Loading...
Item #03 Approval of Award of RFP #17-003 Shuttle Bus to Florida Transportation Systems, Inc., in the Amount of $101,554.00 ocoee florida AGENDA ITEM COVER SHEET Meeting Date: March 21, 2017 Item # 3 Reviewed By: Contact Name: Joyce Tolbert Finance Manager: Contact Number: 1516 City Manager: crif Subject: Award of RFP#17-003 Shuttle Bus Background Summary: The budget for Fiscal Year 2017 includes the four-year lease-purchase of one (1) replacement bus for the Parks and Recreation Department. The proposal is for one (1) new Blue Bird Vision 34 passenger activity bus. The vehicle is certified as a multi-function school activity bus. The bus has safety features, such as emergency exits, heavily padded seats, reinforced sidewalls, etc. The bus will be used to transport children to and from the City's recreation center to school, as well adults for city sponsored events. 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. Delivery is within 90-130 days after receipt of order (ARO). In compliance with the Purchasing Policy - Chapter 21 of the City's Code of Ordinances, a Request for Proposals (RFP) was advertised on February 12, 2017 and was publicly opened on March 1, 2017. There was a single proposal received. The Finance and Public Works Departments reviewed the proposal and the proposal was considered responsive, see the attached Checklist. Attached is the proposal; the original is available in the Finance Department for your review. The proposal was evaluated by the RFP Evaluation Committee appointed by the City Manager, which was comprised of three (3) members: Jeff Hayes, Parks and Recreation Director; Steve Krug, Public Works Director; and Bill Simmons, Public Works Operations Manager. The public RFP Evaluation Committee meeting was held on March 8, 2017 with the Evaluation Committee evaluating the firm on specific evaluation criteria and verifying the proposed vehicle meets the specifications of the RFP. Please see the attached shortlist/evaluation form. The evaluation committee recommends the purchase of the shuttle bus from Florida Transportation Systems Inc., per the attached award recommendation from the Public Works Director. The price of the bus is below the estimate incorporated into the City's budget, and will be added to the upcoming lease/purchase financing agreement along with other equipment and vehicles. Issue: Should the City Commission award the purchase of a shuttle bus for the Parks and Recreation Department to Florida Transportation Systems, Inc., as recommended by the Evaluation Committee? Recommendations: Staff recommends that the City Commission award RFP #17-003 Shuttle Bus to Florida Transportation Systems, Inc. in the amount of$101,554.00 and authorize staff to issue a purchase order for this procurement. Attachments: 1. RFP#17-003 2. FTS Proposal 3. Evaluation Form/Shortlist 4. RFP Checklist 5. Award Recommendation from Public Works Director Financial Impact: The FY 17 budget included $19,225 for the principal and interest costs for the first year as part of the upcoming consolidated 4-year lease/purchase financing of City vehicles and equipment. Type of Item: (please mark with an 'k') Public Hearing For Clerk's Dept Use: Ordinance First Reading I 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 4$0.1. ocoee florida Mayor MEMORANDUM Rusty Johnson Commissioners Date: March 8, 2017 John Grogan District 1 I COee Public works Team To: Joyce Tolbert, Purchasing Agent Rosemary Wilsen District 2 010 r From: Stephen C. Krug, Public Works Directo Richard Firstner District 3 Improving a great community RE: Contract Award Recommendation. Joel F.Keller District 4 City Manager Public Works recommends award of the Shuttle Bus, RFP No. 017-003, to Robert D.Frank Florida Transportation Systems, Inc. (FTS), of Tampa, Florida, in the amount of $101 ,554.00. The City received a single responsive proposal with the price below the Fleet Division's estimate as incorporated in the City's Budgeted Capital Outlay. The vendor has been in business for over 34 years in Central Florida and provides a warrantee and parts source for this region. The bus market is currently changing as the truck chassis suppliers have recently upgraded their designs requiring bus body manufacturers to redesign their products to match up with the new chassis. Several bus manufacturers do not have a product to supply at this time during the retooling process, however, FTS proactively procured several chassis before the truck manufacturers shut down production for retooling. This has allowed FTS to provide busses while the retooling takes place and was able to submit on the City RFP. City of Ocoee • 301 Maguire Road • Ocoee, Florida 34761 Phone: (407) 905-3170 •www.ocoee.org RFP#17-003 SHUTTLE BUS CHECKLIST 3/01/17 2:00 P.M. RESPONDENT Florida Transportation Systems Inc. Bid Security N/A Company Verification Active Mobile Support at City of Ocoee location.Warranty Repair Locations: Location of Service Office N Orange Blossom Trail, Orlando, and Presidents Drive, Orlando Acknowledge Addendum#1 ✓ References/Experience ✓ Company Information/ Signature Sheet ✓ (1) Original Signed &(3) Copies No copies received Total Lump Sum Proposal $101,554.00 Make/Model Offered Blue Bird Vision Blue Bird Body, Chassis&A/C: 5 Years/Unlimited Miles Cummins Engine: 2 Years/Unlimited Miles Warranty Offered Allison Transmission:4 Years/100,000 Miles Delivery Days(ARO) 90-130 Specifications/Brochures ✓ Price List of Replacement Parts Parts pricing to the City at local school district pricing levels. \ a o ` < m < 2 73 \ E 0 so E / /0 ( 0 0 0 0 « a \ w a \i \ \ \ \ m D I ®wr» \vas C \. \\'< .- *6-:, \ «% \/ .z ««m < Z C M \) - y O 2 M 8 - ® E cu 6 } E 3 w - \ O 78 2 ƒ q r } \ƒ c | / 3 w fit C \ / EL < cl) co< m o 0 o -n Ko y m Ol; oQ° ( Oo 13 „,X o pc, -9, o� Cm m 5m d o UHI W D c 022 m m ' o m m m CD _ S. c o p 7 O O O',.; a N C1, -0 7 K C y 2. 7 0 7 N p O n .7 O = U) Z �.. m a g- N m o 7 m m m m g a1 7ZC w . m m 1:7 `° < .. N m m F `< d n — m cD 2 Oo m ao ? O fD fD ? m 3 _ Ill �. n 7 ,� N C7 fD co N O rzt n N a` , m o D = m �_ 3 c N C' v s of C 7. i' II) r O O (,.. ?51:, 712" i ,.,- 3 c u d r c MI t..... --.... .� G (, 'V ii ( cm � 0 (N -DIC °w In ,. O to t -' o Z '3 3 'x; 3 n gi 1° `ry m m 3 o i o TKo D � O� oQo O cT f n -o (� m 3< < m O w a m o o o < .•n co m m o y o o m m ° co -9 ° m noo Q E c r �. p3n iii P. ' ` -.; .y-r N N < � D 3 .. 7 0 n. r4.,1:1 Q O O -CI W C M po m 3 � m = C 2 N 0- S2o7 a5- S , S m y SO f/ Z > m .0 m co m a; o m c v o o N ea' m z 5 = o —0 CD Z O o m ra '73'. ? m o. o m o a C13 o o; m rn coo < O 0 .. w a o o o m 3 !v 03 C Fo' co m• o = m rn �n s rt m m O 3 Z 'T1 0 0 5 I "1 3 o 3 C N ✓ r =eu li , a) o Z Cn 3 m to 7 O k. L < < m 7 ƒ� � JS $ ƒJ 999 ® ; ° E � ƒ $ +f ®* g E E m 0 > § �27, mEmE7 § ! -, / \ § z � = eeR § . ¥ E E / # ice 222 a , o $ Eo - 0 c F CD\ \ ,3 ' \ J / C � Cr % 2R ƒ Jm § \ # 7R J/ E / \ # . @ Z § 2 / � �� \ Rg2 3.,:z E. /\f03 # CD 7 / e e z � > m % % m � m , 2710 ° — m ° f ` t Q # # �= 2 < # a I ! A § z - = ° § o « \ — ƒ CB ) E c o & m , � - . o _ , m / ° E & a ° 2 ■ .. 2 /= — @ , a ` E E leu 2 e P. = E ■ a ; . � i¥ r-": » . . . «. . . . \ _ . . E k ,...‹. = z o \ 0f § 22 E rIq I. - ƒ > j2 .D. . n / m § 0 7 q § S . 0 z n k Ico C'N'‘. l'. Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner,District 3 Robert Frank Joel F.Keller,District 4 Ocoee florid a CITY OF OCOEE REQUEST FOR PROPOSALS RFP# 17-003 SHUTTLE BUS Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen,District 2 City Manager � � Richard Firstner,District 3 Robert Frank Joel F.Keller, District 4 ocoee florida February 23, 2017 ADDENDUM NO: ONE (1) CITY OF OCOEE RFP#17-003 SHUTTLE BUS This addendum consists of one (1) page, and shall modify and become a part of the original RFP documents for a shuttle bus. Respondents shall acknowledge receipt of this Addendum in the space provided on p.13 of the RFP document. Failure to do so may subject the Respondent to disqualification. Answers to questions received and/or amendments to the RFP documents are as follows: Q1. Should the bus be capable of accommodating 33 passengers, whether they are adults or children?Or should the bus accommodate 33 children in 39"school bus bench seats (at three per seat)?Individual seating is available where each seated position will accommodate one passenger(adult or youth)and the seats are still compliant with FMVSS 222(school bus passenger seating and crash protection). Al. The seats should be individual,accommodating one adult or child. Q2. Is the bus required to have a gas engine or a diesel engine? A2. A diesel engine would be a preference but is not required. Q3. Is the bus required to have air conditioning? A3. Yes,we require the bus to be air conditioned. Joyce Tolbert,CPPB Purchasing Agent cc:REP Evaluation Committee j4 3 ` - `? °G . n� I.I ,x:•. a z' rs � s7p+ 1 �.�� ._�s �? `� "' 7 "'NI a'""-.-fix„" - x'" r`'c, r -*€- °' >� icy; lad ._ a �e 3 4 `°` d , a :g � ism. `-v:, x .•"rr � fro dM RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 6 General Terms & Conditions 7 - 15 Acknowledgement of Addenda*, p.13 References/Experience*, p. 13 SPECIFICATIONS, PROPOSAL FORM, AND PROPOSED AGREEMENT Section Page Exhibit A—Specifications 16 Exhibit B— Proposal Form* 17 Company Information and Signature Sheet*, p. 18 *Submit with Proposal End Table of Contents RFP17-003 SHUTTLE BUS 2 Request for Proposals, Legal Advertisement The City of Ocoee, Florida (City) is soliciting sealed proposals for RFP #17-003 Shuttle Bus. Proposals will be received at the office of Joyce Tolbert, CPPB, Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on March 1, 2017. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and the names of the responding firms 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.org under the "Living & Working" section. 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 addenda and changes to the project requirements. Membership with Onvia/Demandstar is not required to submit a proposal; fees may apply for non-members. 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. Melanie Sibbitt, City Clerk, Orlando Sentinel, February 12, 2017. RFP17-003 SHUTTLE BUS 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) # 17-003 SHUTTLE BUS A. Sealed proposals for RFP #17-003 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 equipment 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 Department/Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 905-3194 or email jtolbert(c ci.ocoee.fl.us, and must be received not later than 2:00 P.M., local time, on February 22, 2017, 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 the required equipment/services. The proposal shall be presented as one (1) original and three (3) copies. The entire proposal package shall be received by the Finance Department/Purchasing not later than 2:00 P.M., local time, on March 1, 2017. Proposals received by the Finance Department/Purchasing 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 Department/Purchasing 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 evaluation committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled evaluation committee meeting(s) for this RFP will be noticed publicly and on Demandstar. The evaluation 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 RFP17-003 SHUTTLE BUS 4 City Commission meetings are duly noticed public meetings and that all documents 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/specifications. Proposals shall be in compliance with the contract documents and scope of services/specifications. 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 RFP17-003 SHUTTLE BUS 5 property to a public entity, may not be awarded or perform work as a Contractor, 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. PROPOSAL WITHDRAWAL. Respondent warrants by virtue of bidding the prices in his proposal response will be good for an evaluation period of one hundred twenty (120) 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 one hundred twenty (120) day period may be made only by mutual agreement between City, the Respondent, and the Surety, if any, for the Respondent. M. ACCEPTANCE AND AWARD. No proposal may be withdrawn and all proposed prices shall remain firm for a period of one hundred twenty (120) days after the time and date scheduled for the proposal deadline. A request for withdrawal or modividation of a proposal may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. 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. RFP17-003 SHUTTLE BUS 6 RFP #17-003 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: Not Required. Respondent warrants by virtue of bidding, the prices in his proposal will be good for an evaluation period of one hundred twenty (120) days from the date of RFP opening. 2. PERFORMANCE & PAYMENT BOND: Not applicable. 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. or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Respondent and persons employed or utilized by the Respondent in the performance of the construction 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 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 RFP17-003 SHUTTLE BUS 7 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 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/equipment 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/equipment 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. RFP17-003 SHUTTLE BUS 8 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 less than 30 days will not be considered in evaluation of proposals. However, offered discounts will be taken for less 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 Evaluation criteria set forth in this RFP document. The City shall be the sole judge on the type of equipment that will best meet the operational and financial needs of the City. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding 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). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. 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. 4. The bid protest shall be filed with the Purchasing Agent not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. RFP17-003 SHUTTLE BUS 9 5. 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 the City denies the protest, the City 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/goods received 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. Payment cannot be made until the City receives the proper Certificate of Origin/Title Paperwork from the vendor. 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, the National Highway Traffic Safety Administration compliant, and 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. 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. RFP17-003 SHUTTLE BUS 10 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. 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 goods or 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.) RFP17-003 SHUTTLE BUS 11 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 goods or services, Respondent agrees to immediately notify the City in writing. d) Respondent further declares that a careful examination of the specifications/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/specifications, 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 provide the goods or 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 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. 17. USE BY OTHER GOVERNMENTAL AGENCIES City of Ocoee invites other governmental agencies in the State of Florida to "piggyback" this RFP; however, the City of Ocoee will not be responsible for any transactions between the successful Respondent(s) and any public entity that may elect to utilize this RFP. RFP17-003 SHUTTLE BUS 12 18. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 19. 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 provide the equipment/perform services of similar complexity, nature, and size of this procurement 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) RFP17-003 SHUTTLE BUS 13 20. 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, table of contents, 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. Failure to adhere to the stated page limit or provide the required content may subject your proposal to disqualification. 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 • Company's history, number of years in business, etc. • List of company'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. • Location of Service Office. Section 2— Product Information • Detailed Specifications, brochures. • Warranty offered. • Delivery time. Section 3—Price Proposal • Exhibit B. • Price List of Replacement Parts. 'Section 4—Other Required Content • Other Forms listed on Table of Contents to be submitted with your proposal: Page 13 Addenda and References Page 18 Company Information/Signature Sheet RFP17-003 SHUTTLE BUS 14 21. EVALUATION 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 City will make an Award, if an award is made, in its absolute and sole discretion, to the most responsible and responsive Respondent whose proposal, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary, and may require oral interviews or formal presentations of firms. The City shall be the sole judge of the competency of Respondents. A City evaluation committee will evaluate each respondent's qualifications and will short- list and recommend to the City Commission the top ranked firm, in ranked order of qualifications based upon the evaluation 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. The City Commission shall be the final authority in the award or rejection of any and all responses. 22. ANTICIPATED SELECTION SCHEDULE Date of RFP Request for Proposals advertised 10 days later Last day for questions 17 days later Proposal submission deadline 18-22 days later Proposals distributed to Evaluation committee 30 days later Evaluation committee meeting held (publicly noticed) Next meeting Top-ranked firm recommended to City Commission This schedule is subject to change at the discretion of the City. RFP17-003 SHUTTLE BUS 15 EXHIBIT "A" SPECIFICATIONS RFP #17-003 SHUTTLE BUS All proposals submitted shall meet the minimum specifications outlined in this document for One (1) New 33 passenger bus with a total capacity of 34 counting the driver. The bus must have safety features, such as emergency exits, heavily padded seats, reinforced sidewalls, etc. The bus will be used to transport children to and from the City's recreation center to school, as well adults for city sponsored events. 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 bus proposed. Submit a proposal on only one (1) 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 Respondent shall include a copy of all manufacturer and dealer warranties. Descriptive literature/brochures shall be included with this proposal in order to properly evaluate make/model offered. (Remainder of page left blank intentionally). RFP17-003 SHUTTLE BUS 16 EXHIBIT "B" PROPOSAL FORM RFP#17-003 SHUTTLE BUS 1. Total Lump Sum Bid: $ dollars and cents Assembly and Delivery Price for FOB Destination, 301 Maguire Road Extension, Ocoee, FL 34761. 2. Make/Model Offered: 3.Warranty Offered: 4. Days Required for Delivery after Receipt of Order(ARO): Days 5. Replacement Parts: Attached price list of replacement parts. Company Name Authorized Officer(print) Authorized Signature Date RFP17-003 SHUTTLE BUS 17 RFP#17-003 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 RFP17-003 SHUTTLE BUS 18 i • • • . . . , . ,... . . . „. !";, •-• . .- .. -.. • The Blue Bird Vision has the industry's fli „ Best-In-Class ,. ,- • NN: ,•,,.. '-' .",,,,i 0 i., ' '\'' ''). . 1. , ,, v• • Driver Visibility .r, ,1.. oc.% `-r...... '., .. . -.. . , ,N ---, • '.., ... . .-,.-.... ........,,,,,,,,,, ‘.... . , ThIPlw /I ...1. , Ark . ,;W' lir I. BUS IP" ...... ._ :7-4,- ,:. , , , . . - - - ' . 1.7-7--T-, • . • - 410:,,'' . ..) . -. . 1;:-.,-,•;,-----..:Et — ../ q ■ • ‘. ) • , 0 . I• ----1 - - • _____.----- ......-„, --- -"' tiel..04, • - - . ......_ „...._., .. . ., . ', ,----- 1110 '''''.4.° I : ,,,, !.1 ,1, `Ib ___4..........„ "54'1. 4 t ..: . ,..., • iN‘;4.. e 4,,,1 ..•:.Ai . ,. ...... , .. . . .. .. 3! .. .. "-* ' '', .'''. 1 , V 4, '. -• :i), .. .. .. .. ......... .PII. '.. I • ,;,:irl. ' .1 • ''' ,7 ,,,U :,i:: ... . . .. ... ... . .:., /7T,U. -4\ yl: . ..-.... A 1\\ -V ' „„„....imowegol_2srmwro -....... .. . . , - ,,. \1,.. , , vimmuivistraws • mm.■ waloawr al i: '-'...\\ ;...‘,' 1••••• mile■= 4 ._ ,,..,:. . . . , _. • ,,.....11■I IIIIIIIIII -... , '•'.ir;.''.''' i-.1 ,°1' ■ I • 1 ' • . I-'' ' ' :•'') ' • . ‘ . ..e. '7 ' '• '. -----. --...— / • . ( . ,•; 1 •.,:y. ,,,.44 , i • , .• -r..........4.!...l■ . , • .. ' ._.........,.....„.. , .. , .../1 ---7,.. 7. -- - .,,,!.:',,:-..,-,...... ...,- .:-''',,,.•,-1--,',1; -t-..:4,—-,,,,,-„--,-,,,,-....,-,-t-..:*,.-•-',,-•:?!.: . . , 0 • QUALITY & DURABILITY • • At Blue Bird, quality and durability have always been of paramount importance. That is why over 200,000 of the buses that we've manufactured since our founding in 1927 are still on the road. We pay attention to the details that deliver performance, continually exploring how a product can be improved. It's part of Blue Bird's continuous improvement culture. And it's this steadfast culture that delivers the innovation and robust design featured on the Vision. t .. 1 .' Ergonomic Driver's Cockpit Most Fuel Efficient Engines 0 a p The cockpit has been designed to , s Blue Bird strives to help fleets save money - comfortably fit virtually any body ♦6 • with the industry's most fuel efficient and f' size. The cockpit instrument panel is EPA compliant engines from Cummins, redesigned to match the Blue Bird All and a propane autogas offering from • American for seamless driver transition. ROUSH CleanTech and Ford. N - a� Wide Entrance Door ,r � r ��.;� Industry's Best Paint Warranty s �alliN I ) „. With today's students transporting Blue Bird offers the industry's best a�' °` ++ r'' larger backpacks, sports equipment paint warranty to back our unrivaled ) aaa" \ 'fit' f- and musical instruments, the wide paint durability and gloss retention, entrance door better accommodates „,•, enabled by a unique paint formula that ! bulky carry-on items. . surpassed extensive testing. 1 Improved Window Seals _11,,,„:48, _ zr. Highest Standard Alternator Output ( i The windows feature a redesigned Y,, r :_\ ned Our 240 amp alternator is the highest top seal, with a felt seal on the upper d# / 7 4 amp alternator offered as standard -_ and lower sash, and an enhanced lock t _: t '' equipment on a school bus, providing r o rail. This new design allows for ultra- A.:!., J additional capacity to power electrical -- smooth operation. '•. "! ' 7 components and accessories. Enhanced Defrost Air Flow Floors Secured by Screws ' ..., SCHOOL �. 1 1. This feature is engineered to thaw the 1 The flooring is attached with screws higher section of the windshield faster for ,, - , rather than nails, providing a more increased visibility in inclement weather. ,, ;�z. -<, secure attachment method. . ,. : • _ • 1h, , ': 1 i 1 11 111' .■. . .. *ir' i *. I- ' 1 :I ' ' 1 . :iiii(41: 4 41 rt 4, , • I :, lift i al • • , DIESEL VISION CHASSIS Fused Electrical Circuit Tilt&Telescoping Protection Throughout Chassis Steering Column _ _q � Ali-- F 6ik �\ t*_.J F*(r :A k a'E , , Optional 100-Gallon , .�✓ Diesel Fuel Tank :r Between Frame Rails ' k '` � ,�+1' Industry's Largest {:.. - ' . Robust Steel Front DEF Tank i and Rear Bumper PROPANE-POWERED VISION CHASSIS Optional 100-Gallon 50,000 PSI C-Channel Propane Autogas Tank Steel Frame Rails Between Frame Rails '•_ '= ' Easy Service Access Maintenance-Free � -1....---" Q. - Huck-Spin°Fasteners !: -4,1 ., � -'"i b'. - -..... , ! • aa`Y- _ Best-In-Class Turning Radius Exclusive Purpose-Built Chassis Blue Bird's exclusive purpose-built chassis, specifically designed for bus applications, blends over 85 years of our finest innovation with unmatched value. From our fuel tank, which is strategically mounted between the frame rails, to our enhanced overall serviceability, our purpose-built chassis is a hallmark of our commitment to deliver the industry's most durable buses. SERVICEABILITY '• The Blue Bird Vision was designed with ease of serviceability in mind. The Vision improves a service technician's accessibility and speed for performing routine maintenance and repairs. From our enhanced service doors and easily accessible engine compartments, to a redesigned headlamp system that's easier to work with, the ` ) Vision provides service technicians with greater efficiency. Blue Bird also took it a step further by designing our Vision and All American product lines to include parts commonality. All of these variables combined further (, ) help to reduce your total cost of ownership. Top it off with Blue Bird's superior technical training programs, and ,- \ , you have a winning combination. i t i New Low-Maintenance Headlamps ' ` Spacious Engine Compartment Headlamps with integrated turn signals ' � �t� p g 9 � � Intuitive routing of exhaust and cooling and clear lens technology make regular�t `41'' system components, with increased maintenance and beam alignment ' s -�.. engine compartment space, allows easier than ever. for easy access to perform engine maintenance. " jw Easy-to-Service Electrical --- *- Proven Body Design t. !'- Our multiplex wiring provides positive i' The Vision has parts commonality with ,,is� locking body electrical terminals, t- `' ,,, A. the Blue Bird All American, resulting ) :� -r which enables reliable connections qi . in a reduction in parts and service•t° , that allow for quick and easy 3� complexity. , _ __...--- .__ maintenance. t , Industry's Largest DEF Tank cam- Easy-to-Service Stepwells Our standard 15-gallon diesel exhaust , . > Blue Bird's stepwells are bolted in, fluid (DEF) tank is the industry's allowing for easier replacement in largest DEF tank offered. Refills '' the event of damage. Competitors' : are strategically timed with regular ` _ stepwells are welded in the bus. maintenance intervals. . Zero-Maintenance Fasteners Ay`" Low-Cost Windshield Replacement Blue Bird's Huck-Spin®fasteners will ' This 4-piece design enables a simple never require re torquing throughout r change of just the damaged section , 6 Y3. ' the life of the vehicle. This is just one ' of glass in the event of a chip or crack. '`° , more way Blue Bird helps reduce ,r, , This feature is much less expensive than standard maintenance. . replacing an entire one-piece windshield. Factory Trained Technicians ;,,± Expansive Dealer& Service Network `c .' Blue Bird maintains a tradition of ' k,, Over 230 dealers and affiliated service ,,,$w .'-t. leading the school bus industry in ; centers are available throughout North . both quantity and quality of technical .' America. li training offered to our customers. , it I ILO 0 0 0 w7i Blue Bird's Vision and All American models have Commonality which helps reduce parts and maintenance costs y,a 0 1 ___/,,,,, ----'''. , ;\3,t l r < 0 _ /j simak r if. , t iv" 0 ® 44 Lt GIa 411 >: ,. \\'y /I ill + GI 0 • SERVICE AND SUPPORT At Blue Bird, we recognize that your new bus purchase is just one part of the equation. The North American Blue Bird Dealer Network, backed by the knowledgeable Blue Bird Parts and Service Team, has you covered for the life of your bus. The local parts, service, warranty, and genuine school bus expertise you need are readily available at hundreds of North American full-line dealers and dealer- , i authorized service centers. d • Over 230 dealers and affiliated service centers throughout North America d , • Unlike other makes, we have a dedicated team of Field Service Engineers that solely focus on school bus operations a • Dedicated technical trainers provide over 1,000 dealer and service technician training classes each year • Blue Bird has a state-of-the-art training facility located at Blue Bird's headquarters in Fort Valley, Georgia 'i • Blue Bird Field Service Representatives utilize their years of experience to provide quick and accurate technical support to our Blue Bird Dealer Network j • Expert representatives are available to provide telephone, online and on-site support tiny a+;,.■., Canada alherle M.11101,11 s Blilich S S c'ii r ihin S Edminon$ :a katccwan N4tlnaunrddr d S C g rh,b,rtn Quebec �y S SS S. Wintr S GuilofSI yae, s S S� C� n S S tnwrrnre D g s SS t v {more NlaahingtnnS S $h1nn1, n Dakota SJ la '9 h4 $-;ola - $ Nun Irk tdward © S S ,°L. $�r� $ Sf', t`ti N rwa and S Srggtl$ S S S" Sn 1S._.. s c ha S Dnkot,, 1� Oragnn S Idaho S SSS $ QS E"�lS 5 +, S_ ' r not s Wn s �' 5� m y $ s SS tdebr:�S��ss l$i'I" SS`- IU p;hire $ s S Sl 'ss$ Sllht �CiS,l n?igi,il...i mk �Mn•snch :ir,. Necnd., ?Iv!ted States %s s s �'+?. $ S k� Pt,ode Island Snte't S ui,ih Cobrndo Kr.t, S ©S r.,1,� S sA;'i�. 1\ . .,\ai\'''''. hero F(an SIr hS��sgv § s 5, S S SSS S $ g Y�.n1S tEy 17 3 \ New Jersey S S © y nr S� 5 S D S nk17R+!une ten er. i \Deln-uam �_ Anc $ 4" k',, % Cn in 11arylanC Ayapna ._ .e� : pp FFe i.i nco O by is pp. °'�, ulna MI= t! § Phoe� $ S �G �i San Diego —S Tex �' rr,c, sate-rep iClh(lalii C 1`\%Antio I Inu stun e Dealer Location ...tor ""'"'" G,oG:,;l.i Monueaer ,,x:,r S - Dealer-Authorized Service Location Mexico Havnna li 0 • • • O Blue Bird carries one of the largest and most complete bus parts inventories in the industry, ensuring • quick delivery to reduce downtime. Your local full-line, full-service Blue Bird dealer is your one-stop source for OEM and aftermarket parts, including parts and accessories for other brands of buses. ill Blue Bird stocks the parts you need with the leading component brands you trust— at industry- competitive prices. ID • w.. - VANTAdE urn e:arwr Ss*Ito , 1 !Somber.. _ /- „,,,,A two.woo.. Parts&Service Upevavaling E.eon IR f . r Technical Reference Resources 1 w ...- • 1 MMM 06e feMp K [.. 1 fai� 1�''M.nwlt ] .,�u'.M.xvnY M1M1M1... .w.ro,5 1 ^'mod. ' /° ✓ yt ' MN CCCp {1111"Handbooks • Comprehensive Technical Training Access Important Documents Online IIBlue Bird provides dozens of dealer-hosted and Access the current Driver Handbook, a ,,,,:e a Service Manual and other technical • . factory-hosted technical training classes each year. 5, • This comprehensive training covers information and references online at Blue Bird VantageTM- . proper usage of your new bus! our online portal! You can access the a oK website at vantage.blue-bird.com or by scanning the OR code with your smartphone. For additional information, please contact your local dealer. O BES1, Inc. ,1IANWEACrI!NI\I:,INC. III SOLUTIONS Remy uc�cye II 41 Donaldson. 411 .411 F R h -. • Leece.Neville� .• 1 WILRI L OR ' # ' =. 01.<rst7t 1117 g; I'l 0 R I Y Racor vn>xlsy�l�l»s I is , illy ROUSH' 'rrt: frn,,: SURE-WK. c L e; r „T E C H civigna!ill/ ti.dc and Secure �u TA O Top-Quality Parts Blue Bird's Parts Distribution Center O Blue Bird's extensive selection of top-quality parts Blue Bird's facility, located in Delaware, Ohio, includes is part of our promise to deliver exceptional quality, over 1.4 million cubic feet of climate-controlled and • reliability and convenience to our customers. highly-automated space, housing over 30,000 items. 0 i BLUE BIRD CONNECTTM illi BLUE BIRD (..,---,...., , ( ,, connec 1M , l Powered by Synovia Solutions Why Choose Blue Bird ConnectTM? I ; , E When it comes to fleet management systems, we deliver a complete package that's tough to beat. .' 7,.' Blue Bird's commitment to safety, quality, durability, and serviceability combined with decreased costs " a". � makes Blue Bird Connect1M the optimal GPS fleet management system. Our goal is to help your fleet drive ( ? ° - safer while managing your operational costs such as . fuel, payroll and manpower. Our incredibly capable and d , "; intuitive platform is paired with a knowledgeable and experienced sales and support team you can count on. ;' Then there's Synsurance, a way to pay for your system over time that is unlike anything our competition can :. � �� ` offer. Many customers have switched from another GPS ' solutions provider to Blue Bird ConnectTM because it's r simple, easy to use and doesn't require any up-front w investment. Industry's Best Features 4. CORE GPS COMPARATIVE ANALYSIS • Assess idling,speeding, location, mileage, I Improve on-time performance and keep ■ Jzone entry/exit,etc. your drivers on route and punctual DRIVER TIME AND ATTENDANCE ENGINE DIAGNOSTICS • ■• Integrate payroll with the true time worked Ili! Proactively identify and address vehicle for the day malfunctions 9, PARENT PORTAL ACCESS SYNSURANCE At Allows you to see your bus' ETA in ✓ No up-front costs; All inclusive monthly fee ] real-time per vehicle; rapid return on investment 0A0 Want to learn more? Contact your local Blue Bird dealer and let us show you how we can help you run safer and save money in the pesieemie:FT. pr ocess—a winning combination. 1 slice ° m D . BLUEBIRDCONNECT.COM The Blue Bird Body Company Promise ea.) ' We are singularly focused on building and selling i school buses that customers want and value. The safety of school children is at the center of all that we do and we will strive every day, just as we i have since our beginning in 1927, to provide an unparalleled and affordable product in terms of safety, quality, durability, and serviceability. We will be easy to do business with, responsive to our customers' wants and needs, and provide I after-sale support in prompt pp parts and service through a professional, highly-qualified distribution network. Customer satisfaction is our top priority. ___ e � _ ...... .v 4 B( 7. -.m rT _ , r i- ,_, ., 0 r A1' 1{�4 t. '{/. ���.1 Mid r t y i t1y s � t hi. jti }*n4f'r• ,. 1,4 el, 17. 4:: ,fir < ;i ..:.,e ,r tur y{1 J I 1140,� ---,' f )f, .1-.1‘,ti., ,�, Mt ■k I14 • 444 • , • 'Pt APW' ,I. ':* '--1•. 4% ,,,,,it: \,, •,. .611 . :, 1 1‘.4 ,.. -. W.k to'....04._ : �• i -t i+� �1 . • .-1..., Y� 4t _ HA 1. t p a `�. . o v,to '.' �. - -- -- -1 4 i it 4i, ti --....•, • • OUR BLUE BIRD FAMILY • FORT VALLEY, GEORGIA • • 1 VISION TECHNICAL SPECIFICATION HIGHLIGHTS 1) • CAPACITY Multiple floor plans available TRANSMISSION Allison'e 2500 PTS-5 speed automatic with passenger seating up to 78 ENGINE Cummins®ISB 6.7,200-260 hp `� EXTERIOR WIDTH 96" TIRE SIZE 11 R22.5(G)all-position radials INTERIOR WIDTH 90 3/4" ALTERNATOR 240, 270, and 320 amps with 12 volts r"� AISLE WIDTH Varies by floor plan BRAKES 4-wheel hydraulic disc brakes with SKIRT LENGTH 16 1/4", 19 3/4", 25 3/4" 4-channel antilock brake system; Air drum and air disc brakes available ) INTERIOR HEIGHT 77" --.1 SUSPENSION Soft ride front leaf spring suspension OVERALL HEIGHT 121" 128" (Rating varies by capacity);Two-stage WHEELBASE 169"/189"/217"/238"!252"/ steel leaf rear spring suspension system } 273"/280" (rating varies by capacity);Air suspension available OVERHANG 45"front overhang with standard STEERING Tilt&telescoping steering column ) steel bumper.Rear overhang varies by body length/wheelbase FRONT AXLE Front axle(rating varies by capacity) ) FUEL TANK Standard 60-gallon, optional REAR AXLE Rear axle with hypoid,single 100 gallon located between , reduction gears with broad range of ) frame rails in rear overhang ratios available to optimize powertrain ENTRANCE DOOR 27" wide x 78" high/double performance(rating varies by capacity) l t electric outward opening WHEEL CUT 50° REAR DOOR 37"wide x 52" high GVWR Up to 33,000 lb. i ) ,J ! PROPANE-POWERED VISION TECHNICAL SPECIFICATION HIGHLIGHTS CAPACITY Multiple floor plans available TRANSMISSION Ford®6R140-6 speed automatic with passenger seating up to 78 ENGINE Ford®6.8L with ROUSH CleanTech t i EXTERIOR WIDTH 96" Liquid Propane Autogas Fuel System, , 362 hp INTERIOR WIDTH 90 3/4" TIRE SIZE 11R22.5(G)all-position radials AISLE WIDTH Varies by floor plan ALTERNATOR 240,270, and 320 amps with 12 volts SKIRT LENGTH 16 1/4", 19 3/4", 25 3/4" BRAKES 4-wheel hydraulic disc brakes with INTERIOR HEIGHT 77" 4-channel antilock brake system; OVERALL HEIGHT 121"- 128" Air drum and air disc brakes available ) WHEELBASE 169"/189"/217"/238"/252"/ SUSPENSION Soft ride front leaf spring suspension(Rating 273"/280" varies by capacity);Two-stage steel leaf rear ) , spring suspension system(rating varies by OVERHANG 45"front overhang with standard capacity);Air suspension available steel bumper. Rear overhang i varies by body length/wheelbase STEERING Tilting&telescoping steering column FUEL TANK Standard 70-gallon, optional FRONT AXLE Front axle(rating varies by capacity) (_-) 100-gallon located between REAR AXLE Rear axle with hypoid,single ( ) frame rails in rear overhang, reduction gears with broad range of 50-gallon for 169"wheelbase ratios available to optimize powertrain r ENTRANCE DOOR 27"wide x 78" high/double performance(rating varies by capacity) ' electric outward opening WHEEL CUT 50° ) REAR DOOR 37"wide x 52" high GVWR Up to 33,000 lb. AI Specifications,features,illustrations and equipment shown in this brochure are based upon the latest available information at the d.c I] CONNECT WITH US! time of printing. Although descriptions are believed to be correct, accuracy cannot be guaranteed. Blue Bird Body Company El 'i� reserves the right to make changes at any time without notice. Some features mentioned herein are not available in all models. + �!`• r •� Please see your Blue Bird Dealer for details. Blue Bird Body Company does not represent or warrant that its products are fit h{}}���_'',,��jj. ` for a particular purpose. Purchaser must independently determine the suitability of the Blue Bird products for their particular ••--ri:!Y. � ii application. All images contained herein are either owned by Blue Bird Body Company or used under a valid license. All 1111 trademarks used herein are registered trademarks of Blue Bird Body Company. It is a violation of federal law to reproduce these CI,j ..www.blue-bird.com images without express written permission from Blue Bird Body Company.SB-VISBROCHURE-0715©2015 Blue Bird Corporation i 1 1 1 1 Iii I I I 1 i}1 1 1 ,I 11 1' k I ( � IIII I I , I � i1ii I I 4 ) M I I , i{ if ( ) I I fj � � . ! i i I '1 � �I I� 1 I 1 I, f 1 I 1 I I l l �! I I I OkillaA le S fill, 3 HGV.s -t I ) ` , i I I ) I'' I I I Why sit on a regular school bus seat, when you can sil I '10 I I" I I I I III I on The Family Seat? Now you can have commercial I iI I I 'I I I( I } } ' 1., seat comfort and style with school bus safety. Finally, w I ! \ I` i `t 1 1 v 1� a seat that's Tight for kids,teens and adults! It I i I ';I' 4� 1 1 t'�z } \ \ p 1 1 Family Sere- Sclhool ' I 1 tE 1� 1 1 i , 11. i\ t ; Bus Activity Seat ,�4 •� �"ap 1 ,i � '� �� 11 I I } \ 'I 1 7� 't t { _ 1 y 1 l4-. 1 e : . .. ,.I , I I l} ' ! 1 SAM I LY�� l � ; . 3 POINT SEATS Family-3PT Integrated 3 point ,ter u . ' t Activity Seat Optional aisle fixed arm rest shown. r t 11 top. 4 6j_ _ Integrated Child Seat , Not Just Seats , 12egular or ICS-10 CP acconi,trodrate kids I 4i----(7-1 \ .. from 22 to 7Slbs .A., , -gift CM Z------- r_ - W' 1114.113 Imo. rm. . SEATING COMPANY 0 an ISO 9001:2000 certified company cn , • G l- ,' laGY811ff 0EA773 ©© / 1'@irfiTC 1 School bus seating A commercial bus seat that meets school bus standards?The Freedman Family Seat,does that and more! individual seats,molded polyurethane foam and ergonomic contours provide comfort;while extensive testing and design ensure FMVSS 222 and 210 compliance.Whether you're busing kids to school or parents to the away game, the Family Seat gets them there comfortably and safely. Family Seat—Durable,comfortable and secure;perfect for any bus. Family-ICS and Family ICS-10—Accommodate kids from 22 to 78 lbs. F 0 amily-3PT—The regular Family Seat with integrated 3-point seat belts.Every seat gets a lap and shoulder belt built right in. S -otiKab ile Seotih9 Solkiio is Family-3PT Standard features: I Lttesrntecl3 point • FMVSS 222 compliant Activity Seat • FMVSS 210 compliant • Molded polyurethane seat and back (front only)cushions • Back cushion side bolsters and lumbar support • Contoured headrests • Available in 35"of 32"widths • Knee-Saver design backrest (increases hip-to-knee room) • Mesh grid seat springs for long-lasting support and comfort • 3PT has automotive-style dual locking '` retractors for securing removable child seats ter° • Extraordinary comfort and styling i., ./ Optional features: CRS 225 rear tether hook. CRS 225 front hooks. • S3 Blo-Cushions(Made with vegetable oil) • S3 cloths(made with recycled yarn) • CRS-225 hooks and tethers • ICS Integrated Child Seat*not available 36-1/2 30-3/4 with the 3PT 17-1/2 • Seat belts-lap, retractable or USR —" (under seat retractors) • A wide variety of cloths and vinyls upholsteries za-3/4 • Fixed aisle arm rest t7-vi Not Just Seats or, 001.\ Y 44-3/4 cr) ro Cl)Ilk z�— o SUS ���_ : <_a,= CA SPECS 0 1 • p T 1 0 8115 SPECS---I SEATING COMPANY 0 an ISO 9001:2000 certified company 0 We are constantly updating and improving our seats;therefore we reserve the right to change 4545 W.Augusta Blvd.,Chicago,IL 60651 or modify specifications or materials without notice.All Freedman Seating Company seats (773)524-2440 (800)443-4540 Fax(773)252-7450 meet or exceed FMVS standards. WWW.FREEDMANSEATING.COM e-mail:sales @freedmanseat.com ISO 9001:2000 registered Literature is enclosed for the Blue Bird Vision Product. The information in the Blue Bird Vision brochure is correct; however, most of the photos shown are yellow school buses. Examples of a Blue Bird Vision MFSAB/Activity Bus are shown below. to g y tr . r. r Z 1' '.* , ,�� t 45C I(l\ ° i?- . , SXfl ...yyy i *!'. l 4 p ka o vY R Y , `6 f : yt at ." I 111111i Pir'' (- '1116. T. ''''-- I) --1' I . EXHIBIT"B" PROPOSAL FORM RFP#17-003 SHUTTLE BUS 1.Total Lump Suni Bid: S 101,554.00 One hundred and one thousand five hundred fifty four dollars and zero cents Assembly and Delivery Price for FOB Destination, 301 Maguire Road Extension, Ocoee, FL 34761. f 2.Make/Model Offered: Blue Bird Vision 3.Warranty Offered: Blue Bird Body, Chassis and Air Conditioning: Five Years/Unlimited Mlles Cummins Engine 2 Years/Unlimited Mlles-Allison Transmission 4 Years/100,000 miles 4.Days Required for Delivery after Receipt of Order(ARO): 90-130 Days { 5.Replacement Parts: Attached price list of replacement parts. FTS will honor parts pricing to City of Ocoee at local school District pricing levels. Florida Transportation Systems, Inc. Company Name Robert Frick Authorized Officer(print) Authorized Signature 2/28/2017 Date RFP17-003 SHUTTLE BUS 17 18. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. 1 Dated Feb 23, 2017 No. Dated No. Dated 19. 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 provide the equipment/perform services of similar complexity, nature, and size of this procurement within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Florida Department of Transportation 2014- Present/$8,600,000.00 Contract#TRIPS-13-MV-FTS 2010-2015 $13,000,000.00 Contract#TRIPS-09-MD-FTS Erin Schepers 850-414-4526 erin.schepers aO.dot.state.fl.us FLORIDA DEPARTMENT OF EDUCATION DOE ITB 2013-01 $44,151,000 DOE ITB 2015-01 $43,301,000 DOE ITB 2016-01 $32,574,000 TO DATE ( Kevin Snowden, Director, School Transportation, Florida Department of Education 850-245-9795 kevin.snowdennfldoe.orq Blue Bird End Users: Broward District Schools Pat Snell, Director 754-321-4400 pat.snellObrowardschools.orq Miami-Dade District Schools Orlando Alonso, Director 305-234-3365 oalonso2( dadeschools.net Have you any similar work in progress at this time?Yes X No Length of time in business 34 years months. • Bank or other financial references: Commerce Bank, Rick Bueltmann, Vice President, 8000 Forsyth Blvd., St. Louis, MO 63105 314-746-7455 rick.bUeltmann@commercebank.com (Attach additional sheets if necessary) RFP17-003 SHUTTLE BUS 3 RFP#17-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH 'TIE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BI1.,OW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. AND THAT YOU UNDERSTAND TI-TAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. Florida Transportation Systems, Inc 813-980-0174 ext 330 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 813-347-9822 FAX (INCLUDE AREA CODE) At I rfrick@fts4buses.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AU'/ •ZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Robert Frick- Commercial Sales Mgr NAME/TITLE(PLEASE PRINT) 7703 Industrial Lane STREET ADDRESS Tampa,FL 33637 CITY STATE ZIP FEDERAL ID# 36-3285618 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this cv7rt d day of 8iCaA/1 ,20 17 Personally Known / or Produced Identification Notary Public-State of FC04/4A (Type of Identification) County of ///1-4-1-4.30-R.0 eca H ( 1‘(gSignature of Notary Public -1-0.-A1,7ecteb_144a9 : Lou Ann F.EMaIcOs jou/9nn t �rs(a kes «. NOTARypUBLIC Printed,Typed or Stamped Commissioned STATE OF FLORIDA Name of Notary Public • COmm#FF160721 Expires 10/3/2018 RFP17-003 SHUTTLE BUS 18 , ( ( ( ( ( City of Ocoee RFP# 17-003 ( Florida Transportation Systems, Inc. ( ...>i-----iv.,s,:--, ( ,--- ( • i . ( , . 1 I .1 r...-••,,i -` .2;*•-r ''' • *-J '1.....1 • -r.... ' st7/110 ,c4■,,T•'' .-4E-7- ( 4164: 1 111W 4 I A . ( , . ,, .. ......_ ___.....__ , . J / r ( , . 1 ..... , . , , • •-,, —I . , - • 1 ] • . Lf;',I,A ( I 1 *? 1 ( ( ( ( ._ N 7, , ( £ , —, ( . 7: .. ,......_ NU 1 at3 ( ( I 13 FLORIDA TRANSPORTATION SYSTEMS INC. ( p: 813.980.0174 I 800.282.8617 7703 Industrial Lane I Tampa, FL( I f: 3861237.-364773.98 www.fts4buses.com 8 2 2 ( ( ( ( ( ( °�tSf tnsri I tb. Section 1 • Company History_ Florida Transportation Systems, lnc is a Florida bus dealer representing quality manufacturers with a history of safety, quality, durability and innovation: Blue Bird Buses, Braun Ability, Collins, ENC-California, Goshen Coach, Micro Bird and World Trans Bus. Since 1983, Florida Transportation Systems, Inc. has been selling and providing service, parts and warranty support in the State of Florida. We have thousands of units in service from Pensacola to Key West. We support our customers and these buses with two full service locations (Tampa and Pompano Beach), 19 full time technicians, a full time warranty administrator, five full time parts sales and distribution personnel, and mobile warranty support. Sample list of current/recently completed contracts enclosed on City's form (Addenda and References) Client References enclosed on City's form (Addenda and References). Two are contract holders and two are end users. Additional references available upon request. Location of Service Office: FTS has two company owned locations, multiple warranty partners throughout the State, and mobile service at your location. Our mobile support would be available at your location, 34761. Warranty partners in Orlando for most repairs would be N Orange Blossom Trail 32810. SINCE 1983 AUTHORIZED 1983 WARRANTY REPAIR CENTERS I lib ROUSH CLEAN 1 1 ( I I FLORIDA TRANSPORTATION SYSTEMS, INC. el" TAMPA • POMPANO BEACH IHI t I: Him) 1.800.282.8617 • WWW.FTS4BUSES.COM The following team members are available to assist with your parts, service and Ctit1CRO BIRD Graa4nM warranty needs. Name/Title Extension Email 0 GOSHEN Doug Revelle,Customer Support Mgr. 230 drevelle @fts4buses.com 2=1-CROUP Lucy Hood,Warranty Administrator 150 lhood@fts4buses.com Patty Flerro,Service Administrator 250 pflerro @fts4buses.com Tom Lukens,Parts Manager 140 tlukens@fts4buses.com Julie Yadao,Parts Sales 340 jyadao@fts4buses.com E Ks C Marlon Brown,Parts Sales 360 mbrown @fts4buses.com —_---- 7��GROUP Joanna Sylla,Warranty Manager S.FL 21200 jsylla @fts4buses.com / Mariano Sealy,Service Manager S. FL 21201 1mariano.sealy @fts4buses.com 1 BraulA Factory trained and skilled techinicians are available at two full-service facilities bility with mobile services throughout Florida. No, , , t •Schedule Service with Patty at 800.282.8617 `[ r 7703 Industrial Lane •,!' I �'_ �n`S _Pr Tampa, FL 33637 Schedule Service with .y- ■ Joanna at 800.282.8617 r I rz 1290 NW 15th Street IFRICgniIV I :--,,, Pompano Beach,FL 33069 "-,d SURE-LOK ' °- . , Call to schedule STRAI Q' NE1 VP■fir service ,.ORIDA TRANSPORTATION Warranty Locations (STEMS,INC. Florida Transportation Systems, Inc is a full service bus dealer,with over 30 years of history in the State of Florida providing excellent service 7703 Industrial Lane and support on Blue Bird Buses. In addition to our 19 technicians,full time mpa,n.33837-6738 warranty administrator, five full time parts sales and distribution personnel and mobile warranty options, FTS and our component suppliers "3.980.01/4 work with local vendors to help support you. 000.282 8617 x;813.347.9822 There are multiple warranty outlets for Allison Transmission, Cummins Engines,and ACC Climate Control in metro-Orlando. One for each ww es x� is listed below. FTS also offers on-site mobile support at your location for body,chassis,air conditioning,and engine. Local Air Conditioning Warranty: Carter Thermo King 4949 N.Orange Blossom Trail Orlando FL 32810 Cummins Engine Warranty: Cummins Power South 4820 N. Orange Blossom Trail Orlando,FL 32810 Additional Locations may be found at: https://locator.cummins.com/GlobalLocator Florida Detroit Diesel 6850 Presidents Dr. Orlando, FL 32809 Additional Locations may be found at: http://www.allisontransmission.com/sales-service-locator rikb School&Commercial Buses&Other Quality Transportation Products ISib 2018 Blue Bird Vision 34 Passenger Activity Bus CHASSIS SPECIFICATIONS CUMMINS ISB 6.7L DIESEL ENGINE, 200 HP ALLISON 2500 PTS TRANSMISSION WITH TRANSYND SYNTHETIC TRANSMISSION FLUID 12,000 LBS. FRONT AXLE/21,000 LB. REAR AXLE, 5.29 HENDRICKSON SUSPENSION WITH SOFTEK LEAF SPRINGS 60 GALLON FUEL TANK LOCATED BETWEEN FRAME RAILS 15 GALLON DEF TANK 11R22.5 LRG, AH12 TIRES, BALANCE FRONT WHEELS HUB PILOTED WHEELS MERITOR HYDRAULIC BRAKES WITH ABS STEEL FRONT/REAR BUMPER DAYTIME RUNNING LIGHTS CRUISE CONTROL TILT/TELESCOPING/STEERING COLUMN MULTI-PLEX CHASSIS WIRING REAR TOW HOOKS 240 AMP L/N ALTERNATOR SILICONE HEATER AND COOLING HOSES BATTERY COMPARTMENT W/SLIDING TRAY WITH THREE GROUP 31 BATTERIES BATTERY DISCONNECT SWITCH FRONT AND REAR MUD FLAPS BODY S P E C I F I CATIONS VEHICLE CERTIFIED"MFSAB" COMPLETE BODY UNITIZED CONSTRUCTION FULL BODY INSULATION 77"HEADROOM OVER PLYWOOD AND FLOORING WHITE EXTERIOR PAINT INTERIOR PAINTED ASTRO WHITE 20 GAUGE EXTERIOR SIDE PANELS,FLUTED, 16 1/4"SKIRT GALVALUME INTERIOR SIDE PANELS BELOW WINDOW BODY HARNESS, FULL LENGTH LOOM ELECTRIC SERVICE DOOR WITH LOCK LIGHTED STEPWELL INTERMITTENT WINDSHIELD WIPERS EXTERIOR SIDE MIRRORS AND FRONT CROSSVIEW MIRRORS INTERIOR REARVIEW MIRROR 6X30 TINTED GLASS WINDOWS FOUR PUSHOUT EXIT WINDOWS ROOF HATCH,EMERGENCY EXIT ( REAR EMERGENCY EXIT DOOR WITH TWO WINDOWS,SLIDING BOLT LOCK DOME LIGHTS IN PASSENGER AREA DRIVER'S AREA DOME LIGHTS NATIONAL DRIVER'S SEAT, PEDESTAL, GRAY BARRIER AT STEPWELL AND BEHIND DRIVER 34 PASSENGER CAPACITY IN FREEDMAN FAMILY SEATS 14'`t'; Iao. 2018 Blue Bird Vision 34 Passenger Activity Bus UNDERSEAT RETRACTABLE SEAT BELTS SEATS AND BARRIERS UPHOLSTERED IN VINYL (COLOR TBD) BLACK RUBBER FLOORING WITH RIBBED AISLE LED EXTERIOR MARKER, ID, CLEARANCE, REAR DIRECTIONAL. 4"STOP TURN, 7" STOP/TURN. AND BACK UP LIGHTS DRIVER'S SEAT WITH THREE POINT SEAT BELT, ORANGE VISORS, DRIVER SIDE AND SIDE WINDOW, ADJUSTABLE I 2V ACCESSORY SOCKET WITH CAP DRIVER'S AREA HEATER/DEFROSTER UNDERSEAT REAR HEATER, 50,000 BTUs ACC CLIMATE CONTROL SYSTEM, 130,000 BTUs TWO INTERIOR BULIHEAD MOUNTED EVAPORATORS PLUS DASH EVAPORATOR DUAL COMPRESSORS AND TWO SKIRT MOUNTED EVAPORATORS HIGH IDLE SYSTEM AM/FM/MP3/USB/PA SYSTEM WITH 8 SPEAKERS BACK-UP ALARM BACK UP CAMERA WITH MONITOR IN MIRROR 5 LB FIRE EXTINGUISHER,FIRST AID KIT,AND REFLECTIVE TRIANGLE KIT SEAT BELT CUTTER DELIVERY WARRANTY COVERAGE CUMMINS ENGINE WARRANTY: TWO YEARS/UNLIMITED MILES ALLISON TRANSMISSION—4 YEARS/ 100,000 MILES BLUE BIRD BUS BODY, CHASSIS AND AIR CONDITIONING: FIVE YEARS/UNLIMITED MILES EXTENDED WARRANTY OPTIONS AVAILABLE BUT NOT INCLUDED IN TOTAL PRICE BID. EXTEND CUMMINS ENGINE WARRANTY TO FIVE YEARS/200,000 MILES: $3,950 t t , . BLUE BIRD VISION L .., 1 -Mal ( ' - ------- ".".6**. - ,,Zr,c 4 ( alli ..1 '/*9 1• I IL B ,' alp. _ ,Tornr t -11.17w- — 1--- ,..... , , -.... 017 1 R,,,...e,w i... 6 1\ i I / (' '. .....t.,,i , 0 t , - _ i - , ..1-, \ ..... 1 , c to K...r.: - i I1/4, — , i ( ( „ = i '''• ..., ( 1 0 0 AY ( , ( ( , t. ( C BLUE BIRD A ' 0) (t, A heritage of looking ahead. f ( A heritage of looking ahead • . . We come to work every day with one common goal, to design, build, sell and service the world's finest school bus. That's what we do— no distractions, no competing priorities. We are heirs to a rich legacy, one of listening to our customers, embracing their needs, and delivering innovations that lead the market. We commit ourselves to four driving priorities— safety, quality, durability, and serviceability. We embody the interests of every child that rides us, every driver that drives us, every service technician that services us and every district that buys us. More than a business, this work is our heritage, and we have been at it since 1927— that's purpose driven. Because Blue Bird is purpose-driven to listen and respond, our school buses are purpose-built to set the highest standards across all key performance metrics of this demanding market. We singularly focus on engineering and manufacturing school buses. Our chassis are purpose-built exclusively for school bus applications, so we don't have to compromise to accommodate trucks or recreational vehicles. Our Vision is a vivid example. Its proven bus design provides exceptional driver visibility and maneuverability. It shares many body parts with the Blue Bird All American, resulting in a reduction in parts and service complexity. Cockpit ergonomics enable drivers to effortlessly transfer between the Blue Bird Vision and All American buses without having to learn a new layout for school districts with mixed fleets— that's purpose built. We are committed to reducing your total cost of ownership. From chassis to body to cockpit, Blue Bird's Vision is a winner: a purpose-built school bus from a purpose-driven company that is clearly best-in-class. GOOD BETTER BEST Fuel Economy Turning Radius Visibility Cockpit Ergonomics Standard Alternator Output DEF Reservoir Capacity Standard Colorado Rack Test Compliance Serviceability Paint Warranty ,, • it" i b 6 • • tai m 0 0 0 0 0 m�e 0 � S I 0 • S 0 0 0 0 0 S 0 n J} • SAFETY • At Blue Bird, added safety is not an option. It is a standard. We take no shortcuts because at the end of the day, your children's safety is our business. This core value was at the forefront when we redesigned the new Vision. From our standard Colorado Rack Test compliance, to our best-in-class cockpit visibility, the highest level of } safety is engineered into every Blue Bird bus and is at the foundation of everything we do. Standard Colorado Rack Test Passenger Safety Cage i. Compliance ' ;- . °n / • The Vision meets the Colorado Blue Bird's custom designed one-piece „.I Rack Test rollover specification in its `" . , roof bow system ensures safe student d`s. standard confi uration,not as an o tion ; g p - �� �� � transportation with an exceptionally ' like the competition. This highlights the ' ?' ` L. � �-fir„ -��� strong structure.This safety cage is the � �...a.,.,. strength of the core bus design.g 9 , �, � '� backbone of our solid bus design. , Fuel Tank Between Frame Rails lF f Optional Adjustable Pedals t' j All fuel tanks are strategically mounted Adjustable pedals enable bus drivers �' between the frame rails for added to modify the orientation of the controls ' safety and durability. to fit their unique body sizes, ensuring • an individualized fit that is optimal for ' -. the driver. i � Inn Rub Rail Protection Less Engine Noise k, 'r �� The top 3 rub rails are fully mounted � 1 Additional insulation in the engine ) _ _ above the floor level, providing additional . compartment is available,which provides structural rigidity and protection for ' . quieter operation, making it easier for l passengers. ,, . drivers to hear the children. Exceptional Driver Visibility b Best-In-Class Turning Radius The Vision provides exceptional forward ,",--'.. c,, . Superior maneuverability limits the i visibility and unique mirror systems that _ : infringement on surrounding lanes of improve driver awareness and increase • traffic when turning corners, and it also T —= the safety of children around the bus. ?, s virtually eliminates the need to back up - . the bus in tight cul-de-sacs. Industry's Largest Bumpers • "„,. =' E-Z Light Check System The Vision's front bumper is the largest Blue Bird's E Z Light Check System in the school bus industry. At 15" tall , .. allows drivers to check all lights,which on both corners and 25% larger than is outlined in CDL requirements, with the other school bus makes, it provides ,, p /0/,„,„,,,,,; .;" 4€ the flip of a switch. added protection and safety. t,, i ..', {