 'n .,t ) � ,.> ;-.0 t 1:. .t i 5. NAME/TITLE (PLEASE P INT) STREET ADDRESS 7 - 4. i / 1_ / -') ) r ,. CI'T'Y STATE ZIP FEDERAL ID # l�6, h)1 i 7 — (1) l Individual V Corporation Partnership Other (Specify)_ 1° Sworn lo and - ,uhscrihcd heforc nee this ) l day of June` - 20 [ 1 . . Personally Knovrn u or Produced Identification -- — _ -- Notary Public - State of FL. (T of ldcntifie<<tion) County of Th V0r 1- -- / °v iii/ /k.... j( / /�'. f //r . LZ _ Signatt4ie of Notary Puhlic t ,„ , `v AMY II_ BAUARD >: / ,,'- MY COMMISSION 4 DD 877745 i i 1 �`,1 1 1 f r 7 1 - „_ �; EXPIRES: April 't1, 2013 Printed, Typed or Stamped Commissioned � t tonded Yhru Notary Public Underwriters 14 11110" . Name of Notary Public p,. c ' RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 19 e Ce nter of Good L Mayor ' - - 7 1�a a ( " Commissioners S. Scott Vandergrift r.. „,, Gary Hood, District 1. 0 . Rosemary Wilsen, District 2 City Manager Rusty Johnson, Distri 3 g 0 Y Robert Frank '� Joel F. Keller, District 4 Florida CITY OF OCOEE REQUEST FOR PROPOSALS RFP# 11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID €€p.a t ai s s �`� -r _:f` . • m { ` {� '''"° ,yam '" ai t kj `6F0 aXt i r y, ?:.n� `' � W Y 9 C A ' � r 1i RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 6 General Terms & Conditions 7 - 16 Acknowledgement of Addenda *, p.14 References/Experience*, p. 14 SPECIFICATIONS, PROPOSAL FORM, AND PROPOSED AGREEMENT Section Page Exhibit A — Specifications 17 Exhibit B — Proposal Form* 18 Company Information and Signature Sheet *, p. 19 *Submit with Proposal End Table of Contents 2 RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID Request for Proposals, Legal Advertisement The City of Ocoee, Florida, (City) is soliciting sealed proposals for RFP# 11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID. Proposals will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance/ Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 3:00 P.M., local time, on June 22, 2011. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and read aloud at that time. No Pre - proposal Conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Onvia /Demandstar by accessing the City's website at http: / /www.ocoee.orq under Finance /Purchasing. Partial sets of the documents required for submitting a proposal will not be issued. By using Onvia /Demandstar, prospective respondents will be provided with all information regarding this RFP and addendums and changes to the project requirements; fees may apply for non - members. Membership with Onvia /Demandstar is not required to submit a proposal. Persons other than prospective respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Beth Eikenberry, City Clerk, June 5, 2011. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) # 11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID A. Sealed proposals for RFP #11 -007 -R will be received by the City of Ocoee, hereinafter called "City," from any person, firm, corporation, or agency, hereinafter called "Respondent" or "Proposer ", submitting a proposal for the services being solicited. Each Respondent shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink; do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal, either as a principal, member of the firm, or general partner. If the Respondent is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance /Purchasing Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905 -3100, extension 1516 and fax (407) 905 -3194 or email jtolbertc ci.ocoee.fl.us, and must be received not later than 3:00 P.M., local time, on June 15, 2011, in order to receive an answer. Any clarifications /changes will be only through written addenda issued by the Purchasing Agent. Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the proposal award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm planning to provide services. The proposal shall be presented as one (1) original and four (4) copies. The entire proposal package shall be received by the Finance Department not later than 3:00 P.M., local time, on June 22, 2011. Proposals received by the Finance /Purchasing Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance /Purchasing Department Attention: Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 D. No Pre - Proposal Conference is scheduled at this time. E. Proposals will be reviewed by a selection committee appointed by the City Manager and will be ranked in accordance with the established selection criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be noticed publicly and on Demandstar. The selection committee shall supply a ranked list of the proposing firms and a recommendation to the City Commission regarding which firm(s) should be awarded the contract by the City Commission. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 4 submitted to the City as a part of a proposal constitute public records under Florida law. F. All Respondents shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Respondent has complied with the instructions of this RFP. The failure or neglect of a Respondent to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the contract documents or the scope of services. Proposals shall be in compliance with the contract documents and scope of services. All costs to prepare and submit proposals shall be the responsibility of the Respondent and the City shall make no reimbursement of any kind. H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be distributed via Demandstar. It shall be the responsibility of each Respondent to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Respondent, if requested, unopened. In case any Respondent fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a Respondent receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. I. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Respondents; c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Respondent's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its proposal. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 5 Supplier, Subcontractor, or Consultant under an award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal that they consider confidential and /or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. L. NO WARRANTY REGARDING RFP DOCUMENT PACKAGE. The City does not warrant or guarantee the accuracy of any information contained in the RFP Packet. Each respondent is responsible for independently satisfying himself as to the accuracy of all information. It is the responsibility of each respondent submitting a proposal to undertake prior to submission of a proposal such investigations as they may deem appropriate to satisfy themselves as to the condition of the property. M. PROPOSAL WITHDRAWAL. Respondent warrants by virtue of bidding the prices in his proposal response will be good for an evaluation period of ninety (90) days from the date of proposal opening. Respondents will only be allowed to withdraw their proposals after the opening time and date at the discretion of the City. Extensions of time when bids shall remain open beyond the ninety (90) day period may be made only by mutual agreement between City, the Respondent, and the Surety, if any, for the Respondent. N. ACCEPTANCE AND AWARD. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re- advertise for new proposals. The City may accept any item or group of items of any proposal, unless the Respondent qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent(s) which, in the City's sole discretion, is (are) the most responsive and responsible. The City reserves the right, as an aid in determining which proposals are responsible, to require a Respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals for acceptance and award. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 6 RFP #11 -007 -R GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Respondent, if awarded the Contract, will, after written notice of such award, enter into a written Contract with the City and as a guarantee that the Respondent will not withdraw its proposal for a period of ninety (90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. b) In the event of withdrawal of said proposal within ninety (90) days following the opening of proposals, or Respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the RFP after issuance of Notice of Intent to Award by the City, then such Respondent shall be liable to the City in the full amount of the check or Bid Bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the Bid Bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required Bid Bond and required insurance coverage is to be included in the Respondent's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Respondents will be returned within three (3) days after the City and the successful Respondent have executed the contract for work or until the 91 day after proposal opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check. e) In lieu of providing a bid security, the Respondent may provide documentation that their business has been active with the Secretary of the State of Florida for a minimum of three (3) years. Respondent warrants by virtue of bidding the prices in his proposal response will be good for an evaluation period of ninety (90) days from the date of proposal opening. 2. PERFORMANCE BOND: No Performance or Payment bonds are required. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any letters patent of the United States arising out of the performance of this contract. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 7 infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the Respondent uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the proposal price shall include all royalties or cost arising from the use of such design, device, or materials. 4. DEFAULT: As a result of proposals received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 5. PRICING: Pricing should be provided as indicated on the Proposal Form attached as Exhibit B, to include any alternate proposals. Please note that alternate price proposals will not be accepted unless specifically called for in the Specifications /Proposal Form. Respondent shall enter the total for each proposal item as shown on the Proposal Form. Cost of preparation of a response to this RFP is solely that of the Respondent and the City assumes no responsibility for such costs incurred by the Respondent. The Proposal Form may not be completed in pencil. All entries on the Proposal Form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Respondent to clarify an illegible entry on the Proposal Form. If the Proposal Form requires that the proposed price, or constituent portions of the proposed price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Proposal Form should be provided by the Respondent and be correctly computed. If there is an arithmetical conflict between the unit price stated by the Respondent on the Proposal Form and the total price stated by the Respondent on the Proposal Form, the unit price stated by the Respondent on the Proposal Form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Proposal Form to calculate the total price, utilizing the unit prices that have been identified by the Respondent. The taking of such action by the City shall not constitute grounds for the Respondent to withdraw its proposal nor shall it provide a defense constituting discharge of the proposal bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Proposal Form. However, the City reserves the right to reject RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE - BID 8 Proposal Forms that are incomplete or contain information that is not required as being non - responsive. a) The prices have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Respondent or with any competitor; b) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other Respondent or to any competitor; c) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); d) Respondent warrants the prices set forth herein do not exceed the prices charged by the Respondent under a contract with the State of Florida Purchasing Division; and e) Respondent agrees that supplies /services furnished under this proposal, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the proposal award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within Tess than 30 days will not be considered in evaluation of proposals. However, offered discounts will be taken for Tess than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of proposal opening, same will be disposed of in the best interest of the City. 8. LITERATURE: If required by the scope of work or the specifications, descriptive literature /brochures shall be included with this proposal in order to properly evaluate make /model offered. Proposals submitted without same may be considered non - responsive and disqualified. 9. AWARD CRITERIA: The contract will be recommended to be awarded to one or more Respondents according to the Selection Criteria set forth in this RFP document. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 9 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Respondent shall file a written proposal protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A proposal protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the RFP, its addenda, and other proposal documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications), if any. The Respondent shall clarify all questions concerning the design documents of the project prior to submitting its proposal. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: The City shall issue an official City Purchase Order for products based on the terms of the RFP. Upon delivery and acceptance by the City, vendor shall submit an official invoice for payment. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for products ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services have been received and accepted by the City in the quality and quantity ordered. The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. 12. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein shall comply with all applicable federal, state, and local laws, ordinances, regulations, orders, and decrees, including, without limitation, such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910 - General Industry Standards that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 10 c) The Contractor must assure that a certified first aid person is designated, phone numbers of physicians, hospital, and ambulance services are posted (copy to Personnel Director, City of Ocoee), and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and be secured to prevent displacement. i) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. j) All heavy equipment must have, where applicable: (a) back -up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. k) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 14. CERTIFICATION OF NON - SEGREGATED FACILITIES a) Respondent certifies that it does not and will not maintain or provide any segregated facilities for the Respondent's employees at any of the Respondent's establishments, and that Respondent does not permit Respondent's employees to perform their services at any location under the Respondent's control where segregated facilities are maintained. Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of its Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Respondent agrees that (except where Respondent has obtained identical certification from proposed contractors for specific time periods) Respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Respondent will retain such certifications in Respondent's files. b) The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 11 15. STATEMENT OF AFFIRMATION AND INTENT: a) Respondent declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above -named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Respondent certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) c) Respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Respondent agrees to immediately notify the City in writing. d) Respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Respondent offers and agrees that if this negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Respondent. The proposal constitutes a firm and binding offer by the Respondent to perform the services as stated. 16. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to proposal, as defined by Section 287.012(11), Florida Statutes, requests for proposals, as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 12 for a period of 36 months from the date of being placed on the convicted vendor list." b) All Respondents that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. (Remainder of page left blank intentionally). RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 13 17. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 18. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT Have you any similar work in progress at this time? Yes_ No Length of time in business years months. Bank or other financial references: (Attach additional sheets if necessary) RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 14 19. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Respondents shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Respondents with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of twenty (20) 8.5 "x 11" pages (excluding front and back covers, dividers, and all forms included in this RFP), single- sided, portrait orientation, 12 -point font, and contained in a three -ring binder or other format amenable to easy photocopying. The page limit applies to the material contained in sections 1 and 2 of the proposal, as described below. The person signing the proposal on behalf of the Respondent shall have the legal authority to bind the Respondent to the submitted proposal. In order to simplify the review process and obtain the maximum degree of comparison, the Respondent must provide the following content when responding to the RFP: Section 1 — Company Information /Experience /References • Firm's history, number of years in business, etc. • List of firm's other current or recently completed contracts of this type with the City or other Cities or public agencies of similar size within the past three (3) years. • List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. Section 2 — Product Information • Detailed Specifications. • Warranty. • Delivery. Section 3 — Price Proposal • Exhibit B. • Price List of Replacement Paris. • Bid Security. 'Section 4 — Other Required Content • Other Forms listed on Table of Contents to be submitted with your proposal. RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 15 20. SELECTION CRITERIA: The criteria for making an award recommendation are: 1. Compliance with all specifications: (0 — 30 points) The ability to most closely match the provided specifications, delivery time, warranty. 2. References, Experience: (0 — 20 points) 3. Location of Service Office: (0 — 20 points) Distance to nearest authorized repair & warranty center. 4. Price Proposal: (0 — 30 points) Overall Pricing on the vehicle. Overall Pricing for all Replacement Parts. Assembly and Delivery Price for FOB Destination, 301 Maguire Road Extension, Ocoee, FL 34761. The criteria for selection shall be based on the criteria listed above. A City selection committee will evaluate each respondent's qualifications and will short-list and recommend to the City Commission one or more firms in ranked order of qualifications based upon the selection committee's evaluation of the responses and any client references. All Respondents shall be notified via Onvia /Demandstar or other means of staff's recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. ANTICIPATED SELECTION SCHEDULE Date of RFP Request for Proposals advertised 10 days later Last day for questions 17 days later Proposal submission deadline 18 days later Proposals distributed to Selection Committee 23 days later Selection committee meeting held Next meeting Short-list of firms recommended to City Commission This schedule is subject to change by the City. (Remainder of page left blank intentionally). RFP11 - 007 - MULTI FUNCTION SCHOOL ACTIVITY BUS RE - BID 16 EXHIBIT "A" SPECIFICATIONS RFP #11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID All proposals submitted shall meet the minimum specifications outlined in this document for One (1) New 12 passenger, two wheel chair position multi function school activity bus with a total capacity of 15 counting the driver. The activity bus must have safety features, such as emergency exits, heavily padded seats, reinforced sidewalls, etc. The activity bus must be ADA compliant. Preferred delivery is within ninety (90) days after receipt of order (ARO). The Respondent will be required to comply with all state and federal laws and regulations regarding transportation and the sale of activity buses for the purpose of carrying children to and from school. All price proposals must be submitted on the appropriate Proposal Form attached. The Respondent shall submit all specification information for the activity bus proposed. Submit a proposal on only one (1) type of multi function school activity bus. The product information shall be sufficiently detailed and complete as to allow the City to evaluate whether it meets the specifications identified in this package. Respondent shall also include a description of all options that will be provided as part of the lump sum bid. The Contractor shall include a copy of all manufacturer and dealer warranties. (Remainder of page left blank intentionally). RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE - BID 17 EXHIBIT "B" PROPOSAL FORM RFP #11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 1. Total Lump Sum Bid: $ dollars and cents 2. Warranty Offered: 3. Days Required for Delivery after Receipt of Order (ARO): Days 4. Replacement Parts: Attached price list of replacement parts. Company Name Authorized Officer (print) Authorized Signature Date RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 18 RFP #11 -007 -R COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20 . Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, Typed or Stamped Commissioned Name of Notary Public RFP11 -007 -R MULTI FUNCTION SCHOOL ACTIVITY BUS RE -BID 19