HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-063Li
Temp. Reso. # 10069
March 10, 2003
Page 1 of 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R- 2003�_
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE
OF REPLACEMENT VEHICLES UTILIZING THE FLORIDA
SHERIFF'S ASSOCIATION BID #02-10-0826 AND THE
FLORIDA DEPARTMENT OF TRANSPORTATION BID
#FVPP-02-CA-3; AUTHORIZING AN EXPENDITURE IN AN
AMOUNT NOT TO EXCEED $192,663; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Adopted Fiscal Year 2003 Capital Improvement Program Budget
authorized the purchase of replacement vehicles; and
WHEREAS, the timely replacement of City vehicles is necessary in order to ensure
the effective and efficient delivery of services by City departments; and
WHEREAS, City of Tamarac Code, §6-155 allows the Purchasing Officer the
authority to waive purchasing procedures and purchase equipment which is the subject of
contracts with other governmental agencies; and
WHEREAS, the Acting Director of Public Works and Purchasing and Contracts
Manager have determined that it is in the City's economic interests to purchase
replacement vehicles utilizing the Florida Sheriff's Association Bid # 02-10-0826 and the
Florida Department of Transportation Bid # FVPP-02-CA-3; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac that replacement
vehicles be purchased utilizing Florida Sheriff's Association Bid #02-10-0826 and the
Temp. Reso. # 10069
March 10, 2003
Page 2 of 2
Florida Department of Transportation Bid # FVPP-02-CA-3.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof.
SECTION 2: The purchase of replacement vehicles utilizing the Florida
Sheriff's Association Purchasing Agreement #02-10-0826 and the Florida Department of
Transportation Bid # FVPP-02-CA-3 is hereby approved, a copy of said Bids attached
hereto as Exhibit 1 and Exhibit 2, respectively.
SECTION 3: An expenditure in the amount of $192,663 is hereby authorized.
SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: If any provision of this Resolution or the application thereof to
any person or circumstance is held invalid, such invalidity shall not affect other provisions
or applications of this Resolution that can be given effect without the invalid provision or
application, and to this end the provisions of this Resolution are declared to be severable.
rl
1
SECTION 6
passage and adoption.
This Resolution shall become effective
Temp. Reso. # 10069
March 10, 2003
Page 3 of 3
immediately upon its
PASSED, ADOPTED AND APPROVED this 26th day of March, 2003.
E SCHREIBER
MAYOR
ATTEST:
RECORD OF COMMISSION VOTEI
MARION SWE SON, CMC MAYOR SCHREIBER
CITY CLERK DIST 1: COMM. PORTNER
DIST 2: COMM. TALABISCO
DIST 3: COMM. SULTANOF
DIST 4: V/M ROBERTS
I HEREBY CERTIFY that
TEMP RESO 1 DQ69
EXHIBIT 1
ANNOUNCEMENT
02-10AwO826
PURSUIT,
ADMINISTRATIVE NON -PURSUIT,
UTILITY, FIRE & RESCUE VEHICLES,
& OTHER FLEET EQUIPMENT
Participating Sheriffs Offices & Local Governmental
Agencies of the State of Florida
Coordinated By
The
Florida Sheriffs Association
& Florida Association of Counties
TABLE OF CONTENTS
ORDERINGINSTRUCTIONS......................................................................................... 10
Overview of Awarded Specifications............................................................................... 12
DesignatedDealers........................................................................................................ 36
Basic Information REQUIRED for Purchase Orders ...................................................... 40
DistrictMap...................................................................................................................
41
Specification #01 - Full Size Vehicles RWD - (Police Package) .....................................
42
Ford Crown Victoria.........................................................................................
44
Specification #02 - Full Size Vehicles FWD - (Police Package) .....................................
51
ChevroletImpala..............................................................................................
54
DodgeIntrepid.................................................................................................
61
Specification #03 -- Full Size Vehicles (Administrative).................................................
68
FordCrown Victoria.........................................................................................
70
Mercury Grand Marquis...................................................................................
72.
ChevroletImpala..............................................................................................
74
CadillacDeVille................................................................................................
76
OldsmobileAurora...........................................................................................
78
BuickLeSabre..................................................................................................
80
PontiacBonneville............................................................................................
82
ChryslerConcorde............................................................................................
84
DodgeIntrepid.................................................................................................
86
Specification #04 - Mid Size Vehicles (Administrative)..................................................
88
FordTaurus.....................................................................................................
90
ChevroletMalibu..............................................................................................
92
BuickCentury ..................................................................................................
94
PontiacGrand AM............................................................................................ 96
PontiacGrand Prix........................................................................................... 98
OldsmobileAlero............................................................................................
100
ChryslerSebring...........................................................................................
102
DodgeIntrepid...............................................................................................
104
DodgeStratus................................................................................................
106
ToyotaCamry .................................................................................................
108
Specification #05 - Compact Vehicles (Non -Pursuit) ...................................................
110
FordFocus.....................................................................................................
112
ChevroletCavalier..........................................................................................
114
PontiacGrand AM..........................................................................................
116
2 Bid Award Announcement (02-10-0826)
Specification #05 - Compact Vehicles (Non -Pursuit) (continued)
ChryslerPT Cruiser....................................................................................... 118
DodgeNeon.................................................................................................... 120
ToyotaCorolla................................................................................................ 122
Specification #06 - Compact Vehicles (Hybrid)........................................................... 124
ToyotaPrius................................................................................................... 126
Specification #07 - Small Size Utility Vehicles............................................................ 128
Ford Escape
(4x2)........................................................................................................ 130
(4x4)........................................................................................................ 140
Jeep Liberty
(4x2)........................................................................................................ 135
(4x4)........................................................................................................ 146
Specification #08 - Mid Size Utility Vehicles.............................................................. 151
Ford Explorer
(4x2)........................................................................................................ 153
(4x4)........................................................................................................ 201
Ford Explorer Sport Trac
(4x2)........................................................................................................ 169
(4x4)........................................................................................................ 208
Chevrolet Blazer
(4x2)........................................................................................................ 165
(4x4)........................................................................................................ 213
Chevrolet Vail Blazer
(4x2)........................................................................................................ 171
(4x4)........................................................................................................ 219
GMC Envoy
(4x2)........................................................................................................ 178
(4x4).............. ................. .......................................................................... 224
Pontiac Aztek
(4x2)........................................................................................................ 184
(4x4)........................................................................................................ 230
Jeep Grand Cherokee Laredo
(4x2)........................................................................................................ 190
(4x4)........................................................................................................ 236
Dodge Durango
(4x2)........................................................................................................ 196
(4x4)........................................................................................................ 242
Specification #09 - Full Size Utility Vehicles.............................................................. 247
Ford Expedition
(4x2)........................................................................................................ 249
(4x4)........................................................................................................ 273
Chevrolet Tahoe 1500
(4x2)........................................................................................................ 255
(4x4)........................................................................................................ 279
Bid Award Announcement (02-10-0826) 3
Specification #09 - Full Size Utility Vehicles (continued)
GMC Yukon 1500
(4x2l........................................................................................................ 261
(4x4)........................................................................................................ 285
Dodge Durango
(4x2)........................................................................................................ 267
(4x4)........................................................................................................ 291
Specification # 10 - 1 /2 Ton Extended Wheelbase Utility Vehicles ............................. 297
Chevrolet Suburban 1500
(4x2)........................................................................................................ 300
(4x4)........................................................................................................ 312
GMC Yukon 1500
(4x2)........................................................................................................ 306
(4x4)........................................................................................................ 318
Specification # 11 - 3/4 Ton Extended Wheelbase Utility Vehicles ............................. 324
Ford Excursion
(4x2)........................................................................................................ 326
(4x4)........................................................................................................ 344
Chevrolet Suburban 2500
(4x2)........................................................................................................ 332
(4x4)........................................................................................................ 350
GMC Yukon 2500
(4x2)........................................................................................................ 338
(4x4)........................................................................................................ 356
Hummer H2
(4x4)........................................................................................................ 362
Specification # 12 - 7 Passenger Mini Van (FWD) ....................................................... 367
FordWindstar................................................................................................ 369
ChevroletVenture.......................................................................................... 374
PontiacMontana............................................................................................ 379
Chrysler Town & Country .............................................................................. 384
DodgeCaravan............................................................................................... 389
ToyotaSienna................................................................................................ 394
Specification # 13 -- 7 Passenger Van (RWD)............................................................... 396
FordE-150 Club Wagon................................................................................ 398
ChevroletAstro.............................................................................................. 403
GMCSafari .................................................................................................... 408
GMCSavana.................................................................................................. 413
FreightlinerSprinter....................................................................................... 418
Specification # 14 - 12 Passenger Van........................................................................ 422
FordE-350 Club Wagon................................................................................ 424
ChevroletExpress 2500................................................................................. 431
GMCSavana 2500......................................................................................... 437
4 Bid Award Announcement (02-10-0826)
Specification # 15 - 15 Passenger Van........................................................................ 443
Ford E-350 Club Wagon Extended................................................................ 446
ChevroletExpress 3500................................................................................. 453
GMC Savana 3500......................................................................................... 459
Specification # 16 - Utility Cargo Van......................................................................... 465
Ford E-250 Cargo Van ................................................................................... 467
Chevrolet Express Cargo Van........................................................................ 475
GMC Savana Cargo Van................................................................................ 482
DodgeRam 3500........................................................................................... 490
Freightliner Sprinter....................................................................................... 497
/specification # 17 - Compact Pickup Truck................................................................. 504
Ford Ranger
(4x2)........................................................................................................ 506
(4x4)........................................................................................................ 518
�!7(4
olet S-10
x2)........................................................................................................ 509
x4)........................................................................................................ 521
GMC Sonoma
(4x2)........................................................................................................ 512
(4x4)........................................................................................................ 524
Dodge Dakota
(4x2)........................................................................................................ 515
(4x4)........................................................................................................ 527
Specification 418 - 1 /2 Ton Pickup Truck................................................................. 530
Ford F-150
(4x2)........................................................................................................ 532
(4x4)........................................................................................................ 548
Chevrolet Silverado 1500
(4x2)........................................................................................................ 536
(4x4)........................................................................................................ 552
GMC Sierra 1500
(4x2)........................................................................................................ 539
(4x4)........................................................................................................ 555
Dodge Ram 1500
(4x2)........................................................................................................ 543
(4x4)........................................................................................................ 559
Toyota Tundra
(4x2)........................................................................................................ 546
(4x4)........................................................................................................ 562
Specification # 19 - 3/4 Ton Pickup Truck................................................................. 564
Ford F-250 SD
(4x2)........................................................................................................ 566
(4x4)........................................................................................................ 581
Chewolet Silverado 2500 HD
570
(4x4...................................................................................................... 585
Bid Award Announcement (02-10-0826) 5
Specification #19 - 3/4 Ton. Pickup Truck (continued)
GMC Sierra 2500 HD
(4x4) ........................................................................................................ 589
Dodge Ram 2500
(4x2)........................................................................................................ 57$
(4x4)........................................................................................................ 593
Specification #20 - 1 Ton Pickup Truck..................................................................... 596
Ford F-350 SD
(4x4)........................................................................................................
613
Chevrolet Silverado 3500
(4x2) - Ext. Cab
602
......................................................................................
(4x4) - Reg. Cab......................................................................................
617
GMC Sierra 3500
(4x2) - Ext. Cab......................................................................................
606
(4x4) --- Reg. Cab................................................................
I .....................
621
Dodge Ram 3500
(4x2)........................................................................................................
610
(4x4)........................................................................................................
625
Specification #21 - 1 Ton Cab & Chassis...................................................................
628
Ford F-350
4x2)
630
(4x4........................................................................................................
645
Chevrolet Silverado 3500
(4x2)........................................................................................................
634
(4x4)........................................................................................................
649
GMC Sierra 3500
(4x2)........................................................................................................
638
(4x4)........................................................................................................
653
Dodge Ram 3500
(4x2)........................................................................................................
642
(4x4)........................................................................................................
657
Specification #22 - 1 Ton Tilt Cab & Chassis............................................................ 660
No Bids on This Specification
V Specification #23 - 15,000 lb. GVWR Cab & Chassis ................................................ 662
Ford izi5Q
4x2)........................................................................................................ 664
(4x4)......................................................................................................680
Chevro et Kodica CC4500
(4x2).................................................................................I...................... 668
GMC Topkick TC4500
(4x2)........................................................................................................ 672
Freightliner M2
(4x2)........................................................................................................ 676
6 Bid Award Announcement (02-10-0826)
Specification #24 - 17,500 lb. GVWR Cab & Chassis ................................................. 684
Ford F-550
(4x2)........................................................................................................ 686
(4x4)........................................................................................................ 698
Chevrolet CC5500
(4x2)........................................................................................................ 690
Freightliner M2
(4x2)........................................................................................................ 694
Specification #25 - 25,950 lb. GVWR Cab & Chassis (4x2)....................................... 702
FordF-650..................................................................................................... 704
ChevroletCC7500.......................................................................................... 708
FreightlinerM2.............................................................................................. 712
International 4200 SSA................................................................................. 716
Peterbilt330................................................................................................... 720
SterlingActerra.............................................................................................. 724
Specification #26 - 30,000 lb. GVWR Cab & Chassis (4x2)....................................... 728
FordF-750..................................................................................................... 730
ChevroletCC7500.......................................................................................... 734
FreightlinerM2.............................................................................................. 738
International 4200 SBA................................................................................. 742
Peterbilt330................................................................................................... 746
SterlingActerra.............................................................................................. 750
Specification #27 -- 52,000 lb. GVWR 4x6 Tandem Axle Road Tractor
Cab& Chassis (4x2)................................................................................................. 754
Freightliner FL112.......................................................................................... 757
International 7600 SBA................................................................................. 758
MackC Series................................................................................................ 759
Peterbilt385................................................................................................... 760
SterlingLT9500.............................................................................................. 761
VolvoV Series................................................................................................ 762
Specification #28 - 4x4 Loader Backhoe with Canopy ................................................ 763
Deere31OG.................................................................................................... 765
Specification #29 - Type I Ambulance........................................................................ 766
Ford XLT F-350
(4x2)........................................................................................................ 768
(4x4)........................................................................................................ 771
Ford XLT F-450
(4x2)........................................................................................................ 769
(4x4)........................................................................................................ 772
Chevrolet YF2 C3500
(4x2)........................................................................................................ 770
(4x4)........................................................................................................ 773
Bid Award Announcement (02-10-0826) 7
Specification #30 - Type I Ambulance (Medium Duty) ................................................ 774
FreightlinerFL50........................................................................................... 776
FreightlinerFL60........................................................................................... 777
FreightlinerM2.............................................................................................. 778
International420OLP...................................................................................... 779
International430OLP...................................................................................... 780
International440OLP...................................................................................... 781
Sterling........................................................................................................... 782
Specification #31 - Type 11 Ambulance....................................................................... 783
FordE-350..................................................................................................... 785
Specification #32 — Type III Ambulance...................................................................... 786
FordXL E-350............................................................................................... 788
FordXL E-450............................................................................................... 789
FordXL E-550............................................................................................... 790
Specification #33 --- Commercial Pumper.....................................................................
791
Freightliner M2 - Formed Aluminum Body
American LaFrance Ocala...................................................................................
793
Ferrara Fire Apparatus Inc.................................................................................
796
Ten-8 Fire Equipment, Inc..................................................................................799
Freightliner FL70 -- Formed Aluminum Body
American LaFrance Ocala...................................................................................
802
Ferrara Fire Apparatus Inc.................................................................................805
Ten-8 Fire Equipment, Inc..................................................................................808
Freightliner FL80 - Formed Aluminum Body
American LaFrance Ocala...................................................................................
811
Ferrara Fire Apparatus Inc.................................................................................814
Ten-8 Fire Equipment, Inc..................................................................................817
GMC Pumper - Formed Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................820
International 4400 -- Formed Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................823
Ten-8 Fire Equipment, Inc..................................................................................826
Kenworth T-300 - Formed Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................829
Ten-8 Fire Equipment. Inc..................................................................................832
Freightliner M2 - Extruded Aluminum Body
American LaFrance Ocala...................................................................................
835
Ferrara Fire Apparatus Inc.................................................................................838
Freightliner FL70 - Extruded Aluminium Body
American LaFrance Ocala...................................................................................
841
FerraraFire Apparatus Inc.................................................................................844
Hall -Mark Fire Apparatus Inc.............................................................................847
Freightliner FL80 - Extruded Aluminum Body
American LaFrance Ocala...................................................................................
850
Ferrara Fire Apparatus Inc.................................................................................853
Hall -Mark Fire Apparatus Inc.............................................................................856
GMC Pumper - Extruded Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................859
Hall -Mark Fire Apparatus Inc.............................................................................862
$ Bid Award Announcement (02-10-0826)
Specification #33 - Commercial Pumper (continued)
International 4400 - Extruded Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................865
Hall -Mark Fire Apparatus Inc.............................................................................868
Kenworth T-300 - Extruded Aluminum Body
Ferrara Fire Apparatus Inc. . ...............................................................................
871
Hall -Mark Fire Apparatus Inc.............................................................................874
Freightliner M2 - All Stainless Steel Welded Body
American LaFrance Ocala...................................................................................
877
Ferrara Fire Apparatus Inc.................................................................................880
Freightliner FL70 -- All Stainless Steel Welded Body
American LaFrance Ocala...................................................................................
883
Ferrara Fire Apparatus Inc.................................................................................886
Freightliner FL80 - All Stainless Steel Welded Body
American LaFrance Ocala...................................................................................889
Ferrara Fire Apparatus Inc.................................................................................892
Fire Apparatus Service Team, Inc.......................................................................895
GMC Pumper - All Stainless Steel Welded Body
Ferrara Fire Apparatus Inc.................................................................................898
International 4400 - All Stainless Steel Welded Body
Ferrara Fire Apparatus Inc.................................................................................901
Fire Apparatus Service Team, Inc.......................................................................904
Kenworth T-300 --- All Stainless Steel Welded Body
Ferrara Fire Apparatus Inc.................................................................................907
Specification #34 - Custom Pumper...........................................................................
910
Custom Chassis - Formed Aluminum Body
American LaFrance Ocala...................................................................................
912
Ferrara Fire Apparatus Inc. . .............................................. ....... ........................
915
Ten-8 Fire Equipment. Inc..................................................................................918
Custom Chassis -- Extruded Aluminum Body
American LaFrance Ocala...................................................................................921
Ferrara Fire Apparatus Inc.................................................................................924
Hall -Mark Fire Apparatus Inc.............................................................................927
Custom Chassis - All Stainless Steel Welded Body
American LaFrance Ocala...................................................................................930
Ferrara Fire Apparatus Inc.................................................................................933
Spartan Chassis - Formed Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................936
Spartan Chassis - Extruded Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................939
Spartan Chassis - All Stainless Steel Welded Body
Ferrara Fire Apparatus Inc.................................................................................942
Fire Apparatus Service Team, Inc.......................................................................945
HME Chassis - Formed Aluminum Body
Ferrara Fire Apparatus Inc. . ...............................................................................
948
HME Chassis - Extruded Aluminum Body
Ferrara Fire Apparatus Inc.................................................................................951
HME Chassis - All Stainless Steel Welded Body
Ferrara Fire Apparatus Inc.................................................................................954
Manufacturer's Extended Vehicle Warranty................................................................. 957
MearsMotor Leasing................................................................................................... 959
Bid Award Announcement (02-10-0826) 9
FLORIDA SHERIFFS ASSOCIATION
P. O. Box 12519 • Tallahassee, FL 32317-2519
PHONE (850) 877-2165 • FAX (850) 878-8665
WEB SITE: HTTP://WWW.FLSHERIFFS.ORG
DATE: October 3, 2002
TO: ALL PROSPECTIVE PARTICIPANTS
FROM: Gary E. Perkins Lynn Meek Peggy Goff
Executive Director Vehicle Bid Coordinator Vehicle Contract Manager
RE: SHERIFFS' OFFICES & LOCAL GOVERNMENTAL AGENCIES
OF THE STATE OF FLORIDA COOPERATIVE BID FOR
PURSUIT, ADMINISTRATIVE NON -PURSUIT, UTILITY,
FIRE & RESCUE VEHICLES, & OTHER FLEET EQUIPMENT
Bid No. 02-10-0826
We are pleased to announce that the Florida Sheriffs Association and the Florida Association of
Counties has successfully conducted its tenth statewide competitive bid for vehicles which includes
police pursuit, administrative non -pursuit, utility, fire & rescue vehicles, trucks & vans, and back -
hoes. Bids will be extended and guaranteed to any and all units of local governments/political
subdivisions including but not limited to county, local county board of public instruction munici-
palities and/or police agencies, other local public or public safety agencies or authorities within the
State of Florida and in accordance with the provisions of Chapter 287, F.S., and 60A, Florida
Administrative Code, any state agency including the Division of Universities, Department of Chil-
dren and Family Services, Department of Health, Department of Juvenile Justice and Department
of Corrections which elects and is authorized to purchase from a source other than the State of
Florida contract.
In addition to the eligible users referenced above and with the consent of the successful bidder(s)
purchases may be made under the terms and conditions of this contract by governmental entities
located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and
regulations shall apply to purchases made under this contract.
This contract is good from October 1, 2002 thru September 30, 2003 - as long as vehicles are
available thru fleet.
All interested parties who wish to urchase from this contract
may do so by Tollowing these simple procedures:
ORDERING INSTRUCTIONS
1. Contact the designated dealership (see pages 36-38) listed in the zone from which you wish to
purchase and advise them of your interest to purchase from the Sheriffs' Offices & Local
Governmental Agencies of the State of Florida Bid No. 02-10-0826. They will assist you with
the placement of your order and answer any questions you may have regarding the vehicles
purchased through this program.
10 Bid Award Announcement (02-10-0826)
IMPORTANT NOTE: All agencies ordering any FORD, GENERAL MOTORS, or CHRYSLER product,
please be advised that you must use the appropriate FIN CODE/FAN CODE for the Florida Sheriffs
Association in order to obtain the manufacturer's concessions. Also, you must use your FIN CODE/
FAN CODE as a secondary number. For futher assistance call the Fleet Customer Information
Center for your appropriate manufacturer.
Manufacturer
Type Code
FSA Code
Fleet Center Contact Numbers
FORD
FIN CODE
QE065
1-800-34-FLEET (1-800-343-5338)
GENERAL MOTORS
FAN CODE
917872
1-800-FLEET OP (1-800-353-3867)
CHRYSLER
FAN CODE
49313
1-800-999-FLEET (1-800-999-3533)
Florida Sheriffs Association
P. O. Box 12519
Tallahassee, Florida 32317-2519
ATI N: Lynn Meek, Cooperative Bid Coordinator
3. Basic information xcaulred- on all ]2 RGh&ge order is listed on Page 40 of this Bid Award
Announcement. Purchase orders lacking the required basic information listed may result in the
delay of placement and/or confirmation of orders. NOTE: Purchasers are reminded that the
issuance of a Purchase Order does not in itself guarantee the placement of an order. The agency
is responsible for filling in the requested information on the "Confirmation of Order" and sub-
mitting it along with your purchase order to the respective dealership. Dealers are required to
fill in the bottom section of the "Confirmation of Order" and send it to the purchaser within
seven (7) calendar days after receipt of purchase order. Purchasers are encouraged to contact
the dealer if a "Confirmation of Order" has not been received within a reasonable time frame
and request its issuance.
4. Agencies which elect to purchase off this contract will incur the following Administrative Fees:
• Pursuit, Administrative Non -Pursuit, Utility Vehicles, Trucks & Vans (Specifications 1-
26) - Due to numerous requests from various purchasing agencies, the $50.00 administra-
tive fee per vehicle formerly paid to the FSA by purchasing agencies will now be paid to the
FSA by the contracting dealerships. Dealers have included the $50.00 per unit fee in their
bid prices and made it a part of the base unit's purchase price. This will eliminate the need
for purchasing agencies to have to prepare two purchase orders and cut two checks, thereby
reducing their workload.
• Road Tractor, Hackhoe, Fire & Rescue Units (Specifications 27-34) - Dealers are to
charge purchasing agencies an administrative fee of 1 /2 percent (.005) of the total invoice
amount (base unit plus options) to be collected and paid to the FSA by the contracting
dealers/manufacturer's. Administrative fees for road tractors, backhoes and fire & rescue
units will not be included or made a part of the bidders base unit purchase price. This will
be a separate line item on the agency's purchase order. The dealers/manufacturer's will be
responsible for calculating and advising the prospective purchasing agencies of the 1 /2
percent (.005) administrative fee to be charged and included in the total invoice amount at
the time of order. The purchasing agencies will Include the FSA administrative fee as a part
of their purchase order request. Again, this will eliminate the need for purchasing agencies
to have to prepare two separate purchase orders and checks.
This program is designed to provide participating agencies with the most economically priced patrol,
administrative non -pursuit, utility, fire & rescue vehicles, trucks & vans, and other fleet equipment
tailored to their specific needs, in a prompt and timely manner.
Bid Award Announcement (02-10-0826) 11
One of the unique characteristics incorporated into this program which distinguishes it from others
is that this Bid Contract is awarded to the lowest responsible bidder by manufacturer by specifi-
cation by zone for all police package vehicles and to each of the lowest responsible bidder(s) by
manufacturer by specification by zone for all non -police package vehicles. Whereas, under the State
Contract the bid is awarded only to the single lowest bidder by zone.
The Florida Sheriffs Association and the Florida Association of Counties realize that Sheriffs' Offices,
Police Agencies and other units of local governments differ from the state in that they must provide
economically based maintenance and stocked parts for their fleets. They must consider overall
operational cost of their vehicles instead of just considering "Low Bid" on the purchase of the
vehicle. This program's bid award system not only provides the purchaser with the means to make
sound decisions on dedicated fleet needs, but also offers the convenience of shopping and purchas-
ing from a single contract.
• The manufacturer's have announced that they would be producing limited
quantities of pursuit vehicles this year and that orders would be processed on a first come first
serve basis while quantities last. To be on the safe side, we are advising all agencies to place
their orders for pursuit vehicles as soon as possible to ensure delivery of product.
On a final note, prospective purchasers are reminded that pursuant to Florida State Statute all fees
(title, application plate transfer, etc.) are included in the base price for each vehicle. Purchasing
agencies which elect to do their own title work, may wish to consider seeking reimbursement from
the dealership for those transfer fees already included in the base price of each vehicle.
The Florida Sheriffs Association's and the Florida Association of Counties' bid award for full size
(pursuit and administrative), mid size (pursuit and administrative), utility, fire & rescue vehicles,
and other fleet equipment are as follows (zones indicated with a * = specification low bid):
FULL SIZE PURSMT HI(Specification
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
McCotter Ford, Inc.
Ford Crown Victoria
Western
$
19,448.00
Duval Ford
Ford Crown Victoria
* Northern
$
19,411.00
Don Reid Ford
Ford Crown Victoria
* Central
$
19,420.00
McCotter Ford, Inc.
Ford Crown Victoria
* Southern
$
19,448.00
Garber Chevrolet, Inc.
Chevrolet Impala
Western
$
17,642.00
Garber Chevrolet, Inc.
Chevrolet Impala
Northern
$
17.642.00
Classic Chevrolet
Chevrolet Impala
Central
$
17,595.00
Maroone Chevrolet of Miami, Inc.
Chevrolet Impala
Southern
$
17,559.00
Hill -Kelly Dodge, Inc.
Dodge Intrepid
* Western
$
1.5,941.00
Hill -Kelly Dodge, Inc.
Dodge Intrepid
* Northern
$
15,941.00
Maroone Dodge, LLC
Dodge Intrepid
* Central
$
15,829.00
Maroone Dodge, LLC
SIZE ADWENISTRATIVE VEHICLES
Dodge Intrepid
(Specificatio_#431:
* Southern
$
15,899.00
FULL
McCotter Ford, Inc.
Ford Crown Victoria
Western
$
18,626.00
McCotter Ford, Inc.
Ford Crown Victoria
Northern
$
18,626.00
McCotter Ford, Inc.
Ford Crown Victoria
Central
$
18,626.00
McCotter Ford, Inc.
Ford Crown Victoria
Southern
$
18,626.00
12 Bid Award Announcement (02-10-0826)
(continued)
Base
Name of Dealership Type Vehicle Zone Unit Price
Orville Beckford Ford Mercury
Mercury Grand Marquis
Western
$
20,490.00
Orville Beckford Ford Mercury
Mercury Grand Marquis
Northern
$
20,540.00
Orville Beckford Ford Mercury
Mercury Grand Marquis
Central
$
20,590.00
Orville Beckford Ford Mercury
Mercury Grand Marquis
Southern
$
20,640.00
Garber Chevrolet, Inc.
Chevrolet Impala
* Western
$
16,159.00
Garber Chevrolet, Inc.
Chevrolet Impala
Northern
$
16,159.00
Garber Chevrolet, Inc.
Chevrolet Impala
Central
$
16,159.00
Garber Chevrolet, Inc.
Chevrolet Impala
Southern
$
16,179.00
Alan Jay Chevrolet Olds, Cadillac
Cadillac DeVille
Western
$
37,700.00
Alan Jay Chevrolet Olds, Cadillac
Cadillac DeVille
Northern
$
37,650.00
Alan Jay Chevrolet Olds, Cadillac
Cadillac DeVille
Central
$
37,600.00
Alan Jay Chevrolet Olds, Cadillac
Cadillac DeVille
Southern
$
37,600.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Aurora
Western
$
29,498.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Aurora
Northern
$
29,448.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Aurora
Central
$
29,398.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Aurora
Southern
$
29,398.00
Garber Buick Pontiac GMC, Inc.
Buick LeSabre
Western
$
20,372.00
Garber Buick Pontiac GMC, Inc.
Buick LeSabre
Northern
$
20,360.00
Garber Buick Pontiac GMC, Inc.
Buick LeSabre
Central
$
20,460.00
Garber Buick Pontiac GMC, Inc.
Buick LeSabre
Southern
$
20,472.00
Garber Buick Pontiac GMC, Inc.
Pontiac Bonneville
Western
$
21,220.00
Garber Buick Pontiac GMC, Inc.
Pontiac Bonneville
Northern
$
21,200.00
Garber Buick Pontiac GMC, Inc.
Pontiac Bonneville
Central
$
21,280.00
Garber Buick Pontiac GMC, Inc.
Pontiac Bonneville
Southern
$
21,280.00
Alan Jay Chrysler, Plymouth, Jeep
Chrysler Concorde
Western
- --
NB --
Alan Jay Chrysler, Plymouth, Jeep
Chrysler Concorde
Northern
$
18,879.00
Alan Jay Chrysler, Plymouth, Jeep
Chrysler Concorde
Central
$
18,829.00
Alan Jay Chrysler, Plymouth, Jeep
Chrysler Concorde
Southern
$
18,849.00
Hill -Kelly Dodge, Inc.
Dodge Intrepid
Western
$
16,258.00
Beck Chrysler Dodge Jeep
Dodge Intrepid
* Northern
$
16,050.00
Beck Chrysler Dodge Jeep
Dodge Intrepid
* Central
$
16,075.00
Monarch Dodge, Inc.
Dodge Intrepid
Southern
$
16,187.00
McCotter Ford, Inc.
Ford Taurus
Western
$
14,473.00
Duval Ford
Ford Taurus
Northern
$
14,330.00
Duval Ford
Ford Taurus
Central
$
14,392.00
Duval Ford
Ford Taurus
Southern
$
14,452.00
Garber Chevrolet, Inc.
Chevrolet Malibu
Western
$
13,709.00
Bid Award Announcement (02-10-0826) 13
MID SIZE .
(continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Garber Chevrolet, Inc.
Chevrolet Malibu
Northern
$
13,709.00
Garber Chevrolet, Inc.
Chevrolet Malibu
Central
$
13,709.00
Garber Chevrolet, Inc.
Chevrolet Malibu
Southern
$
13,729.00
Garber Buick Pontiac GMC, Inc.
Buick Century
Western
$
15,281.00
Garber Buick Pontiac GMC, Inc.
Buick Century
Northern
$
15,299.00
Alan Jay Pontiac, Buick, GMC
Buick Century
Central
$
15,250.00
Alan Jay Pontiac, Buick, GMC
Buick Century
Southern
$
15,250.00
Western
-
- NB --
Northern
- - NB --
Alan Jay Pontiac, Buick, GMC
Pontiac Grand AM
Central
$
15,238.00
Alan Jay Pontiac, Buick, GMC
Pontiac Grand AM
Southern
$
15,238.00
Garber Buick Pontiac GMC, Inc.
Pontiac Grand Prix
Western
$
16,860.00
Garber Buick Pontiac GMC, Inc.
Pontiac Grand Prix
Northern
$
16,820.00
Garber Buick Pontiac GMC, Inc.
Pontiac Grand Prix
Central
$
16,857.00
Garber Buick Pontiac GMC, Inc.
Pontiac Grand Prix
Southern
$
16,857.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Alero
Western
$
15,715.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Alero
Northern
$
15,615.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Alero
Central
$
15,565.00
Alan Jay Chevrolet Olds, Cadillac
Oldsmobile Alero
Southern
$
15,565.00
Caruso Chrysler Plymouth Jeep
Chrysler Sebring
Western
$
13,769.00
Caruso Chrysler Plymouth Jeep
Chrysler Sebring
Northern
$
13,734.00
Caruso Chrysler Plymouth Jeep
Chrysler Sebring
Central
$
13,754.00
Caruso Chrysler Plymouth Jeep
Chrysler Sebring
Southern
$
13,769.00
Maroone Dodge, LLC
Dodge Intrepid
Western
$
14,787.00
Northern
-
- NB --
Maroone Dodge, LLC
Dodge Intrepid
Central
$
14,687.00
Maroone Dodge, LLC
Dodge Intrepid
Southern
$
14,652.00
Jack Caruso's Regency Dodge
Dodge Stratus
* Western
$
13,587.00
Beck Chrysler Dodge Jeep
Dodge Stratus
Northern
$
13,511.00
Beck Chrysler Dodge Jeep
Dodge Stratus
* Central
$
13,536.00
Maroone Dodge, LLC
Dodge Stratus
* Southern
$
13,559.00
Alan Jay Toyota
Toyota Carnry
Western
$
19,906.00
Alan Jay Toyota
Toyota Carnry
Northern
$
19,906.00
Alan Jay Toyota
Toyota Carnry
Central
$
19,806.00
Alan Jay Toyota
Toyota Carnry
Southern
$
19,806.00
14 Bid Award Announcement (02-10-0826)
Base
Name of Dealership Type Vehicle Zone Unit Price
McCotter Ford, Inc.
Ford Focus
Western
$
12,085.00
McCotter Ford, Inc.
Ford Focus
Northern
$
12,085.00
Don Reid Ford
Ford Focus
Central
$
1.1,998.00
McCotter Ford, Inc.
Ford Focus
Southern
$
12,085.00
Garber Chevrolet, Inc.
Chevrolet Cavalier
Western
$
11,629.00
Garber Chevrolet, Inc.
Chevrolet Cavalier
Northern
$
11,629.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Cavalier
Central
$
11.583.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Cavalier
Southern
$
11,563.00
Proctor & Proctor, lnc.
Pontiac Grand AM
Western
$
13,016.00
Proctor & Proctor, Inc.
Pontiac Grand AM
Northern
$
12,991.00
Garber Buick Pontiac GMC, Inc.
Pontiac Grand AM
Central
$
13,360.00
Garber Buick Pontiac GMC, Inc.
Pontiac Grand AM
Southern
$
13,397.00
Caruso Chrysler Plymouth Jeep
Chrysler PT Cruiser
Western
$
16,118.00
Caruso Chrysler Plymouth Jeep
Chrysler PT Cruiser
Northern
$
16,083.00
Caruso Chrysler Plymouth Jeep
Chrysler PT Cruiser
Central
$
16,103.00
Caruso Chrysler Plymouth Jeep
Chrysler PT Cruiser
Southern
$
16,118.00
Hill -Kelly Dodge, Inc.
Dodge Neon
* Western
$
11,085.00
Hill -Kelly Dodge, Inc.
Dodge Neon
it Northern
$
11,135.00
Monarch Dodge, Inc.
Dodge Neon
* Central
$
11,043.00
Monarch Dodge, Inc.
Dodge Neon
* Southern
$
10,969.00
Alan Jay Toyota
Toyota Corolla
Western
$
13,890.00
Alan Jay Toyota
Toyota Corolla
Northern
$
13,890,00
Alan Jay Toyota
Toyota Corolla
Central
$
13,790.00
Alan Jay Toyota
Toyota Corolla
Southern
$
13,790.00
�=1477TUMIMMT.
Alan Jay Toyota
Toyota Prius
* Western
$
19,893.00
Alan Jay Toyota
Toyota Prius
Northern
$
19,893.00
Alan Jay Toyota
Toyota Prius
* Central
$
19,893.00
Alan Jay Toyota
SIZE UTILITY YEHIGLES
Toyota Prius
(4 21 (Specification #071:
* Southern
$
19,893.00
SMALL
McCotter Ford, Inc.
x
Ford Escape
Western
$
17,543.00
McCotter Ford, Inc.
Ford Escape
Northern
$
17,543.00
Don Reid Ford
Ford Escape
Central
$
17,468.00
McCotter Ford, Inc.
Ford Escape
Southern
$
17,543.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
* Western
$
17,380.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
* Northern
$
17,345.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
* Central
$
17,365.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
ak Southern
$
17,380.00
Bid Award Announcement (02-10-0826) 15
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
McCotter Ford, Inc.
Ford Escape
* Western
$
18,974.00
Duval Ford
Ford Escape
* Northern
$
18,932.00
Don Reid Ford
Ford Escape
* Central
$
18,892,00
McCotter Ford, Inc.
Ford Escape
* Southern
$
18,974.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
Western
$
18,995,00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
Northern
$
18,960.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
Central
$
18,980.00
Caruso Chrysler Plymouth Jeep
Jeep Liberty
Southern
$
18,995.00
McCotter Ford, Inc.
Ford Explorer
Western
$
19,328.00
Duval Ford
Ford Explorer
Northern
$
19,254.00
Don Reid Ford
Ford Explorer
Central
$
19,253.00
McCotter Ford, Inc.
Ford Explorer
Southern
$
19,328.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
Western
$
17,607.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
Northern
$
17,506.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
Central
$
17,407.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
Southern
$
17,207.00
Garber Chevrolet, Inc.
Chevrolet Blazer
Western
$
18,630.00
Garber Chevrolet, Inc.
Chevrolet Blazer
Northern
$
18,602.00
Maroone Chevrolet, LL.0
Chevrolet Blazer
Central
$
18,630.00
Maroone Chevrolet, LLC
Chevrolet Blazer
Southern
$
18,630.00
Garber Chevrolet, Inc.
Chevrolet Trail Blazer
Western
$
20,959.00
Garber Chevrolet, Inc.
Chevrolet Trail Blazer
Northern
$
20,939.00
Garber Chevrolet, Inc.
Chevrolet Trail Blazer
Central
$
20,950.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Trail Blazer
Southern
$
20,989.00
Garber Buick Pontiac GMC, Inc.
GMC Envoy
Western
$
22,345.00
Garber Buick Pontiac GMC, Inc.
GMC Envoy
Northern
$
22,320.00
Alan Jay Pontiac, Buick, GMC
GMC Envoy
Central
$
22,317.00
Alan Jay Pontiac, Buick, GMC
GMC Envoy
Southern
$
22,317.00
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
*Western
$
17,089.00
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
* Northern
$
17,060.00
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
* Central
$
17,140.00
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
* Southern
$
17,150.00
Caruso Chrysler Plymouth Jeep
Jeep Grand
Western
$
19,098.00
Cherokee Laredo
Beck Chrysler Dodge Jeep
Jeep Grand
Northern
$
18,969,00
Cherokee Laredo
Beck Chrysler Dodge Jeep
Jeep Grand
Central
$
18,994.00
Cherokee Laredo
Caruso Chrysler Plymouth Jeep
Jeep Grand
Southern
$
19,098.00
Cherokee Laredo
16 Bid Award Announcement (02-10-0826)
Mn?.$MR-UTILITY_ VEHICLES (4 x 2)„ftecification #08):
(continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Maroone Dodge, LLC
Dodge Durango
Western
$
19,698.00
Dodge Durango
Northern
- NB --
Maroone Dodge, LLC
Dodge Durango
Central
$
19,653.00
Maroone Dodge, LLC.
Dodge Durango
Southern
$
19,61.8.00
McCotter Ford, Inc.
Ford Explorer
Western
$
21,179.00
Duval Ford
Ford Explorer
Northern
$
21,105.00
Don Reid Ford
Ford Explorer
Central
$
21,098.00
McCotter Ford, Inc.
Ford Explorer
Southern
$
21,179.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
* Western
$
19,990.00
Gus Machado Ford, Inc,
Ford Explorer SportTrac
* Northern
$
19,890.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
* Central
$
19,790.00
Gus Machado Ford, Inc.
Ford Explorer Sport Trac
* Southern
$
19,690.00
Garber Chevrolet, Inc.
Chevrolet Blazer
Western
$
20,638.00
Garber Chevrolet, Inc.
Chevrolet Blazer
Northern
$
20,608.00
Garber Chevrolet, Inc.
Chevrolet Blazer
Central
$
20,638.00
Maroone Chevrolet, LLC
Chevrolet Blazer
Southern,
$
20,647.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Trail Blazer
Western
$
23,320.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Trail Blazer
Northern
$
23,220.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Trail Blazer
Central
$
23,170.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Trail Blazer
Southern
$
23,170.00
Garber Buick Pontiac GMC, Inc.
GMC Envoy
Western
$
24,494.00
Garber Buick Pontiac GMC, Inc.
GMC Envoy
Northern
$
24,480.00
Alan Jay Pontiac, Buick, GMC
GMC Envoy
Central
$
24,497.00
Alan Jay Pontiac, Buick, GMC
GMC Envoy
Southern
$
24,497.00
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
Garber Buick Pontiac GMC, Inc.
Pontiac Aztek
Caruso Chrysler Plymouth Jeep
Beck Chrysler Dodge Jeep
Beek Chrysler Dodge Jeep
Caruso Chrysler Plymouth Jeep
Maroone Dodge, LLC
Jeep Grand
Cherokee Laredo
Jeep Grand
Cherokee Laredo
Jeep Grand
Cherokee Laredo
Jeep Grand
Cherokee Laredo
Dodge Durango
Dodge Durango
Western
Northern
Central
Southern
Western
Central
Southern
Western
Northern
$ 20,125.00
$ 20,120.00
$ 20,160.00
$ 20,197.00
$ 21,085.00
$ 20,957.00
$ 20,982.00
$ 21,085.00
$ 22,225.00
-- NB ---
Bid Award Announcement (02-10-0826) 17
MID SIZE
(continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Maroone Dodge, LLC
Dodge Durango
Central
$
22,140.00
Maroone Dodge, LLC.
Dodge Durango
Southern
$
22,105.00
FULL, SIZE UTILITY VEHICLES
(4 x 21 (Specification #091;
Orville Beckford Ford Mercury
Ford Expedition
Western
$
21,800.00
Duval Ford
Ford Expedition
rk Northern
$
21,694.00
Don Reid Ford
Ford Expedition
* Central
$
21,697.00
Don Reid Ford
Ford Expedition
*Southern
$
21,797.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Western
$
24,439.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Northern
$
24,389.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Central
$
24,419.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Southern
$
24,439.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Western
$
25,300.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Northern
$
25,300.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Central
$
25,340.00
Alan Jay Pontiac, Buick, GMC
GMC Yukon 1500
Southern
$
25,378.00
Holler Dodge
Dodge Durango
Western
$
23, 765.00
Beck Chrysler Dodge Jeep
Dodge Durango
Northern
$
23,216.00
Beck Chrysler Dodge Jeep
Dodge Durango
Central
$
23,241.00
Holler Dodge
Dodge Durango
Southern
$
23,595.00
IZE
4 (Specification
Orville Beckford Ford Mercury
Ford Expedition
* Western
$
24,270.00
Duval Ford
Ford Expedition
Northern
$
24,254.00
Don Reid Ford
Ford Expedition
it Central
$
24,158.00
Don Reid Ford
Ford Expedition
Southern
$
24,257.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Western
$
27,756.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Northern
$
27,706.00
Classic Chevrolet
Chevrolet Tahoe 1500
Central
$
27,733.00
Garber Chevrolet, Inc.
Chevrolet Tahoe 1500
Southern
$
27,756.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Western
$
27,820.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Northern
$
27,791.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Central
$
27,852.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Southern
$
27,880.00
Holler Dodge
Dodge Durango
Western
$
26,175.00
Beck Chrysler Dodge Jeep
Dodge Durango
Northern
$
25,133.00
Beck Chrysler Dodge Jeep
Dodge Durango
Central
$
25,158.00
Holler Dodge
Dodge Durango
Southern
$
26,085.00
18 Bid Award Announcement (02-10-0826)
Base
Name of Dealership Type Vehicle Zone Unit Price
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
* Western
$
26,800.00
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
Northern
$
26,758.00
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
fk Central
$
26,788.00
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
* Southern
$
26,801.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Western
$
26,835.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Northern
$
26,805.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Central
$
26,865.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Southern
$
26,875.00
1 /? TON_ EXTENDED MMEMME
UTILITY VEHICLES (4 x 41
(Svecification # 10):
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
* Western
$
29,354.00
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
Northern
$
29,305.00
Garber Chevrolet, Inc.
Chevrolet Suburban 1500
Central
$
29,334.00
Garber Chevrolet, Inc,
Chevrolet Suburban 1500
* Southern
$
29,355.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Western
$
29,475.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 1500
Northern
$
29,460.00
Alan Jay Pontiac, Buick, GMC
GMC Yukon 1500
Central
$
29,460.00
Alan Jay Pontiac, Buick, GMC
GMC Yukon 1500
Southern
$
29,460.00 '
314 TON EXTENDED WHEELBASE UTILITY VEHICLES (4 x 21
(SoecifiCatiori # 111:
McCotter Ford, Inc.
Ford Excursion
* Western
$
26,165.00
Duval Ford
Ford Excursion
* Northern
$
26,109.00
Don Reid Ford
Ford Excursion
* Central
$
26,092.00
McCotter Ford, Inc.
Ford Excursion
Southern
$
26,165.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Western
$
28,273.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Northern
$
28,224.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Central
$
28,253.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Southern
$
28,274.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Western
$
28,360.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Northern
$
28,310.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Central
$
28,376.00
Alan Jay Pontiac, Buick, GMC
GMC Yukon 2500
Southern
$
28,377.00
McCotter Ford, Inc.
Ford Excursion
* Western
$
28,586.00
Duval Ford
Ford Excursion
* Northern
$
28,512.00
Don Reid Ford
Ford Excursion
* Central
$
28,498.00
McCotter Ford, Inc.
Ford Excursion
* Southern
$
28,586.00
Bid Award Announcement (02-10-0826) 19
(Specification #11): (continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Western
$
30,889.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Northern
$
30,842.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Central
$
30,872.00
Garber Chevrolet, Inc.
Chevrolet Suburban 2500
Southern
$
30,890-00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Western
$
30,720.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Northern
$
30,690.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Central
$
30,740.00
Garber Buick Pontiac GMC, Inc.
GMC Yukon 2500
Southern
$
30,770.00
Proctor & Proctor, Inc.
Hummer H2
Western
$
49,500.00
Proctor & Proctor, Inc.
Hummer H2
Northern
$
49,500.00
Central
-
NB --
Southern
-
- NB - -
7 PASSENGER MINI VAN - FWD (Specif
Ation # 12):
Duval Ford
Ford Windstar
Western
$
18,288.00
Duval Ford
Ford Windstar
Northern
$
17,988.00
Don Reid Ford
Ford Windstar
Central
$
17,896.00
Don Reid Ford
Ford Windstar
Southern
$
17,998-00
Garber Chevrolet, Inc.
Chevrolet Venture
Western
$
17,735.00
Garber Chevrolet, Inc.
Chevrolet Venture
Northern
$
17,720.00
Garber Chevrolet, Inc.
Chevrolet Venture
Central
$
17,748.00
Garber Chevrolet, Inc.
Chevrolet Venture
Southern
$
17,763.00
Alan Jay Pontiac, Buick, GMC
Pontiac Montana
Western
$
19,472.00
Alan Jay Pontiac, Buick, GMC
Pontiac Montana
Northern
$
19,372.00
Alan Jay Pontiac, Buick, GMC
Pontiac Montana
Central
$
19,322.00
Alan Jay Pontiac, Buick, GMC
Pontiac Montana
Southern
$
19,322.00
Caruso Chrysler Plymouth Jeep
Chrysler Town & Country
Western
$
20,283.00
Caruso Chrysler Plymouth Jeep
Chrysler Town & Country
Northern
$
20,248.00
Caruso Chrysler Plymouth Jeep
Chrysler Town & Country
Central
$
20,268.00
Caruso Chrysler Plymouth Jeep
Chrysler Town & Country
Southern
$
20,283,00
Hill -Kelly Dodge, Inc.
Dodge Caravan
* Western
$
17,656.00
Hill -Kelly Dodge, Inc.
Dodge Caravan
Northern
$
17,656.00
Hill -Kelly Dodge, Inc.
Dodge Caravan
Central
$
17,716.00
Hill -Kelly Dodge, Inc.
Dodge Caravan
Southern
$
17,656.00
Gatorland Toyota
Toyota Sienna
Western
$
23,670.00
Gatorland Toyota
Toyota Sienna
Northern
$
23,670.00
Gatorland Toyota
Toyota Sienna
Central
$
23,670.00
Gatorland Toyota
Toyota Sienna
Southern
$
23,670.00
20 Bid Award Announcement (02-10-0526)
Name of Dealership
McCotter Ford. Inc.
McCotter Ford, Inc.
McCotter Ford, Inc.
McCotter Ford, Inc.
Type Vehicle
Ford E-150 Club Wagon
Ford E-150 Club Wagon
Ford E-150 Club Wagon
Ford E-150 Club Wagon
Champion Chevrolet, Inc. Chevrolet Astro
Alan Jay Chevrolet Olds, Cadillac Chevrolet Astro
Alan Jay Chevrolet Olds, Cadillac Chevrolet Astro
Alan Jay Chevrolet Olds, Cadillac Chevrolet Astro
Zone
* Western
Northern
* Central
* Southern
Western
Northern
Central
Southern
Base
Unit Price
$ 15,078.00
$ 15,078.00
$ 15,078.00
$ 15,078.00
$ 17,887.00
$ 17,856.00
$ 17.816.00
$ 17,816.00
Garber Buick Pontiac GMC, Inc.
GMC Safari
Western
$
17,897.00
Alan Jay Pontiac, Buick, GMC
GMC Safari
Northern
$
17,867.00
Alan Jay Pontiac, Buick, GMC
GMC Safari
Central
$
17,817.00
Alan Jay Pontiac, Buick, GMC
GMC Safari
Southern
$
17,817.00
Proctor & Proctor, Inc.
GMC Savana
Western
$
18,959.00
Proctor & Proctor, Inc.
GMC Savana
Northern
$
18,959.00
Central
-
- NB --
Southern
-
- NB - -
Freightliner of Tampa, LLC
Sprinter
Western
$
27,205.00
Freightliner of Tampa, LLC
Sprinter
Northern
$
27,105.00
Freightliner of Tampa, LLC
Sprinter
Central
$
27,105.00
Freightliner of Tampa, LLC
Sprinter
Southern
$
27,205.00
%, i
McCotter Ford, Inc.
Ford E-350 Club Wagon
Western
$
18,277.00
Duval Ford
Ford E-350 Club Wagon
* Northern
$
18,214.00
McCotter Ford, Inc.
Ford E-350 Club Wagon
* Central
$
18,277.00
McCotter Ford, Inc.
Ford E-350 Club Wagon
Southern,
$
18,277.00
Champion Chevrolet, Inc.
Chevrolet Express 2500
Western
$
20,287.00
Maroone Chevrolet, LLC
Chevrolet Express 2500
Northern
$
20,228.00
Maroone Chevrolet, LLC
Chevrolet Express 2500
Central
$
20,228.00
Maroone Chevrolet, LLC
Chevrolet Express 2500
Southern
$
20,228.00
Garber Buick Pontiac GMC, Inc.
GMC Savana 2500
Western
$
20,289.00
Garber Buick Pontiac GMC, Inc.
GMC Savana 2500
Northern
$
20,279.00
Alan Jay Pontiac, Buick, GMC
GMC Savana 2500
Central
$
20,281.00
Alan Jay Pontiac, Buick, GMC
GMC Savana 2500
Southern
$
20,281.00
15 PASSENGER VAN f eciflcation, jIM:
McCotter Ford, Inc. Ford E-350 Club Wagon * Western $ 18,779.00
Extended
Duval Ford Ford E-350 Club Wagon * Northern $ 18,706.00
Extended
Bid Award Announcement (02-1 0-0826) 21
15 PASSE]
(con tin ued)
Base
Name of Dealership Type Vehicle Zone Unit Price
Don Reid Ford Ford E-350 Club Wagon * Central $ 18,649,00
Extended
Don Reid Ford Ford E-350 Club Wagon * Southern $ 18,799.00
Extended
Champion Chevrolet, Inc.
Chevrolet Express 3500
Western
$
20,998.00
Champion Chevrolet, Inc.
Chevrolet Express 3500
Northern
$
20,998.00
Maroone Chevrolet, LLC
Chevrolet Express 3500
Central
$
20,998.00
Maroone Chevrolet, LLC
Chevrolet Express 3500
Southern
$
20,998.00
Garber Buick Pontiac GMC, Inc.
GMC Savana 3500
Western
$
21,032.00
Garber Buick Pontiac GMC, Inc.
GMC Savana 3500
Northern
$
21,030.00
Alan Jay Pontiac, Buick, GMC
GMC Savana 3500
Central
$
21,031.00
Alan Jay Pontiac, Buick, GMC
GMC Savana 3500
Southern
$
21,031.00
TJTILITX CARGO VAN (Specificatigll
# 16):
McCotter Ford, Inc.
Ford E-250 Cargo Van
* Western
$
14,108.00
Duval Ford
Ford E-250 Cargo Van
* Northern
$
14,046.00
Don Reid Ford
Ford E-250 Cargo Van
* Central
$
14,009.00
McCotter Ford, Inc.
Ford E-250 Cargo Van
* Southern
$
14,108.00
Maroone Chevrolet, LLC
Chevrolet Express Cargo Van
Western
$
15,722.00
Maroone Chevrolet, LLC
Chevrolet Express Cargo Van
Northern
$
15,622.00
Maroone Chevrolet, LLC
Chevrolet Express Cargo Van
Central
$
15,622.00
Maroone Chevrolet, LLC
Chevrolet Express Cargo Van
Southern
$
15,622.00
Garber Buick Pontiac GMC, Inc.
GMC Savana Cargo Van
Western
$
15,736.00
Garber Buick Pontiac GMC, Inc.
GMC Savana Cargo Van
Northern
$
15,711.00
Alan Jay Pontiac, Buick, GMC
GMC Savana Cargo Van
Central
$
15,667.00
Alan Jay Pontiac, Buick, GMC
GMC Savana Cargo Van
Southern
$
15,667.00
Maroone Dodge, LLC
Dodge Ram 3500
Western
$
15,675.00
Beck Chrysler Dodge Jeep
Dodge Ram 3500
Northern
$
15,604.00
Maroone Dodge, LLC
Dodge Ram 3500
Central
$
15,537.00
Maroone Dodge, LLC
Dodge Ram 3500
Southern
$
15,537.00
Tom Nehl GMC Truck Co.
Sprinter
Western
$
26,782.00
Tom Nehl GMC Truck Co.
Sprinter
Northern
$
26,682.00
Tom Nehl GMC Truck Co.
Sprinter
Central
$
26,732.00
Tom Nehl GMC Truck Co.
Sprinter
Southern
$
26,782.00
COMPACT PICKUP TRUCK (4 x 21 (Specification # 17):
McCotter Ford, Inc.
Ford Ranger
* Western
$
11,070.00
Duval Ford
Ford Ranger
* Northern
$
11,034.00
McCotter Ford, Inc.
Ford Ranger
* Central
$
11,070.00
McCotter Ford, Inc.
Ford Ranger
* Southern
$
11,070.00
22 Bid Award Announcement (02-10-0826)
LGIOM O' : •s 1' ; , L3+ai!`iTF�T� F
Base
Name of Dealership Type Vehicle Zone Unit Price
Champion Chevrolet, Inc.
Chevrolet S-10
Western
$
11,998.00
Classic Chevrolet
Chevrolet S-10
Northern
$
11,996.00
Classic Chevrolet
Chevrolet S-10
Central
$
11,905.00
Classic Chevrolet
Chevrolet S-10
Southern
$
11,966.00
Garber Buick Pontiac GMC, Inc.
GMC Sonoma
Western
$
12,052.00
Garber Buick Pontiac GMC, Inc.
GMC Sonoma
Northern
$
12,050.00
Alan Jay Pontiac, Buick, GMC
GMC Sonoma
Central
$
12,062.00
Alan Jay Pontiac, Buick, GMC
GMC Sonoma
Southern
$
12,062.00
Hill -Kelly Dodge, Inc.
Dodge Dakota
Western
$
12,971.00
Hill -Kelly Dodge, Inc.
Dodge Dakota
Northern
$
12,971.00
Monarch Dodge, Inc.
Dodge Dakota
Central
$
12,334.00
Monarch Dodge, Inc.
Dodge Dakota
Southern
$
12,334.00
McCotter Ford, Inc.
Ford Ranger
Western
$
15,436.00
Duval Ford
Ford Ranger
Northern
$
15,357,00
Don Reid Ford
Ford Ranger
Central
$
15,308.00
McCotter Ford, Inc.
Ford Ranger
Southern
$
15,436,00
Garber Chevrolet, Inc.
Chevrolet S-10
Western
$
16,160.00
Garber Chevrolet, Inc.
Chevrolet S-10
Northern
$
16,152.00
Garber Chevrolet, Inc.
Chevrolet S-10
Central
$
16,174.00
Garber Chevrolet, Inc.
Chevrolet S-10
Southern
$
16,190.00
Garber Buick Pontiac GMC, Inc.
GMC Sonoma
Western
$
16,160.00
Garber Buick Pontiac GMC, Inc.
GMC Sonoma
Northern
$
16,152.00
Garber Buick Pontiac GMC, Inc.
GMC Sonoma
Central
$
16,174.00
Garber Buick Pontiac GMC, Inc.
GMC Sonoma
Southern
$
16,190.00
Hill -Kelly Dodge, Inc.
Dodge Dakota
* Western
$
14,825.00
Hill -Kelly Dodge, Inc.
Dodge Dakota
* Northern
$
14,825.00
Hill -Kelly Dodge, Inc.
Dodge Dakota
* Central
$
14,855.00
Hill -Kelly Dodge, Inc.
TON PICKUP TRUCK 21
Dodge Dakota
#
* Southern
$
14.855,00
112 (4 x
McCotter Ford, Inc.
ftscification 18):
Ford F-150
* Western
$
11,935.00
Duval Ford
Ford F-150
* Northern
$
11,817,00
Don Reid Ford
Ford F-150
* Central
$
11,849.00
McCotter Ford, Inc.
Ford F-150
* Southern
$
11,935.00
Champion Chevrolet, Inc.
Chevrolet Silverado 1500
Western
$
13,687.00
Maroone Chevrolet, LLC
Chevrolet Silverado 1500
Northern
$
13,623.00
Maroone Chevrolet, LLC
Chevrolet Silverado 1500
Central
$
13,623.00
Maroon Chevrolet, LLC
Chevrolet Silverado 1500
Southern
$
13,623.00
Bid Award Announcement (02-10-0826) 23
1/2 TON I
(continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Garber Buick Pontiac GMC, Inc.
GMC Sierra 1500
Western
$
13,700.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 1500
Northern
$
13,683.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 1500
Central
$
13,633.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 1500
Southern
$
13,633.00
Maroone Dodge, LLC
Dodge Raze 1500
Western
$
13,690.00
Jack Caruso's Regency Dodge
Dodge Ram 1500
Northern
$
13,682.00
Maroone Dodge, LLC
Dodge Ram 1500
Central
$
13,565.00
Maroone Dodge, LLC
Dodge Ram 1500
Southern
$
13,530.00
Alan Jay Toyota
Toyota Tundra
Western
$
20,788.15
Alan Jay Toyota
Toyota Tundra
Northern
$
20.788.15
Alan Jay Toyota
Toyota Tundra
Central
$
20,688.15
Alan Jay Toyota
Toyota Tundra
Southern
$
20,688.15
112 TON PICKUP 4#181,
Orville Beckford Ford Mercury
Ford F-150
* Western
$
14,691.00
Duval Ford
Ford F-150
Northern
$
14,824.00
Don Reid Ford
Ford F-150
7k Central
$
14,806.00
Duval Ford
Ford F-150
74 Southern
$
14,949.00
Champion Chevrolet, Inc.
Chevrolet Silverado 1500
Western
$
16,487.00
Maroone Chevrolet, LLC
Chevrolet Silverado 1500
Northern
$
16,421.00
Maroone Chevrolet, LLC
Chevrolet Silverado 1500
Central
$
16,421.00
Maroone Chevrolet, LLC
Chevrolet Silverado 1500
Southern
$
16,421.00
Garber Buick Pontiac GMC, Inc.
GMC Sierra 1500
Western
$
16,490.00
Garber Buick Pontiac GMC, Inc.
GMC Sierra 1500
Northern
$
16,490,00
Garber Buick Pontiac GMC, Inc.
GMC Sierra 1500
Central
$
16,520.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 1500
Southern
$
16,527.00
Maroone Dodge, LLC
Dodge Ram 1500
Western
$
16,355.00
Maroone Dodge, LLC
Dodge Ram 1500
Northern
$
16,470.00
Maroone Dodge, LLC
Dodge Ram 1500
Central
$
16,310.00
Maroone Dodge, LLC
Dodge Rana 1500
Southern
$
16,275.00
Alan Jay Toyota
Toyota Tundra
Western
$
21,357.00
Alan Jay Toyota
Toyota Tundra
Northern
$
21,357.00
Alan Jay Toyota
Toyota Tundra
Central
$
21,257,00
Alan Jay Toyota
Toyota Tundra
Southern
$
21,257,00
314 TON PICKUP TRUCK (4 x 21
(Svecification # 19):
McCotter Ford, Inc.
Ford F-250 Super Duty
* Western
$
19,353.00
Duval Ford
Ford F-250 Super Duty
Northern
$
19.058.00
Duval Ford
Ford F-250 Super Duty
* Central
$
19,058.00
Duval Ford
Ford F-250 Super Duty
Southern
$
19,123.00
24 Bid Award Announcement (02-10-0826)
(continued)
Name of Dealership
Type Vehicle
Maroone Chevrolet, LLC
Chevrolet Silverado
2500 HD
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado
2500 HD
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado
2500 HD
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado
2500 HD
Alan Jay Pontiac, Buick, GMC GMC Sierra 2500 HD
Alan Jay Pontiac, Buick, GMC GMC Sierra 2500 HD
Alan Jay Pontiac, Buick, GMC GMC Sierra 2500 HD
Alan Jay Pontiac, Buick, GMC GMC Sierra 2500 HD
Maroone Dodge, LLC
Dodge Ram 2500
Maroone Dodge, LLC
Dodge Ram 2500
Maroone Dodge, LLC
Dodge Ram 2500
Maroone Dodge, LLC
Dodge Ram 2500
3/4 TON PICKUP TRUCK f4
x 41 fSvecification #19'
McCotter Ford, Inc. Ford F-250 Super Duty
Duval Ford Ford F-250 Super Duty
Duval Ford Ford F-250 Super Duty
Duval Ford Ford F-250 Super Duty
Alan Jay Chevrolet Olds, Cadillac
Alan Jay Chevrolet Olds, Cadillac
Alan Jay Chevrolet Olds, Cadillac
Alan Jay Chevrolet Olds, Cadillac
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Maroone Dodge, LLC
Maroone Dodge, LLC
Maroone Dodge, LLC
Maroone Dodge, LLC
Chevrolet Silverado
2500 HD
Chevrolet Silverado
2500 HD
Chevrolet Silverado
2500 HD
Chevrolet Silverado
2500 HD
GMC Sierra 2500 HD
GMC Sierra 2500 HD
GMC Sierra 2500 HD
GMC Sierra 2500 HD
Dodge Ram 2500
Dodge Ram 2500
Dodge Ram 2500
Dodge Ram 2500
Zone
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Western
* Northern
* Central
7k Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Base
Unit Price
$ 22,448.00
$ 22,196.00
$ 22,166.00
$ 22,166.00
$ 22,497.00
$ 22,457.00
$ 22,437.00
$ 22,437.00
$ 20,831.00
$ 20,950.00
$ 20, 746.00
$ 20,709.00
$ 22,155.00
$ 21,863.00
$ 21,863.00
$ 21,984.00
$ 24,896.00
$ 24,866.00
$ 24,836.00
$ 24,836.00
$ 25,124.00
$ 25,094.00
$ 25,064.00
$ 25,064.00
$ 23,034.00
$ 23,149.00
$ 22,949,00
$ 22,899.00
Bid Award Announcement (02-10-0826) 25
Name of Dealership
McCotter Ford, Inc.
McCotter Ford, Inc.
McCotter Ford, Inc.
McCotter Ford, Inc.
Alan Jay Chevrolet Olds, Cadillac
Alan Jay Chevrolet Olds, Cadillac
Alan Jay Chevrolet Olds, Cadillac
.Alan Jay Chevrolet Olds, Cadillac
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Type Vehicle
Ford F-350 Super Duty
Ford F-350 Super Duty
Ford F-350 Super Duty
Ford F-350 Super Duty
Chevrolet Silverado
3500 Ext. Cab
Chevrolet Silverado
3500 Ext. Cab
Chevrolet Silverado
3500 Ext. Cab
Chevrolet Silverado
3500 Ext. Cab
GMC Sierra 3500 Ext. Cab
GMC Sierra 3500 Ext. Cab
GMC Sierra 3500 Ext. Cab
GMC Sierra 3500 Ext. Cab
Maroone Dodge, LLC Dodge Ram 3500
Maroone Dodge, LLC Dodge Ram 3500
Maroone Dodge, LLC Dodge Ram 3500
Maroone Dodge, LLC Dodge Ram 3500
1 TON PICKUP TRUCK (4 x 41 (Svecific.ation #201:
McCotter Ford, Inc.
Ford F-350 Super Duty
McCotter Ford, Inc.
Ford F-350 Super Duty
McCotter Ford, Inc.
Ford F-350 Super Duty
McCotter Ford, Inc.
Ford F-350 Super Duty
Alan Jay Chevrolet Olds, Cadillac
Maroone Chevrolet, LLC
Alan Jay Chevrolet Olds, Cadillac
Maroone Chevrolet, LLC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Alan Jay Pontiac, Buick, GMC
Maroone Dodge, LLC
Maroone Dodge, LLC
Maroone Dodge, LLC
Maroone Dodge, LLC
Chevrolet Silverado
3500 Reg. Cab
Chevrolet Silverado
3500 Reg. Cab
Chevrolet Silverado
3500 Reg. Cab
Chevrolet Silverado
3500 Reg. Cab
GMC Sierra 3500 Reg. Cab
GMC Sierra 3500 Reg. Cab
GMC Sierra 3500 Reg. Cab
GMC Sierra 3500 Reg. Cab
Dodge Ram 3500
Dodge Ram 3500
Dodge Ram 3500
Dodge Ram 3500
Zone
* Western
Northern
Central
* Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
yk Western
Northern
�t Central
* Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Western
Northern
Central
Southern
Base
Unit Price
$ 20,446.00
$ 20,446.00
$ 20,446.00
$ 20,446.00
$ 25,474.00
$ 25,454.00
$ 25,394.00
$ 25,394.00
$ 25,489.00
$ 25,419.00
$ 25,399.00
$ 25,399.00
$ 21,731.00
$ 21,721.00
$ 21, 696.00
$ 21, 659.00
$ 23,194.00
$ 23,194.00
$ 23,194,00
$ 23,194.00
$ 26,378.00
$ 26,298.00
$ 26,298.00
$ 26,298.00
$ 26,364.00
$ 26,304.00
$ 26,285.00
$ 26,285.00
$ 24,484.00
$ 24,474.00
$ 24,449.00
$ 24,409.00
26 Bid Award Announcement (02-10-0826)
Base
Name of Dealership Type Vehicle Zone Unit Price
McCotter Ford, Inc.
Ford F-350
* Western
$
20,543.00
Duval Ford
Ford F-350
* Northern
$
20,044.00
Duval Ford
Ford F-350
* Central
$
20,044.00
Duval Ford
Ford F-350
* Southern
$
20,164.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Western
$
23,010.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Northern
$
22,993.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Central
$
22,963.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Southern
$
22,963.00
Garber Buick Pontiac GMC, Inc.
GMC Sierra 3500
Western
$
23,255.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Northern
$
23,208.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Central
$
23,188.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Southern
$
23,188.00
Maroone Dodge, LLC
Dodge Ram 3500
Western
$
21,331.00
Maroone Dodge, LLC
Dodge Ram 3500
Northern
$
21,321.00
Maroone Dodge, LLC
Dodge Ram 3500
Central
$
21,296.00
Maroone Dodge, LLC
1 TON CAB & CHA5516 4 x 4 (ftecificatiM
Dodge Rani 3500
#21):
Southern
$
21,259.00
Duval Ford
Ford F-350
* Western
$
23,301.00
Duval Ford
Ford F-350
* Northern
$
22,801.00
Duval Ford
Ford F-350
* Central
$
22,801.00
Duval Ford
Ford F-350
* Southern
$
22,921.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Western
$
26,025.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Northern
$
25,985.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Central
$
25,935.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Silverado 3500
Southern
$
25,935.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Western
$
26,239.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Northern
$
26,189.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Central
$
26,159.00
Alan Jay Pontiac, Buick, GMC
GMC Sierra 3500
Southern
$
26,159,00
Maroone Dodge, LLC
Dodge Ram 3500
Western
$
24,084.00
Maroone Dodge, LLC
Dodge Ram 3500
Northern
$
24,083.00
Maroone Dodge, LLC
Dodge Ram 3500
Central
$
24,049.00
Maroone Dodge, LLC
1 TON TILT CAB & CHASSIS (4 x
Dodge Ram 3500
21„(52,eecification #22):
Southern
$
24,014,00
No bids were received on this Specification.
Bid Award Announcement (02-10-0826) 27
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Orville Beckford Ford Mercury
Ford F-450
* Western
$
23,500.00
Duval Ford
Ford F-450
* Northern
$
23,105.00
Duval Ford
Ford F-450
Central
$
23,105.00
Duval Ford
Ford F-450
* Southern
$
23,221.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Kodica CC4500
Western
$
27,868.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Kodica CC4500
Northern
$
27,828.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Kodica CC4500
Central
$
27,798.00
Alan Jay Chevrolet Olds, Cadillac
Chevrolet Kodica CC4500
Southern
$
27,798.00
Alan Jay Pontiac, Buick, GMC
GMC Topkick TC4500
Western
$
27,858.00
Alan Jay Pontiac, Buick, GMC
GMC Topkick TC4500
Northern
$
27,808.00
Alan Jay Pontiac, Buick, GMC
GMC Topkick TC4500
Central
$
27,778.00
Alan Jay Pontiac, Buick, GMC
GMC Topkick TC4500
Southern
$
27,778.00
Freightliner of Tampa, LLC
Freightliner M2
Western
$
37,165.00
Freightliner of Tampa, LLC
Freightliner M2
Northern
$
36,965.00
Freightliner of Tampa, LLC
Freightliner M2
Central
$
36,965.00
Freightliner of Tampa, LLC
Freightliner M2
Southern
$
37,090.00
i
Orville Beckford Ford Mercury
Ford F-450
* Western
$
27,250.00
Duval Ford
Ford F-450
Northern
$
26,787.00
Duval Ford
Ford F-450
* Central
$
26,787.00
Duval Ford
Ford F-450
* Southern
$
26,891.00
17.500 lb. GVWR CAB & CHASSIS 4 x 21 (Svecification #241:
Orville Beckford Ford Mercury
Ford F-550
* Western
$
24,300.00
Duval Ford
Ford F-550
* Northern
$
23,821.00
Duval Ford
Ford F-550
* Central
$
23,821.00
Duval Ford
Ford F-550
* Southern
$
23,941.00
Classic Chevrolet
Chevrolet CC5500
Western
$
28,717.00
Classic Chevrolet
Chevrolet CC5500
Northern
$
28,717.00
Classic Chevrolet
Chevrolet CC5500
Central
$
28,717.00
Classic Chevrolet
Chevrolet CC5500
Southern
$
28,717.00
Freightliner of Tampa, LLC
Freightliner M2
Western $
37,238.00
Freightliner of Tampa, LLC
Freightliner M2
Northern $
37,038.00
Freightliner of Tampa, LLC
Freightliner M2
Central $
37,038.00
Freightliner of Tampa, LLC
17.500 lb. GVWR CAB & CHASSIS
Freightliner M2
(4 s 41 (Specificatigil #24)1
Southern $
37,163.00
Orville Beckford Ford Mercury
Ford F-550
* Western
$
27,960.00
Duval Ford
Ford F-550
* Northern
$
27,498.00
Duval Ford
Ford F-550
* Central
$
27,498.00
Duval Ford
Ford F-550
7k Southern
$
27,623.00
28 Bid Award Announcement (02-10-0826)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Orville Beckford Ford Mercury
Ford F-650
* Western
$
31,353.00
Duval Ford
Ford F-650
* Northern
$
31,138.00
Duval Ford
Ford F-650
* Central
$
31,138.00
Duval Ford
Ford F-650
* Southern
$
31,263.00
Classic Chevrolet
Chevrolet CC7500
Western
$
37,391.00
Classic Chevrolet
Chevrolet CC7500
Northern
$
37,391.00
Classic Chevrolet
Chevrolet CC7500
Central
$
37,391.00
Classic Chevrolet
Chevrolet CC7500
Southern
$
37,391.00
Freightliner of Tampa, LLC
Freightliner M2
Western
$
38,521.00
Freightliner of Tampa, LLC
Freightliner M2
Northern
$
38,321.00
Freightliner of Tampa, LLC
Freightliner M2
Central
$
38,321.00
Freightliner of Tampa, LLC
Freightliner M2
Southern
$
38,446.00
Rechtien International Trucks, Inc.
International 4200 SBA
Western
$
39,308.00
Rechtien International Trucks, Inc.
International 4200 SBA
Northern
$
39,158.00
Rechtien International Trucks, Inc.
International 4200 SBA
Central
$
39,058.00
Rechtien International Trucks, Inc.
International 4200 SBA
Southern
$
39,108.00
Peterbilt of Central Florida
Peterbilt 330
Western
$
44,572.54
Peterbilt of Central Florida
Peterbilt 330
Northern
$
44,522.54
Peterbilt of Central Florida
Peterbilt 330
Central
$
44,397,54
Peterbilt of Central Florida
Peterbilt 330
Southern
$
44,572.54
Atlantic Truck Center
Sterling Acterra
Western
$
36,720.00
Atlantic Truck Center
Sterling Acterra
Northern
$
36,720.00
Atlantic Truck Center
Sterling Acterra
Central
$
36,720.00
Atlantic Truck Center
Sterling Acterra
Southern
$
36,720.00
Atlantic Truck Center
Ford F-750
* Western
$
31,600,00
Atlantic Truck Center
Ford F-750
* Northern
$
31,600.00
Atlantic Truck Center
Ford F-750
* Central
$
31,600.00
Atlantic Truck Center
Ford F-750
* Southern
$
31,600.00
Classic Chevrolet
Chevrolet CC7500
Western
$
38,289.00
Classic Chevrolet
Chevrolet CC7500
Northern
$
38,289.00
Classic Chevrolet
Chevrolet CC7500
Central
$
38,289.00
Classic Chevrolet
Chevrolet CC7500
Southern
$
38,289.00
Freightliner of Tampa, LLC
Freightliner M2
Western
$
38,835.00
Freightliner of Tampa, LLC
Freightliner M2
Northern
$
38,635.00
Freightliner of Tampa, LLC
Freightliner M2
Central
$
38,635.00
Freightliner of Tampa, LLC
Freightliner M2
Southern
$
38,760.00
Rechtien International Trucks, Inc.
International 4200 SBA
Western
$
39,555.00
Rechtien International Trucks, Inc.
International 4200 SBA
Northern
$
39,409.00
Bid Award Announcement (02-10-0826) 29
30,000 11,
(continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
Rechtien International Trucks, Inc.
International 4200 SBA
Central
$
39,309.00
Rechtien International Trucks, Inc.
International 4200 SBA
Southern
$
39,359.00
Peterbilt of Central Florida
Peterbilt 330
Western
$
45.300.00
Peterbilt of Central Florida
Peterbilt 330
Northern
$
45,200.00
Peterbilt of Central Florida
Peterbilt 330
Central
$
44,999.00
Peterbilt of Central Florida
Peterbilt 330
Southern
$
45,300.00
Atlantic Truck Center
Sterling Acterra
Western
$
37,375.00
Atlantic Truck Center
Sterling Acterra
Northern
$
37,375.00
Atlantic Truck Center
Sterling Acterra
Central
$
37,375.00
Atlantic Truck Center
Sterling Acterra
Southern
$
37,375.00
21i
(Cab & Chassis) (SpecificatiR
Freightliner of Tampa, LLC
Freightliner FL112
Western
$
55,769.00
Freightliner of Tampa, LLC
Freightliner FL112
Northern
$
55,569.00
Freightliner of Tampa, LLC
Freightliner FL112
Central
$
55,569.00
Freightliner of Tampa, LLC
Freightliner FL112
Southern
$
55,694.00
Rechtien International Trucks, Inc.
International 7600 SBA
Western
$
61,995.00
Rechtien International Trucks, Inc.
International 7600 SBA
Northern
$
61,995.00
Rechtien International Trucks, Inc.
International 7600 SBA
Central
$
61,995.00
Rechtien International Trucks, Inc.
International 7600 SBA
Southern
$
61,995.00
Nextran Truck Center - Lake City
Mack C Series
Western
$
63,771.00
Nextran Truck Center - Lake City
Mack C Series
Northern
$
63,421.00
Nextran 'truck Center - Tampa
Mack C Series
Central
$
63,421.00
Nextran Truck Center - Miami
Mack C Series
Southern
$
63,421.00
Peterbilt of Central Florida
Peterbilt 385
Western
$
68,399.00
Peterbilt of Central Florida
Peterbilt 385
Northern
$
68,315.00
Peterbilt of Central Florida
Peterbilt 385
Central
$
68,199.00
Peterbilt of Central Florida
Peterbilt 385
Southern
$
68,375.00
Atlantic Truck Center
Sterling LT9500
* Western
$
55,400.00
Atlantic Truck Center
Sterling LT9500
* Northern
$
55,400.00
Atlantic Truck Center
Sterling LT9500
* Central
$
55.400.00
Atlantic Truck Center
Sterling LT9500
* Souther
$
55,400.00
Nextran Truck Center - Lake City
Volvo V Series
Western
$
59,967.00
Nextran Truck Center - Lake City
Volvo V Series
Northern
$
59,617.00
Nextran Truck Center -- Tampa
Volvo V Series
Central
$
59,617.00
Nextran Truck Center - Pompano
Volvo V Series
Southern
$
59,617.00
30 Bid Award Announcement (02-10-0826)
Base
Name of Dealership Type Vehicle Zone Unit Price
Nortrax Equipment Co.
Deere 310G
* Western
$
41,885.83
Nortrax Equipment Co.
Deere 310G
* Northern
$
41,885.83
Nortrax Equipment Co.
Deere 310G
* Central
$
41,885.83
Nortrax Equipment Co.
TYPE I AMBULANCE„!! z 21
Deere 310G
(Specification #29):
* Southern
$
41,885.83
Elite Fire & Safety Equip., Inc.
Ford XLT F-350
All Zones
$
67,215.00
Ten-8 Fire Equipment, Inc.
Ford XLT F-350
All Zones
$
74,937.00
The Phoenix Group - Horton
Ford XLT F-350
All Zones
$
88,950.00
The Phoenix Group - McCoy Miller
Ford XLT F-350
All Zones
$
72,978.00
Wheeled Coach Industries, Inc.
Ford XLT F-350
* All Zones
$
66,637.00
Elite Fire & Safety Equip., Inc.
Ford XLT F-450
All Zones
$
80,084.00
Ten-8 Fire Equipment, Inc.
Ford XLT F-450
All Zones
$
77, 782.00
The Phoenix Group - Horton
Ford XLT F-450
All Zones
$
96,697.00
Wheeled Coach Industries, Inc.
Ford XLT F-450
* All Zones
$
75,302.00
Ten-8 Fire Equipment, Inc. Chevrolet YF2 C3500
Wheeled Coach Industries, Inc. Chevrolet YF2 C3500
Elite Fire & Safety Equip., Inc.
Ten-8 Fire Equipment, Inc.
Wheeled Coach Industries, Inc.
Elite Fire & Safety Equip., Inc.
Ten-8 Fire Equipment, Inc.
Wheeled Coach Industries, Inc.
Ten-8 Fire Equipment, Inc.
Wheeled Coach Industries, Inc.
Ford XLT F-350
Ford XLT F-350
Ford XLT F-350
Ford XLT F-450
Ford XLT F-450
Ford XLT F-450
Chevrolet YF2 C3500
Chevrolet YF2 C3500
All Zones
* All Zones
* All Zones
All Zones
All Zones
All Zones
All Zones
* All Zones
All Zones
* All Zones
$ 75,963.00
$ 68,646,00
$ 69,914.00
$ 77,691.00
$ 71, 603.00
$ 83,262.00
$ 81,495.00
$ 79,524.00
$ 79,256.00
$ 75,297.00
Elite Fire & Safety Equip., Inc.
Freightliner FL50*
* All Zones
$ 95.995.00
Ten-8 Fire Equipment, Inc.
Freightliner FL50
All Zones
$102,507.00
The Phoenix Group -- Horton
Freightliner FL50*
All Zones
$127,328.00
Wheeled Coach Industries, Inc.
Freightliner FL50
All Zones
$ 96,662.00
Elite Fire & Safety Equip., Inc.
Freightliner FL60*
All Zones
$ 96,790.00
Ten-8 Fire Equipment, Inc.
Freightliner FL60
All Zones
$102,707.00
Wheeled Coach Industries, Inc.
Freightliner FL60
* All Zones
$ 96,662.00
Elite Fire & Safety Equip., Inc.
Freightliner M2
All Zones
$ 97,980.00
Ten-8 Fire Equipment, Inc.
Freightliner M2
All Zones
$102,807.00
Wheeled Coach Industries, Inc.
Freightliner M2
* All Zones
$ 96,249.00
Bid Award Announcement (02-10-0826)
31
TYPEI
(continued)
Ease
Name of Dealership
Type Vehicle
Zone
Unit Price
Elite Fire & Safety Equip., Inc.
International 420OLP
All Zones
$ 93,964.00
Ten-8 Fire Equipment, Inc.
International 420OLP
All Zones
$ 97,889.00
Wheeled Coach Industries, Inc.
International 420OLP
* All Zones
$ 88,810.00
Elite Fire & Safety Equip., Inc.
International 430OLP
All Zones
$ 95,616.00
Ten-8 Fire Equipment, Inc.
International 430OLP
All Zones
$100,323,00
The Phoenix Group - Horton
International 430OLP
All Zones
$127,109.00
Wheeled Coach Industries, Inc.
International 430OLP
* All Zones
$ 93,765.00
Elite Fire & Safety Equip., Inc.
International 440OLP
All Zones
$102,314.00
Ten-8 Fire Equipment, Inc.
International 440OLP
All Zones
$107,767.00
Wheeled Coach Industries, Inc.
International 440OLP
* All Zones
$ 99,154.00
Ten-8 Fire Equipment, Inc.
Sterling
All Zones
$101,807.00
The Phoenix Group - Horton
Sterling
All Zones
$128,500.00
Wheeled Coach Industries, Inc.
Sterling
* All Zones
$ 92,726.00
VAN
Elite Fire & Safety Equip., Inc.
Ford E-350
All Zones
$ 48,028.00
Ten-8 Fire Equipment, Inc.
Ford E-350
All Zones
$ 48,571.00
The Phoenix Group - McCoy Miller
Ford E-350
All Zones
$ 53,560.00
Wheeled Coach Industries, Inc.
Ford E-350
* All Zones
$ 44,625.00
+9
Elite Fire & Safety Equip., Inc.
Ford XL E-350
* All Zones
$
64,950.00
Ten-8 Fire Equipment, Inc.
Ford XL E-350
All Zones
$
67,724.00
The Phoenix Group - Horton
Ford XL E-350
All Zones
$
87,468.00
The Phoenix Group - McCoy Miller
Ford XL E-350
All Zones
$
69,960.00
Wheeled Coach Industries, Inc.
Ford XL E-350
All Zones
$
65,655.00
Elite Fire & Safety Equip., Inc.
Ford XL E-450
All Zones
$
73,630.00
Ten-8 Fire Equipment, Inc.
Ford XL E-450
All Zones
$
73,031.00
The Phoenix Group - Horton
Ford XL E-450
All Zones
$
96,379.00
The Phoenix Group - McCoy Miller
Ford XL E-450
All Zones
$
75,980.00
Wheeled Coach Industries, Inc.
Ford XL E-450
* All Zones
$
67,480.00
Ten-8 Fire Equipment, Inc.
Ford XL E-550
* All Zones
$
98,934.00
[CQN MERCIAL rIMPER - FORMED
ALUMINUM EOD
American LaFance Ocala
Freightliner M2
*All Zones
$121,600.00
Ferrara Fire Apparatus Inc.
Freightliner M2
All Zones
$123,817.00
Ten-8 Fire Equipment, Inc.
Freightliner M2
All Zones
$129,310.00
32 Bid Award Announcement (02-10-0826)
7. ����►l l
.r
Name of Dealership Type Vehicle
American LaFance Ocala
Freightliner FL70
Ferrara Fire Apparatus Inc.
Freightliner FL70
Ten-8 Fire Equipment, Inc.
Freightliner FL70
American LaFance Ocala
Freightliner FL80
Ferrara Fire Apparatus Inc.
Freightliner FL80
Ten-8 Fire Equipment, Inc.
Freightliner FL80
Ferrara Fire Apparatus Inc. GMC Pumper
Ferrara Fire Apparatus Inc. International 4400
Ten-8 Fire Equipment, Inc. International 4400
Ferrara Fire Apparatus Inc. Kenworth T-300
Ten-8 Fire Equipment, Inc. Kenworth T-300
COMMIERM& PUMPER - EXTRUIM ALUMINUM BODY
(2 Dool) (SBecification #331
American LaFance Ocala Freightliner M2
Ferrara Fire Apparatus Inc. Freightliner M2
American LaFance Ocala
Ferrara Fire Apparatus Inc.
Hall -Mark Fire Apparatus
American LaFance Ocala
Ferrara Fire Apparatus Inc.
Hall -Mark Fire Apparatus
Ferrara Fire Apparatus Inc.
Hall -Mark Fire Apparatus
Ferrara Fire Apparatus Inc.
Hall -Mark Fire Apparatus
Freightliner FL70
Freightliner FL70
Freightliner FL70
Freightliner FL80
Freightliner FL80
Freightliner FL80
GMC Pumper
GMC Pumper
International 4400
International 4400
Ferrara Fire Apparatus Inc.
Kenworth T-300
Hall -Mark Fire Apparatus
Kenworth T-300
2 D (Specification
American LaFance Ocala
Freightliner M2
Ferrara Fire Apparatus Inc.
Freightliner M2
American LaFance Ocala
Freightliner FL70
Ferrara Fire Apparatus Inc.
Freightliner FL70
Zone
* All Zones
All Zones
All Zones
* All Zones
All Zones
All Zones
* All Zones
All Zones
* All Zones
All Zones
* All Zones
* All Zones
All Zones
All Zones
All Zones
* All Zones
All Zones
All Zones
* All Zones
�k All Zones
All Zones
All Zones
* All Zones
*All Zones
All Zones
* All Zones
All Zones
* All Zones
All Zones
Base
Unit Price
$119,900.00
$120,817.00
$127,544.00
$119,900.00
$120,817.00
$127, 785.00
$114,817.00
$126,817.00
$125, 209.00
$128,817.00
$126,906.00
$121,600, 00
$123,817.00
$119,900.00
$120,817.00
$111,990.00
$119,900.00
$120,817.00
$115,990.00
$114,817.00
$133, 508.00
$126,817.00
$120,990.00
$128,817.00
$131,971.00
$123, 600.00
$129,817.00
$121, 900.00
$126,817.00
Bid Award Announcement (02-10-0826) 33
COMA=CIAL PUMPER - ALL STAINLESS STEEL WELDED-BWX
ifi (continued)
Base
Name of Dealership
Type Vehicle
Zone
Unit Price
American LaFance Ocala
Freightliner FL80
All Zones
$121,900.00
Ferrara Fire Apparatus Inc.
Freightliner FL80
All Zones
$126,817.00
Fire Apparatus Service Team, Inc.
Freightliner FL80
* All Zones
$120,000.00
Ferrara Fire Apparatus Inc.
GMC Pumper
* All Zones
$120,817.00
Ferrara Fire Apparatus Inc.
International 4400
All Zones
$132,817.00
Fire Apparatus Service Team, Inc.
International 4400
* All Zones
$123,000.00
Ferrara Fire Apparatus Inc.
Kenworth T-300
* All Zones
$134,817.00
!QUSTOM PUMPER - CUSTOM CHASSIS
E13:U FORMED ALUMINUM
R=
(4 Door] (So cification #341:
American LaFance Ocala
Custom Pumper
* All Zones
$172,542.00
Ferrara Fire Apparatus Inc.
Custom Pumper
All Zones
$182,500.00
Ten-8 Fire Equipment, Inc.
Custom Pumper
All Zones
$173,829.00
CUSTOM PUMPER - CUSTOM CHASSISEXTRUDED
Door) 4
American LaFance Ocala
Custom Pumper
All Zones
$172,542.00
Ferrara Fire Apparatus Inc.
Custom Pumper
All Zones
$182,500.00
Hall -Mark Fire Apparatus
Custom Pumper
* All Zones
$164,997.00
TSTAINLESS
fi
American LaFance Ocala
Custom Pumper
* All Zones
$175,542.00
Ferrara Fire Apparatus Inc.
Custom Pumper
All Zones
$190,500-00
Ferrara Fire Apparatus Inc. Custom Pumper
* All Zones $170, 500.00
Ferrara Fire Apparatus Inc. Custom Pumper * All Zones $170,500.00
QUSTQM EUKE= - SPARTAN CHASSIS WITH ALL STAINLESS STEEL WELUMaAQRX
(4 Door) (Specification #341:
Ferrara Fire Apparatus Inc. Custom Pumper All Zones $178,500.00
Fire Apparatus Service Team, Inc. Custom Pumper * All Zones $135,000.00
34 Bid Award Announcement (02-10-0826)
ili&` to) k',04061J:))ZRS
SRecification •
Base
Name of Dealership Type Vehicle Zone Unit Price
Ferrara Fire Apparatus Inc. Custom Pumper * All Zones $162, 500.00
CUSTOM i'TTUM - ME _CHASSIS WITH EXTRUDED ALUMINUM BODY
(4 Door) (Specification #341:
Ferrara Fire Apparatus Inc. Custom Pumper All Zones $162,500.00
D
(4 Door) (Specification #34):
Ferrara Fire Apparatus Inc. Custom Pumper * All Zones $170, 500.00
*PLEASE NOTE: Prices will be good for the Freightliner FL50 and Freightliner FL60 on Specification
30 as long as chassis are available.
* = Specification Low Bid
Bid Award Announcement (02-10-0826) 35
DESIGNATED DEALERS
Alan Jay Chevrolet, Oldsmobile,
Cadillac, Inc.
P.O. Box 9200
Sebring, FL 33871-9200
Contact: Chris Wilson
Phone: 561-439-0647
Fag: 561-439-1821
Alan Jay Chrysler, Plymouth. Jeep, Inc.
P.O. Box 9200
Sebring, FL 33871-9200
Contact: Chris Wilson
Phone: 561-439-0647
Fag: 561-439-1821
Alan Jay Pontiac, Buick, GMC, Inc.
P.O. Box 9200
Sebring, FL 33871-9200
Contact: Chris Wilson
Phone: 561-439-0647
Fax: 561-439-1821
Alan Jay Toyota
P.O. Box 9200
Sebring, FL 33871-9200
Contact: Chris Wilson
Phone: 561-439-0647
Fax: 561-439-1821
American LaFrance Ocala
1985 NW 57th Street
Ocala, FL 34475-3033
Contact: Paul Stephenson
Phone: 352 / 351-1180
Fag: 352 / 351-0346
Atlantic Truck Center
2565 W. State Road 84
Ft. Lauderdale, FL 33312-4873
Contact: Steve Hite
Phone: 954/587-8220 ext. 6101
Fax:: 954/ 797-9720
Beck Chrysler Dodge Jeep
256 Hwy. 17 N.
Palatka, FL 32177-9606
Contact: Chuck Boner
Phone: 800/382-3692
Fax:: 386/328-0891
Caruso Chrysler Plymouth Jeep
P.O. Box 16129
Jacksonville, FL 32245-6129
Contact: William `Bill" Futrill
Phone: 800/654-8426 or 904/642-5600
Fax: 904/642-7061
Champion Chevrolet, Inc.
3127 W. Tennessee Street
Tallahassee, FL 32304-2728
Contact: Fred R. Schmucker
Phone: 850/580-7653
Fag: 850/575-9027
Classic Chevrolet
P.O. Box 1720
Winter Park, FL 32790
Contact: Peter Popiel/Skip Reiker
Phone: 407/298-1535
Fax: 407/298-6170
Don Reid Ford
P.O. Box 940005
Maitland, FL 32794-0005
Contact: Eric Jore
Phone: 407/644-7111 ext. 293
Fax: 407/647-4779
Duval Ford
P.O. Box 7687
Jacksonville, FL 32238
Contact: Nelson Eason
Phone: 904/388-2144
Fag: 904/387-6816
Elite Fire & Safety Equipment, Inc.
3573 Enterprise Ave. #64
Naples, FL 34104-3635
Contact: Howard Walker
Phone: 800/432-3626
Fax: 800/643-4104
Ferrara Fire Apparatus. Inc.
27885 James Chapel Road
Holden, LA 70744-5309
Contact: Paul Christiansen
Phone: 225/567-7100 ext. 4039
Fag: 225/567-7718
36 Bid Award Announcement (02-10-0826)
DESIGNATED DEALERS (Continued)
Fire Apparatus Service Team, Inc.
Hull -Kelly Dodge, Inc.
P.O. Box 831594
P.O. Box 12763
Ocala, FL 34483-1594
Pensacola, FL 32676-2763
Contact: Mike Supal
Contact: Paul Fiveash
Phone: 352/208-5401
Phone: 800/633-8591
352/ 861-2141
Fax: 850/478-5392
Fax: 352/687-8354
Holler Dodge
Freightliner of Tampa, LLC
P.O. Box 1720
8211 Adamo Drive
Winter Park, FL 32790
Tampa, FL 33619-3513
Contact: Peter Popiel
Contact: Phil E. Poffen.berger
Phone: 407/298-1535
Phone: 813/621-6931
Fax: 407/298-6170
Fax: 813 /621-7262
Jack Caruso's Regency Dodge
Garber Buick Pontiac GMC, Inc.
10979 Atlantic Blvd.
P.O. Box 945
Jacksonville, FL 32225-2921
Green Cove Springs, FL 32043-0945
Contact: William "Bill" Futrill
Contact: Howard Williams
Phone: 800/654-8426
Phone: 904/264-4502
Fax: 904/642-7061
Fax: 904/284-0054
Maroone Chevrolet of Miami, Inc.
Garber Chevrolet, Inc.
4181 S.W. 8th Street
P.O. Box 945
Miami, FL 33134
Green Cove Springs, FL 32043-0945
Contact: Alan W. Jacobs
Contact: Daniel C. Devries
Phone: 305/442-1000 ext. 327
Phone: 904/264-4502
305/775-1151 (cell)
Fax: 904/284-0054
Fax: 305/448-2105
Gatorland Toyota Maroone Chevrolet, LLC
3345 N. Main Street P.O. Box 848480
Gainesville, FL 32609-2350 Pembroke Pines, FL 33084-0480
Contact: Adam Rohlman Contact: Mike Muehlenfeld
Phone: 352 /376-3262 Phone: 954/447-2150
800/330-0159 Fax: 954/433-8503
Fax: 352/248-2580
Maroone Dodge, LLC
Gus Machado Ford, Inc.
21151 N.W. 2nd Avenue
1200 West 49th Street
Miami, FL 33169-2109
Hialeah, FL 33012-3293
Contact: Steve Henry
Contact: Ed A. Machado
Phone: 305/493-5310
Phone: 305/820-2596
Fax: 305/653-8250
Fax: 305/820-2592
McCotter Ford, Inc.
Hall -Mark Fire Apparatus, Inc. P.O. Box 5729
P.O. Box 1770 Titusville, FL 32783-5729
Ocala, FL 34478-1770 Contact: Rick Hoening
Contact: Jim Hall Phone: 800/289-3279
Phone: 800/524-6072 Fax: 321 /269-0009
Fax: 352/629-3471
Bid Award Announcement (02-10-0826) 37
DESIG ATE (Continued)
Monarch Dodge, Inc.
2000 North State Road 7
Lauderdale Lakes, FL 33313-7098
Contact: Ed Proffitt
Phone: 800 / 562-4615
Fax: 954/485-5778
Nextran Truck Center - Lake City
RR 10 Box 595
Lake City, FL 32025-9195
Contact: Mike Crawford
Phone: 386/754-8822
Fax: 386/754-8833
Nextran Truck Center - Miami
6801 N.W. 74th Avenue
Miami, FL 33166
Contact: Francisco Blanco
Phone: 800/964-6225
Fax: 305/884-0984
Nextran Truck Center - Pompano Beach
1490 N.W. 22nd Street
Pompano Beach, FL 33069
Contact: Nick Abatecola
Phone: 954/984-9494
Fax: 954/984-9493
Nextran Truck Center - Tampa
7810 Adamo Drive
Tampa, FL 33619
Contact: Mike Arnold
Phone: 813 / 626-7141
Fax: 813 / 622-7297
Nortrax Equipment Co.
5102 N. 56th Street
Tampa, FL 33610
Contact: Bob Rainey
Phone: 813 / 621-4902
813/690-8698 (cell)
Fax: 813/621-8280
Orville Beckford Ford Mercury
6400 Hwy. 90
Milton, FL 32570-4572
Contact: Joseph Windrow
Phone: 850/623-2234
Fax: 850/626-9591
Peterbilt of Central Florida
12475 W. Colonial Drive
Winter Garden, FL 34787-4128
Contact: Dave Mellott
Phone: 407/877-3636
Fax: 407-877-6699
Proctor & Proctor, Inc.
3122 Mahan Drive
Tallahassee, FL 32308-5538
Contact: Jim Bass
Phone: 850/878-3171
Fax: 850/201-3191
Rechtien International Trucks, Inc.
3787 Interstate Park Road West
Riviera Beach, FL 33404
Contact: John Bradley
Phone: 561 /882-9050
1-866/882-9050
Fax: 561/882-0218
Ten-8 Fire Equipment, Inc.
2904 59th Avenue Dr E
Bradenton, FL 34203-5312
Contact: Mark Jones
Phone: 800/228-8368
Fax: 941 /756-2598
The Phoenix Group
5334-A Old Winter Garden Road
Orlando, FL 32811-1587
Contact: Gary Goetsch
Phone: 407/292-5246
Fax: 407/292-5113
Tom Nehl GMC Truck Co.
417 S. Edgewood Avenue
Jacksonville, FL 32254-3792
Contact: Bret Catto
Phone: 904/389-3653
Fax: 904/384-2467
Wheeled Coach Industries
2737 N. Forsyth Road
Winter Park, FL 32792-6673
Contact: Al Roman
Phone: 800/342-0720
Fax: 407/679-1337
38 Bid Award Announcement (02-10-0826)
Most of you involved with the purchasing function of your agency can appreciate the amount of
time, energy and resources required to put a project of this magnitude together. However, if in the
end we have been successful in acquiring the most economically priced vehicle(s) we need ... and
on our own specifications rather than what the state makes available for us ... then it was well
worth the investment we've made to give this program life. But we need your support and partici-
pation to keep this program alive. This program must maintain a certain level or volume of activity
in order for the participating dealers to continue to receive the maximum level of manufacturer's
assistance required to remain competitive.
As an added feature to the Cooperative Bid Program, the Florida Sheriffs Association offers several
financing programs:
The Florida Sheriffs Association Tax Exempt Installment Financing Program is available to
Sheriffs. Units of Local Governments, Municipalities and Police Agencies to finance vehicles and a
variety of other types equipment and projects. The program allows low tax exempt financing of
equipment over its useful life which allows you to update your fleet, maintain proper fleet rotation,
and control and lower maintenance costs. The program is offered in conjunction with Mears Motor
Leasing Any questions or requests for quotes should be directed to Mears Motor Leasing, at (407)
298-2982. Please see page 959 for additional information on the lease/purchase program.
The Florida Sheriffs Association Police Car Lease Program is also available to finance vehicles.
This plan is not a straight lease nor a straight finance program. It is the best of both. This plan
takes advantage of the special low municipal finance rate (previously only available on a finance
plan) and at the same time allows agencies to pay only for the useful life of the car. This program
is also offered in conjunction with Mears Motor Leasing. Any questions or request for quotes
should be directed to Mears Motor Leasing at (407) 298-2982. Please see page 929 for additional
information on this program.
The Florida Sheriffs Association also offers an "Operating Lease Program" for policie vehicles and
equipment through Ontario Fleet Leasing, This unique program is currently financed at our low
interest rate of 4.9%. Program highlights are as follows:
• Lease patrol, sport utility, motorcycles, emergency, crime scene and unmarked vehicles;
• Unlimited mileage option is available;
• Eliminates the formal bidding process;
• The lease is recognized as an operating lease in accordance with FASB 13 standards;
• The County has the option to run the vehicles through their annual auction;
• The Sheriffs Office will share in the auction's proceeds.
Any questions or request for quotes should be directed to Ontario Fleet Leasing at (315) 431-4676.
We would like to thank you in advance for your time and interest in this program and ask that you
feel free to contact Peggy Goff with the Florida Sheriffs Association at (850) 877-2165 should
you have any questions regarding these programs.
Bid Award Announcement (02-10-0826) 39
BASIC INFORMATION
REQUIRED ON A VEHICLE PURCHASE ORDER
When filling out a purchase order for a vehicle that is to be purchased under the Florida Sheriffs
Association & Florida Association of Counties Bid No. 02-10-0826, there are certain items of
information that must be on the purchase order, or enclosed with the purchase order, so as to
minimize the possibility of errors on the order.
This information includes, but is not limited to, the following:
• Date or order
• Purchase order number
• Originator of purchase order
• Name and number (phone & fax) of contact person responsible for receiving "Confirmation
of Order" and scheduling of delivery.
• Delivery date required
• Contract number (02-10-0826)
• Contract specification number of vehicle(s), number of vehicles ordered and base price of
vehicles
• 'I)rpe vehicle ordered (i.e. Ford F-150 4x2)
• FIN CODE for the Florida Sheriffs Association (QE065) and your agency's FIN CODE when
ordering FORD products
• FAN CODE for the Florida Sheriffs Association (917872) and your agency's FAN CODE when
ordering GENERAL MOTORS products
• FAN CODE for the Florida Sheriffs Association (49313) and your agency's FAN CODE when
ordering CHRYSLER products
• Individual listing of each option ordered under the contract, along with each option cost
• Individual listing of each non -contract option ordered, along with each option cost
• Total cost of vehicle(s)
• Copy of dealer's quote for non -contract option(s)
• Copy of vehicle(s) specifications (if different from contract specifications)
Inclusion of the above mentioned items will help prevent possible misunderstanding of the order
and will assist in any audit of the purchase orders, or vehicles, that may be deemed necessary in
the future.
40 Bid Award Announcement (02-I0-0826)
DISTRICT MAP
WESTERN
HOLMES
JACNSON
`( Y/ALTON WASHINGTON GADSDEN
' ~f^ eA1' CAINOO" LEON MADIEON
WAMULLA tlj TAYLOR
LIBERTY
WESTERN
ESCAMBIA
SANTA ROSA
OKALOOSA
WALTON
HOLMES
WASHINGTON
BAY
JACKSON
CALHOUN
GULF
LIBERTY
FRANKLIN
GADSDEN
WAKULLA
LEON
JEFFERSON
TAYLOR
MADISON
LAFAYETTE
((DIIX�Yl{TEE
]L
EiYL�1L�y(
CITRUS
SUMTER
LAKE
HERNANDO
SEMINOLE
ORANGE
PASCO
PINELLAS
HILLSBOROUGH
POLK
OSCEOLA
BREVARD
INDIAN RIVER
MANATEE
HARDEE
HIGHLANDS
OKEECHOBEE
ST. LUCIE
SARASOTA
DESOTO
`�.
GILCHRIST
ALACHUA
UNION
BRADFORD
BAKER
NASSAU
DUVAL
CLAY
PUTNAM
ST. JOHNS
FLAGLER
VOLUSIA
MARION
LEVY
HAMILTON
COLUMBIA
SUWANNEE
SOUTHE
CHARLOTTE
LEE
GLADES
MARTIN
HENDRY
PALM BEACH
COLLIER
BROWARD
MONROE
MIAMI-DADE
NORTHERN
NASSAU
HAMILTON $ f�
DUVAL
UNION NSA CLAY 0J
,FAYETTE ` ORD
OIL- ALACHUA FUTMAM
00(IE CN�IST �
LEVY
� MAMON _
-- vowlu
CITRUS LANE
SUMTER
urxwe (�
p �L
HERNANDO ORANGE \ 7
CENTRAL PASCO V
OSCEOLA
xILLSe0R000N eIIEVAMO
POLN
INDIAN RIVER
MANATEE HARDEE
x1ONLANOS ST. LUCIE
SARASOTA DESOTO
/ YMiIN \
jCN!!"LOTTE DUDESLEE xEM.RY PALM BEAC"
uowAxD
COLLIER
MIAM60ACE
SOUTHERN
Bid Award Announcement (02-10-0826) 41
Specification # 17
(P. 504)
Replacement for Unit 486 — Utilities Department
(Approved by Keith Wilder, 1/7/03)
Replacement Vehicle — 2003 Chevrolet S-10 (4 x 2)
• 4.31- 175 net HP (EFI)
• Automatic Overdrive Transmission, 4 Speed, Minimum
• Manufacturer's standard 134A air conditioning
• Manufacturer's standard seat (vinyl)
Base Cost - $11,966
(
Options Added:
Third Key $30
Aluminum Tool Box $325
Bedliner $205
Floor Mats $70
Backup Alarm $80
5/75 Manufacturer's $825
Extended Extra Care
Warranty
Total Cost = $13,501
v'Vu.
v, ,
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
SPECIFICATION # 17 - QQMPACT PICKUP TRUCK
2 WHEEL DRIVE — 4 WHEEL DRIVE OPTIONAL
Base Specifications
CHRYSLER, FORD. GENERAL MOTORS OR APPROVED EQUIVALENT
ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
a. Gasoline engine, 6-cylinder, minimum 3.OL and 145 net HP. The following engines, or
approved equivalents are acceptable:
Ford: 3.OL 150 net HP (EFI)
GM: 4.3L 175 net HP (EFI)
Dodge: 3.9L 175 net HP (MPI)
b. Manufacturer's standard alternator and battery.
C. Manufacturer's standard cooling system.
a. Automatic overdrive transmission, 4-speed, minimum.
a. Manufacturer's standard drive axle and ratio for specified engine and transmission com-
bination.
b. Four wheel drive with automatic locking hubs - includes all required options.
C. Limited slip differential on 4-wheel drive.
•.u:► u
a. Factory installed ammeter or voltmeter, fuel, oil pressure and coolant temperature gauges,
if available.
b. Power steering.
C. Power brakes with 4-wheel ABS.
9•I• ►]iaCii�r
a. Manufacturer's standard 134A air conditioning.
504 Bid Award Announcement (02-10-0826)
Base Specifications #17 - Compact Pickup Truck
b. Tinted glass all around (NOTE: factory tint)
C. Manufacturer's standard seat, cloth or vinyl
d. Manufacturer's standard AM/FM radio.
Purchaser to specify color at time of order.
a. Dual outside mirrors, inside rearview mirror.
b. Interior dome light(s), with left and right door activated switches.
C. Minimum 2-speed electric wipers; windshield washers.
d. Air Bag: Driver and right front passenger.
e. Daytime running lights (if available).
a. Tire size minimum P205/75R14 or larger, radial BSW or raised white letter sidewall.
b. Spare tire, wheel and rack to frame mounted.
C. Jack and lug wrench.
a. Minimum 1200 lb. payload rating (combined weight of options, passengers and cargo).
b. Wheelbase: 107.5" minimum.
C. Fleetside or approved equivalent body, minimum 71" inside box length.
d. Front bumper.
e. Heavy-duty step -type rear bumper, factory or dealer installed. Bumper shall have a mini-
mum 2000 lb. horizontal capacity and 200 lb. vertical tongue weight capacity.
f. Manufacturer's standard paints and color, factory painted. To include standard and op-
tional clear coat and metallic paints and color offered by the manufacturer.
g. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). Third
key optional.
h. Manufacturer's standard fuel tank.
MW• ► 11l#Li101
In addition to equipment specified, vehicle shall be equipped with all standard equipment as
specified by the manufacturer for this model and shall comply with all EPA Emission Stan-
dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans-
portation regarding the manufacture of motor vehicles.
The successful bidder shall be responsible for delivering vehicles that are properly serviced,
clean and in first class operating condition. Pre -delivery service, at a minimum, shall include
the following:
a. Complete lubrication.
b. Check all fluid levels to assure proper fill.
c. Adjustment of engine to proper operating condition.
d. Inflate tires to proper pressure.
e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features.
f. Focusing of headlights.
g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers,
etc. DO NOT remove window price sticker or supplied line sheet.
Bid Award Announcement (02-10-0826) 505
ME
ASS
CIAT
►fl''lc"Itif 11 f
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
2003 CHEVROLET S-10
Specification # 17
(Compact Pickup Truck, 4 x 2)
The Chevrolet S-10 truck purchased through this contract comes with all the standard equipment
as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements
which are included and made a part of this contract's vehicle base price as awarded by manufac-
turer by specification by zone.
ZONE: Western Northern Central Southern
BASE PRICE: $11,998.00 $11,996.00 $11,905.00 $11,966.00
While the Florida Sheriffs Association and the Florida Association of Counties have attempted to
identify and include those equipment items most often requested by participating agencies for
compact pickup trucks, we realize equipment needs and preferences are going to vary from agency
to agency. In an effort to incorporate flexibility into our program, we have created specific add/
delete options which allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist
you in approximating the total cost of the type vehicle(s) you wish to order through this program,
Simply deduct the cost of any of the following equipment items you wish deleted from the base unit
cost and/or add the cost of any equipment items you wish added to the base unit cost to determine
the approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add/delete options and their prices should be obtained from the
appropriate dealer in your zone when preparing your order. Additional add/delete options other
than those listed here may be available through the dealers, however, those listed here must be
honored by the dealers in your zone at the stated prices.
Champion: Engine Horse Power
Torque Rating
GVWR
EPA Miles Per Gallon Rating
Classic: Engine Horse Power
Torque Rating
GV WR
EPA Miles Per Gallon Rating
18004400
24502800
4200
17/22
180 ® 4400
245 ® 2800
4200
NA
LEGEND FOR
DELETE/ADD OPTIONS
Every line will require a DOLLAR VALUE
or one of the following abbreviations:
Std. = manufacturer's standard equip.
Incl. - included with base specs.
NC = no additional charge
NA = not applicable to the vehicle
— . option not bid by vendor
Bid Award Announcement (02-10-0826) 509
VEHICLE:
S-10
S-10
S-10
S-10
DEALER:
Champion
Classic
Classic
Classic
ZONE:
Western
Northern
Central
Southern
BASE PRICE: $11,998.00
$11,996.00
$11,905.00
$11,966.00
Order
Code
Delete Options
Western
Northern Central
Southern
LN2
Engine: 4 cyl. in lieu
$
805.00
$
360.00 $ 360.00
$ 360.00
of 6 cyl.
MW2
Manual overdrive
$
1,680.00
$
700.00 $ 700.00
$ 700.00
transmission
Air conditioning
NC
$
350.00 $ 350.00
$ 350.00
AM/FM radio
NC
$
72.00 $ 72.00
$ 72,00
Full size spare tire & rim
$
72.00
NA NA
NA
Order
Code
Add Options Western
Northern
Central
Southern
ZQ6
Power windows/door $
795.00
---
--
-
locks
ZQ3
Speed control/tilt wheel $
395.00
$
395.00
$
395.00
$
395.00
9J6
Tilt steering wheel $
145.00
---
-
--
Battery, 650 CCA or greater $
70.00
$
90.00
$
90.00
$
90.00
Heavy duty towing package $
205.00
$
290.00
$
290.00
$
290.00
up to 3500 lbs.
CS10803
Long bed model, minimum $
350.00
$
1.445.00
$
1,445.00
$
1,445.00
83.4" inside box length,
with minimum 113.5" and
maximum 118.0" wheelbase
CS10653
Long cab model, with $
1,795.00
$
1,897.00
$
1,897.00
$
1,897.00
minimum 122.5" and
maximum 131.0" wheelbase.
Minimum 4600 lbs. GVWR,
factory certified minimum
12601bs. payload
CS10653
Extended cab model $
1,795.00
$
1,897.00
$
1,897.00
$
1,897.00
(2 door)
E62
Step side cargo box $
1,387.00
-
-
-
(flare side)
UNO
AM/FM radio with $
299.00
$
302.00
$
302.00
$
302.00
single CD
3K
Third key $
14.00
$
30.00
$
30.00
$
30.00
RS
Rainshields $
59.00
$
60.00
$
60.00
$
60.00
Aluminum tool box $
255.00
$
325.00
$
325.00
$
325.00
Bedliner $
179.00
$
205.00
$
205.00
$
205.00
Spray -on bedliner $
495.00
$
480.00
$
480.00
$
480.00
(Rhino or approved
equivalent)
Floor mats $
29.00
$
70.00
$
70.00
$
70.00
AZ8
Sliding rear window $
120.00
-
-
--
BUA
Backup alarm $
97.00
$
80.00
$
80.00
$
80.00
510 Bid Award Announcement (02-10-0826)
VEHICLE:
S-10
5-10
S-10
S-10
DEALER:
Champion
Classic
Classic
Classic
ZONE:
Western
Northern
Central
Southern
BASE PRICE:
$11,998.00
$11,996.00
$11,905.00
$11,966.00
Order
Code
Add Options (cont'd)
Western
Northern
Central
Southern
G80
Limited slip differential
$ 265.00*
$
270.00
$
270.00
$
270.00
on 2-wheel drive
*(NA w/LN2 4 cyl. engine)
1SB
Manufacturer's model
$ 995.00
—
----
----
upgrade pkg.
(please specify pkg. bid)
4-corner strobe system
$ 351.00
$
525.00
$
525.00
$
525.00
(Whelen, Federal or
approved equivalent)
Roof -mount amber strobe
$ 187.00
$
235.00
$
235.00
$
235.00
beacon (Whelen, Federal
or approved equivalent)
DSM
Complete set of shop
$ 195.00
$
175.00
$
175.00
$
175.00
manuals 9NjeY
5/75 Manufacturer's
$ 625.00
$
1,020.00
$
1,020.00
$
1,020.00
Extended Base Care
Warranty ($0 deductible)
See Page 957
5/75 Manufacturer's
$ 770.00
$
825.00
$
825.00
$
825.00
Extended Extra Care
Warranty ($0 deductible)
5/75 Manufacturer's
$ 415.00
$
565.00
$
565,00
$
565.00
Extended Power Train
Warranty ($0 deductible)
Bid Award Announcement (02-10-0826) 511
Specification # 19
(P. 564)
Replacement for Unit 285 — Public Works Department
(Approved by Doug Ritchie, 1/9/03)
Replacement Vehicle — 2003 Chevrolet Silverado 2500 HD (4 x 4)
• % Ton Pick -Up
• Automatic Transmission
• Air Conditioning, Factory Installed
• Manufacturer's Standard Seat (Vinyl)
Base Cost - $24,836
Options Deleted:
Standard V-8 gasoline engine ($4,200)
in lieu of diesel engine
Options Added:
Tachometer (with Diesel)
Included
Skid plates
$95
Electric Brake Controller
$249
Third Key
$40
Trailer Towing Package
$475
Backup Alarm
$95
Aluminum Tool Box
$349
Bedliner
$249
Trailer Tow Mirrors
$70
Extended Cab Model
$2,655
5/75 Manufacturer's
$1,100
Extended Extra Care
Warranty
Total Cost = $26,013
Specification # 19
(P. 564)
Replacement for Unit 295 — Public Works Department
(Approved by Doug Ritchie, 1/9/03)
Replacement Vehicle -- 2003 Chevrolet Silverado 2500 HD (4 x 4)
• % Ton Pick -Up
• Automatic Transmission
• Air Conditioning, Factory Installed
• Manufacturer's Standard Seat (Vinyl)
Base Cost - $24,836
Options Deleted:
Standard V-8 gasoline engine ($4,200)
in lieu of diesel engine
Options Added:
Tachometer (with Diesel)
Included
Skid plates
$95
Electric Brake Controller
$249
Third Key
$40
Trailer Towing Package
$475
Backup Alarm
$95
Aluminum Tool Box
$349
Bedliner
$249
Trailer Tow Mirrors
$70
5/75 Manufacturer's
$1,100
Extended Extra Care
Warranty
Total Cost = $23,358
WIL,
,
�.ASSO
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
SPECIFICATION # 1.9 - 3/4 TON PICKUP TRUCK
2 WHEEL DRIVE — 4 WHEEL DRIVE OPTIONAL
Base Specifications
CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT
ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
a. Diesel engine, 6 or 8 cylinder, minimum 5.9L displacement. The following engines, or
approved equivalents are acceptable:
Ford: 6.OL V8 Turbo Diesel
GM: 6.6L V8 Turbo Diesel
Dodge: 5.9L I6 Turbo Diesel
b. Heavy-duty alternator, minimum 100 amp.
C. Maintenance free heavy-duty battery, 600 CCA minimum.
d. Manufacturer's heavy-duty engine cooling.
F109FIRMNWTUIRM O .►
a. Automatic transmission, 4 speed with overdrive, with manufacturer's heavy-duty cooling.
a. Manufacturer's standard drive axle ratio for specified engine and transmission combination.
b. Limited slip differential on 4-wheel drive.
• i usIl01UV61i
a. Power steering.
b. Power brakes with 4-wheel ABS.
C. Manufacturer's standard fuel tank.
d. Heavy-duty front and rear shocks.
e. Front and rear stabilizer bars, where available.
a. Air conditioning, factory installed.
564 Bid Award Announcement (02-10-0826)
Base Specifications #19 - 314 Ton Pickup Truck
b. Tinted glass all around (NOTE: factory tint)
C. Manufacturer's standard seat, cloth or vinyl. Purchaser to specify color at time of order.
d. Manufacturer's standard AM/FM radio.
e. Rubber floor mats instead of carpeting.
a. Dual outside mirrors, inside rearview mirror.
b. Interior dome light(s), with left and right door activated switches.
C. Minimum 2-speed electric wipers; windshield washers.
d. Air Bag: Driver and right front passenger.
e. Daytime running lights (if available).
a. BSW, all season tread, radial, 16" heavy-duty truck tires.
b. Conventional spare tire, underbody mounted.
C. Jack and wheel wrench.
d. Hub caps.
a. Minimum GVWR - 8500 lbs.
b. Fleetside cargo box, minimum 8' with tailgate.
C. Front bumper, bright or painted.
d. OEM rear step bumper.
e. Single, non metallic, OEM standard color paint to be selected by buyer, to include clear coat.
f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). Third
key optional.
g. Cab to center of rear axle - approximately 56".
�*11WGT6TLn9JW#10 ►F�
In addition to equipment specified, vehicle shall be equipped with all standard equipment as
specified by the manufacturer for this model and shall comply with all EPA Emission Stan-
dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans-
portation regarding the manufacture of motor vehicles.
The successful bidder shall be responsible for delivering vehicles that are properly serviced,
clean and in first class operating condition. Pre -delivery service, at a minimum, shall include
the following:
a. Complete lubrication.
b. Check all fluid levels to assure proper fill.
C. Adjustment of engine to proper operating condition.
d. Inflate tires to proper pressure.
e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features.
f. Focusing of headlights.
g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers,
etc. DO NOT remove window price sticker or supplied line sheet.
Bid Award Announcement (02-10-0826) 565
W, Lim
.a frAL,
momLam' / , �rfr,:r
:��(►rASSO
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
2003 CHEVROLET SILVERADO 2500 HD
Specification # 19
(3/4 Ton Pickup Truck, 4 x 4)
The Chevrolet Silverado 2500 HD truck purchased through this contract comes with all the stan-
dard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)
requirements which are included and made a part of this contract's vehicle base price as awarded
by manufacturer by specification by zone.
ZONE: Western Northern Central Southern
SASE PRICE: $24,896.00 $24,866.00 $24,836.00 $24,836.00
While the Florida Sheriffs Association and the Florida Association of Counties have attempted to
identify and include those equipment items most often requested by participating agencies for 3/
4 ton pickup trucks, we realize equipment needs and preferences are going to vary from agency to
agency. In an effort to incorporate flexibility into our program, we have created specific add/delete
options which allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist
you in approximating the total cost of the type vehicle(s) you wish to order through this program.
Simply deduct the cost of any of the following equipment items you wish deleted from the base unit
cost and/or add the cost of any equipment items you wish added to the base unit cost to determine
the approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add/delete options and their prices should be obtained from the
appropriate dealer in your zone when preparing your order. Additional add/delete options other
than, those listed here may be available through the dealers, however, those listed here must be
honored by the dealers in your zone at the stated prices.
Alan Jay Engine Horse Power 300
Chevrolet: Torque Rating 520
GVWR 9200
EPA Miles Per Gallon Rating N/A
LEGEND FOR
DELETE/ADD OPTIONS
Every line will require a DOLLAR VALUE
or one of the following abbreviations:
Std. = manufacturer's standard equip.
Incl. = included with base specs.
NC = no additional charge
NA = not applicable to the vehicle
— = option not bid by vendor_
Bid Award Announcement (02-10-0826) 585
VEHICLE:
Silverado
Silverado
Silverado
Silverado
2500 HD
2500 HD
2500 HD
2500 HD
DEALER:
Alan Jay
Alan Jay
Alan Jay
Alan Jay
Chevrolet
Chevrolet
Chevrolet
Chevrolet
ZONE:
Western
Northern
Central
Southern
BASE PRICE:
$24,896.00
$24,866.00
$24,836.00
$24.836.00
Order
Code
Delete Options
Western
LQ4
Provide standard gas V8
$ 4,200.00
engine, minimum,
standard alternator and
battery, in lieu of Diesel
Engine:
Ford: 5.4L
GM: 6.OL
Dodge: 5.7L
L18
Provide big block gas V8
$ 2,500.00
engine, minimum,
standard alternator and
battery, in lieu of Diesel
Engine:
Ford: 6.8L
GM: 8.1 L
Dodge: 8.OL
MW3
Provide 5-speed manual
$ 500.00
transmission with over-
drive, in lieu of automatic
overdrive
ZW9
Cargo box & rear bumper
$ 200.00
9L3
Full size spare tire & rim
$ 30.00
C42
Air conditioning
$ 400,00
CK25743
6' cargo box on crew cab
$ 150.00
C6P
8600 lbs. GVWR 6.OL V8
$ 2,600.00
(Ext. Cab)
ML6
Minimum 6-speed manual
$ 1,100.00
transmission in lieu of
5-speed automatic
(Chevy Diesel only)
G80
Limited slip differential
$ 150.00
on 4-wheel drive
Order
Code
Add Options
Western
1SB
Power windows
$
2,559.00
AU3
Power door locks
$
162.00
K34
Speed control
$
240.00
'lilt steering wheel
Std.
9S 1
Bucket seats, in lieu of
NC
bench seat
Northern Central Southern
$ 4,200.00 $ 4,200.00 $ 4,200.00
$ 2,500.00 $ 2,500.00 $ 2,500.00
$ 500.00 $ 500.00 $ 500.00.
$ 200.00
$ 30.00
$ 400.00
$ 150.00
$ 2,600.00
$ 1,100.00
$ 200.00
$ 30.00
$ 400,00
$ 150.00
$ 2,600.00
$ 1,100.00
$ 200.00
$ 30.00
$ 400.00
$ 150.00
$ 2,600.00
$ 1,100.00
$ 150.00
$
150.00
$
150.00
Northern
Central
Southern
$ 2.559.00
$
2,559.00
$
2,559.00
$ 162.00
$
162.00
$
162.00
$ 240.00
$
240.00
$
240.00
Std.
Std.
Std.
NC
NC
NC
586 Bid Award Announcement (02-10-0826)
VEHICLE:
Silverado
2500 HD
DEALER:
Alan Jay
Chevrolet
ZONE:
Western
BASE PRICE:
$24,896.00
Order
Silverado
2500 HD
Alan Jay
Chevrolet
Northern
$24,866.00
Code
Add Options (cont'd)
Western
Tachometer with diesel
Std.
NZZ
Skid plates
$
95.00
EBC
Electric brake controller
$
249.00
3K
Third key
$
40.00
HDTOW
Trailer towing package, to
$
475.00
include heavy-duty flashers,
wiring for trailer plug (7
prong round), and class IV,
frame mounted trailer hitch
with 2" square removable
receiver 1" shank with 2"
ball. May be dealer installed.
796J
Standard service body
$
3,295.00
equal to Knapheide,
Reading, Omaha, or
Morrison. May be dealer
installed. (NOTE: If you
are ordering a service body,
we are advising you to
contact your awarded
vendor.)
UBO
AM/FM radio with
$
255.00
single CD
ISB/UB1
AM/FM cassette/CD radio
$
2,659.00
BUA
Backup alarm
$
95.00
ISB
Manufacturer's model
$
2,559.00
upgrade pkg.
(please specify pkg. bid)
ATB
Aluminum tool box
$
349.00
RS
Rainshields
$
85.00
Bedliner
$
249.00
Spray -on bedliner
$
525.00
(Rhino or approved
equivalent)
DF2
Trailer tow mirrors
$
70.00
GG
Wrap -around grille guard
$
800.00
8,000 lb. winch w/remote
$
795.00
(requires GG)
QIW
LT245 all terrain tires
$
56.00
CK25953
Extended cab model
$
2,655.00
CK25943
Crew cab
$
4,823.00
Cab steps
$
155.00
(add $100 for crew cab)
Silverado
2500 HD
Alan Jay
Chevrolet
Central
$24,836.00
Northern Central
Silverado
2500 HD
Alan Jay
Chevrolet
Southern
$24,836.00
Southern
Std.
Std.
Std.
$ 95.00
$
95.00
$
95.00
$ 249.00
$
249.00
$
249.00
$ 40.00
$
40.00
$
40.00
$ 475.00
$
475.00
$
475.00
$ 3,295.00 $ 3,295.00 $ 3,295.00
$ 255.00
$ 2,659.00
$ 95.00
$ 2,559.00
$ 255.00
$ 2,659.00
$ 95.00
$ 2,559.00
$ 255.00
$ 2,659.00
$ 95.00
$ 2,559.00
$ 349.00
$
349.00
$
349.00
$ 85.00
$
85.00
$
85.00
$ 249.00
$
249.00
$
249.00
$ 525.00
$
525.00
$
525.00
$ 70.00
$ 795.00
$ 795.00
$ 56.00
$ 2,655.00
$ 4,823,00
$ 155.00
$ 70.00
$ 795.00
$ 795.00
$ 56.00
$ 2,655.00
$ 4,823.00
$ 155,00
$ 70.00
$ 795,00
$ 795.00
$ 56.00
$ 2,655.00
$4,823.00
$ 155.00
Bid Award Announcement (02-10-0826) 587
VEHICLE:
Silverado
Silverado
Silverado
Silverado
2500 HD
2500 HD
2500 HD
2500 HD
DEALER:
Alan Jay
Alan Jay
Alan Jay
Alan Jay
Chevrolet
Chevrolet
Chevrolet
Chevrolet
ZONE:
Western
Northern
Central
Southern
BASE PRICE:
$24,896.00
$24,866.00
$24,836,00
$24,836.00
Order
Code Add Options (cont'd)
Western
Northern
Central
Southern
4-corner strobe system
$
499.00
$
499.00
$
499.00
$
499.00
(Whelen, Federal or
approved equivalent)
Roof -mount amber strobe
$
335.00
$
335.00
$
335.00
$
335.00
beacon (Whelen, Federal
or approved equivalent)
(add $60 for post mount)
DSM Complete set of shop
$
200.00
$
200.00
$
200.00
$
200.00
manuals ONLY
5/75 Manufacturer's
$
885.00
$
885.00
$
885.00
$
885.00
Extended Base Care
Warranty ($0 deductible)
See Page 957
5/75 Manufacturer's
$
1,100.00
$
1,100.00
$
1,100.00
$
1,100.00
Extended Extra Care
Warranty ($0 deductible)
5/75 Manufacturer's
$
580.00
$
580.00
$
580.00
$
580.00 _
Extended Power 'train
Warranty ($0 deductible)
588 Bid Award Announcement (02-10-0826)
Specification # 21
(P. 628)
Replacement for Unit 701 — Parks & Recreation Department
(Approved by Charlie Baldwin, 1/7/03)
Replacement Vehicle — 2003 Ford F-350 (4 x 2)
• 1 Ton Cab & Chassis
• 6.01- V8 Turbo Diesel
• Automatic Transmission
• Air Conditioning, Factory Installed
• Manufacturer's Standard Seat (Vinyl)
• Rubber Floor Covering
Base Cost - $20,164
Options Added:
Tachometer (with Diesel)
Included
Electric Brake Controller
$325
Trailer Towing Package
$562
Backup Alarm
$95
Third Key
$78
Trailer Tow Mirrors
Included
Crew Cab
$3,648
8 ft. 2 yd. Dump
$5,200
5/75 Manufacturer's
$2,225
Extended Extra Care
Warranty
Total Cost = $32,297
��` aglai,
41:L alms
j
ASSOCIA so UNITT NI
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
SPECIFI ATION # 21 - 1 TON CAB & CHASSIS
2 WHEEL DRIVE - 4 WHEEL DRIVE OPTIONAL
(DUAL REAR WHEEL)
Base Specifications
CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT
ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
IiM:4112
a. Diesel engine, 6 or S cylinder, minimum 5.9L displacement. The following engines, or
approved equivalents are acceptable:
Ford: 6.OL V8 Turbo Diesel
GM: 6.6L V8 Turbo Diesel
Dodge: 5.9L I6 Turbo Diesel
b. Heavy-duty alternator, minimum 100 amp.
C. Maintenance free heavy-duty battery, 600 CCA minimum.
d. Manufacturer's heavy-duty engine cooling.
a. Automatic transmission, 4 speed with overdrive, with manufacturer's heavy-duty cooling.
a. Manufacturer's standard drive axle ratio for specified engine and transmission combination.
b. Limited slip differential on 4-wheel drive.
a. Power steering.
b. Power brakes with 4-wheel ABS.
C. Manufacturer's standard fuel tank.
d. Heavy-duty front and rear shocks.
e. Front and rear stabilizer bars, where available.
MKO emu I « R a 0 0 51 u
a. Air conditioning, factory installed.
628 Bid Award Announcement (02-10-0826)
Base Specifications #21 - 1 Ton Cab & Chassis
b. Tinted glass all around (NOTE: factory tint)
C. Manufacturer's standard seat, cloth or vinyl. Purchaser to specify color at time of order.
d. Manufacturer's standard AM/FM radio.
e. Rubber floor covering instead of carpeting.
a. Dual mount outside mirrors, to provide field of vision for vehicles to 96" wide.
b. Interior dome light(s), with left and right door activated switches.
C. Minimum 2-speed electric wipers; windshield washers.
d. Air Bag: Driver and right front passenger.
e. Daytime running lights (if available).
f. Interior (day/night) rear view mirror.
a. BSW, radial, 16" heavy-duty truck tires.
b. Conventional spare tire and rim.
c. Jack and wheel wrench.
d. Manufacturer's standard wheel covers.
.: u.._ Wi
a. Minimum 11,000 lbs. GVWR
b. Cab & chassis only.
C. Front bumper, bright or painted.
d. Single, non metallic, OEM standard color paint to be selected by buyer, to include clear coat.
e. Keys: two (2) per vehicle, single key locking system, each vehicle keyed differently. Third key
optional.
f. Cab to center of rear axle - approximately 60".
ENKRO-M-Diff RIM
In addition to equipment specified, vehicle shall be equipped with all standard equipment as
specified by the manufacturer for this model and shall comply with all EPA Emission Stan-
dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans-
portation regarding the manufacture of motor vehicles.
The successful bidder shall be responsible for delivering vehicles that are properly serviced,
clean and in first class operating condition. Pre -delivery service, at a minimum, shall include
the following:
a. Complete lubrication.
b. Check all fluid levels to assure proper fill.
C. Adjustment of engine to proper operating condition.
d. Inflate tires to proper pressure.
e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features.
f. Focusing of headlights.
g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers,
etc. DO NOT remove window price sticker or supplied line sheet.
Bid Award Announcement (02-10-0826) 629
Y b .
�G / m �R 4
i1AO0
�,
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
2003 FORD F-350
Specification #21
(1 Ton Cab & Chassis, 4 x 2)
The Ford F-350 cab and chassis purchased through this contract comes with all the standard
equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)
requirements which are included and made a part of this contract's vehicle base price as awarded
by manufacturer by specification by zone.
ZONE: * Western * Northern * Central * Southern
BASE PRICE: $20,543.00 $20,044.00 $20,044.00 $20,164.00
While the Florida Sheriffs Association and the Florida Association of Counties have attempted to
identify and Include those equipment items most often requested by participating agencies for 1 ton
pickup trucks, we realize equipment needs and preferences are going to vary from agency to agency.
In an effort to incorporate flexibility into our program, we have created specific add/delete options
which allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist
you in approximating the total cost of the type vehicle(s) you wish to order through this program.
Simply deduct the cost of any of the following equipment items you wish deleted from the base unit
cost and/or add the cost of any equipment items you wish added to the base unit cost to determine
the approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add/delete options and their prices should be obtained from the
appropriate dealer in your zone when preparing your order. Additional add/delete options other
than those listed here may be available through the dealers, however, those listed here must be
honored by the dealers in your zone at the stated prices.
* = Specification Low Sid
McCotter: Engine Horse Power
Torque Rating
GV WR
EPA Miles Per Gallon Rating
Duval: Engine Horse Power
Torque Rating
GV WR
EPA Miles Per Gallon Rating
250
525
12,500
TBD
250 0 2600
52501600
12,500
NA
LEGEND FOR
DELETE/ADD OPTIONS
Every line will require a DOLLAR VALUE
or one of the following abbreviations:
Std. = manufacturer's standard equip.
Inel. = included with base specs.
NC = no additional charge
NA = not applicable to the vehicle
= option not bid by vendor
630 Bid Award Announcement (02-10-0826)
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order
F-350
McCotter
* Western
$20, 543.00
F-350
Duval
* Northern
$20,044.00
Code Delete Options Western
99L/44E Provide standard gas V8 $ 3,595.00
engine, standard
alternator and battery,
in lieu of Diesel Engine:
Ford: 5.4L
GM: 6.OL
Dodge: 5.7L
99S/44E
Provide big block gas V8
$ 3,318.00
engine, minimum,
standard alternator and
battery, in lieu of Diesel
Engine:
Ford: 6.8L
GM: 8.1L
Dodge: 8.OL
Provide 5-speed manual
$ 695.00
transmission with over-
drive, in lieu of automatic
overdrive
512
Full sine spare tire & rim
$ 140.00
572
Air conditioning
$ 560.00
F34
Single rear wheels,
$ 487.00
9,900 lb. GVWR
AM/FM radio
Incl.
942
Daytime running lights
$ 25.00
Order
Code
Add Options
Western
903
Power windows/door
$
425.00
locks
903
Power windows/door
$
600.00
locks (Crew Cab)
52N
Speed control/tilt wheel
$
385.00
433
Sliding rear window
$
125.00
Tachometer with diesel
Incl.
Electric brake controller
$
325.00
63T
Dual alternators
$
335.00
96P
Idle control
$
210.00
65C
Dual fuel tanks
$
610.00
589
AM/FM cassette radio
$
135.00
581/647A
AM/FM radio with
$
2,400.00
single CD
58K
AM/FM cassette/CD radio
$
2,190.00
F-350
Duval
�Ir Central
$20, 044.00
F-350
Duval
�k Southern
$20,164.00
Northern Central Southern
$ 3,169.00 $ 3,169.00 $ 3,169.00
$ 2,836.00 $ 2,836.00 $ 2,836.00
$ 831.00 $ 831.00 $ 831.00
$ 151.00
$
151.00
$
151.00
$ 584.00
$
584.00
$
584.00
$ 413.00
$
413.00
$
413.00
$ 35.00
$
35.00
$
35.00
$ 25.00
$
25.00
$
25.00
Northern
Central
Southern
$ 425.00
$
425.00
$
425.00
$ 385.00
$
385.00
$
385.00
$ 125.00
$
125.00
$
125.00
Std.
Std.
Sid.
$ 325.00
$
325.00
$
325.00
$ 335.00
$
335.00
$
335.00
$ 210.00
$
210.00
$
210.00
$ 610.00
$
610.00
$
610.00
$ 135.00
$
135.00
$
135.00
Bid Award Announcement (02-10-0826) 631
VEHICLE:
DEALER:
ZONE:
SASE PRICE:
Order
F-350
McCotter
�r Western
$20, 543.00
F-350
Duval
�k Northern
$20, 044.00
Code
Add Options (cont'd)
Western
AM/FM radio with
-
single CD
AM/FM cassette/CD radio
-
Trailer towing package, to
$
570,00
include heavy-duty flashers,
wiring for trailer plug (7
prong round), and class iV,
frame mounted trailer hitch
with 2" square removable
receiver 1" shank with 2"
ball. May be dealer installed.
Standard service body
$
4,096.00
equal to Knapheide,
Reading, Omaha, or
Morrison. May be dealer
installed. (NOTE: If you
are ordering a service body,
we are advising you to
contact your awarded
vendor.)
17F
XL decor group
$
115.00
XE2
Limited slip differential
$
300.00
on 2-wheel drive
BUA
Backup alarm
$
105.00
XLT
Manufacturer's model
$
2,190,00
upgrade pkg.
(please specify pkg. bid)
3K
Third key
$
78.00
RS
Rainshields
$
83,00
HLF
Headlight flashers
$
140.00
55D
Trailer tow mirrors
Incl.
Spray -in liner
$
525.00
(Rhino or approved
equivalent)
GG
Wrap -around grille guard
$
745.00
12,000 lb. winch with
$
1,560.00
remote *(requires GG)
4,000 lb. EH auto crane
$ 12,526.00
or approved equivalent,
with crane reinforcements
with manual outriggers
62R
PTO provision
$
250.00
62R/w Auto
PTO auto trans provision
$
250.00
PTO auto trans driver
-
(dealer installed)
F-350
Duval
�k Central
$20,044.00
Northern
Central
$ 465.00
$ 465.00
$ 525,00
$ 525.00
$ 562.00
$ 562.00
F-350
Duval
Southern
$20,164.00
Southern
$ 465.00
$ 525.00
$ 562.00
$ 4,140.00 $ 4,140.00 $ 4,140.00
$ 300.00
$
300.00
$
300.00
$ 95.00
$
95.00
$
95.00
$ 2,326.00
$
2,326.00
$
2,326.00
$ 78.00
$
78.00
$
78.00
$ 78.00
$
78.00
$
78.00
$ 104.00
$
104.00
$
104.00
Std.
Std.
Std.
$ 569.00
$
569.00
$
569.00
$ 474.00
$
474,00
$
474.00
$ 1,413.00*
$
1,413.00
$
1,413.00
$ 12,498.00
$
12,498.00
$
12,498.00
$ 250.00 $ 250.00 $ 250.00
$ 1,500.00 $ 1,500.00 $ 1,500.00
632 Bid Award Announcement (02-10-0826)
VEHICLE:
DEALER:
ZONE:
SASE PRICE:
F-350
McCotter
�r Western
$20, 543.00
F-350
Duval
�k Northern
$20, 044.00
F-350
Duval
�t Central
$20,044.00
F-350
Duval
�r Southern
$20,164.00
Order
Code
Add Options (cont'd)
Western
Northern
Central
Southern
25K-22 auto crane body
$ 11,895.00
$ 10,745.00
$ 10,745.00
$ 10,745.00
with shelf package, 12"
bumper with crank
outriggers, or approved
equivalent
1000 lb. lift gate
$
1,995.00
$
1,850.00
$
1,850.00
$
1,850.00
X36
Extended cab
$
2,360.00
$
2,559.00
$
2.559.00
$
2,559.00
W36
Crew cab
$
3.510.00
$
3,648.00
$
3,648.00
$
3,648.00
18L
Cab steps
$
320.00
$
320.00
$
320.00
$
320.00
18L
Cab steps (Crew Cab)
$
370.00
—
—
—
11 ft. extended service body
$
5,058.00
$
5,184.00
$
5,184.00
$
5,184.00
(requires 84" CA)
8 ft. 2 yd. dump
$
5,400.00
$
5,200.00
$
5,200.00
$
5,200.00
9 ft. flat stake body
$
2,600.00
$
2,575.00
$
2,575.00
$
2,575.00
(requires 84" CA)
12 ft. flat stake body
$
2,900.00
$
2,998.00
$
2,998.00
$
2,998.00
(requires 84" CA)
84" cab to axle
$
200.00
$
200.00
$
200.00
$
200.00
4-corner strobe system
$
475.00
$
394.00
$
394.00
$
394.00
(Whelen, Federal or
approved equivalent)
Roof -mount amber strobe
$
250.00
$
210.00
$
210.00
$
210.00
beacon (Whelen. Federal
or approved equivalent)
DSM
Complete set of shop
$
297.00
$
325.00
$
325.00
$
325.00
manuals 0
5/75 Manufacturer's
$
2,050.00
$
2,050.00
$
2,050.00
$
2,050.00
Extended Base Care
Warranty ($0 deductible)
See Page 957
5/75 Manufacturer's
$
1,830.00
$
1,830.00
$
1,830.00
$
1,830A0
Extended Power Train
Warranty ($0 deductible)
5/75 Manufacturers
$
2,225.00
$
2,225.00
$
2,225.00
$
2,225.00
Extended Base Care
Warranty ($0 deductible)
-
Diesel
5/75 Manufacturer's
$
2,075.00
$
2,075.00
$
2,075.00
$
2,075,00
Extended Power Train
Warranty ($0 deductible)
-
Diesel
*Ford warranties will be $50.00 deductible on cab & chassis.
Bid Award Announcement (02-10-0826) 633
Specification # 23
(P. 662)
Replacement for Unit 297 — Public Works Department
(Approved by Doug Ritchie, 1/9/03)
Replacement Vehicle — 2003 Ford F-450 (4 x 4)
• 15,000 lb. GVWR Cab & Chassis
• 6.OL V8 Turbo Diesel
• Automatic Transmission
• Air Conditioning, Factory Installed
Base Cost - $26,891
Options Added:
Trailer Towing Package
$562
Standard Service Body
$4,150
Electric Brake Controller
$325
Third Key
$78
All Terrain Tires
$155
Backup Alarm
$95
Wrap -around Grille Guard
$474
12,000 lb. Winch with Remote
$1,413
Spray -in Liner
$569
5/75 Manufacturer's
$2,845
Extended Extra Care
Warranty
Total Cost = $37,557
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
PECIFI ATION #23 - 15,000 1b. GVWR CAB & HASSIS
2 WHEEL DRIVE - 4 WHEEL DRNE OPTIONAL
(DUAL REAR WHEEL)
Base Specirications
FORD, GENERAL MOTORS OR APPROVED EQUIVALENT
ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
►..
a. Diesel engine, 6 or 8 cylinder, minimum 5.9L displacement. The following engines, or
approved equivalents are acceptable:
Ford: 6.OL V8 Turbo Diesel
GM: 6.6L V8 Turbo Diesel
b. Heavy-duty alternator, minimum 100 amp.
C. Maintenance free heavy-duty battery, 750 CCA minimum.
d. Manufacturer's heavy-duty engine cooling.
a. Automatic transmission, 4 speed with overdrive, with manufacturer's heavy-duty cooling.
a. Manufacturer's standard drive axle ratio for specified engine and transmission combination.
b. Limited slip differential on 4-wheel drive.
a. Power steering.
b. Rear anti -lock brakes, minimum.
C. Power brakes, front brakes disc type, rear brakes may be drum or disc.
d. Fuel capacity, minimum 34 gallons.
e. Heavy-duty front and rear shocks.
•U • -4 k
a. Air conditioning, factory installed.
662 Bid Award Announcement (02-10-0826)
Base Specitications #23 - 15,000 Ih. GVWR Cab & Chassis
b. Tinted glass all around (NOTE: factory tint)
C. 3 passenger, vinyl bench seat with head rests. Purchaser to specify color at time of order.
d. Manufacturer's standard AM/FM radio.
e. Rubber floor covering instead of carpeting.
C0.:`-01-b-f1W6513iy
a. Dual mount outside mirrors, to provide field of vision for vehicles to 96" wide.
b. Interior dome light(s), with left and right door activated switches.
C. Minimum 2-speed electric wipers; windshield washers.
d. Air Bag: Driver and right front passenger.
e. Daytime running lights (if available).
f. Interior (day/night) rear view mirror.
a. BSW, all season tread, radial, 19.5" heavy-duty truck tires.
b. Conventional spare tire and rim.
C. Jack and wheel wrench.
8. QHA,SSIS. FRAME. CAB
a. Minimum 15,000 lbs. GVWR
b. Cab & chassis only.
C. Front bumper, bright or painted.
d. Single, non metallic, OEM standard color paint to be selected by buyer, to include clear coat.
e. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). Third key
optional.
f. Cab to center of rear axle - approximately 60".
In addition to equipment specified, vehicle shall be equipped with all standard equipment as
specified by the manufacturer for this model and shall comply with all EPA Emission Stan-
dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans-
portation regarding the manufacture of motor vehicles.
The successful bidder shall be responsible for delivering vehicles that are properly serviced,
clean and in first class operating condition. Pre -delivery service, at a minimum, shall include
the following:
a. Complete lubrication.
b. Check all fluid levels to assure proper fill.
c. Adjustment of engine to proper operating condition.
d. Inflate tires to proper pressure.
e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features.
f. Focusing of headlights.
g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers,
etc. DO NOT remove window price sticker or supplied line sheet.
Bid Award Announcement (02-10-0826) 663
V�u
/
ASSOCIA
/
UN
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
2003 FORD F-450
Specification # 23
(15,000 lb. GVWR Cab & Chassis, 4 x 4)
The Ford F-450 cab and chassis purchased through this contract comes with all the standard
equipment as specified by the manufacturer for this :model and FSA's base vehicle specification(s)
requirements which are included and made a part of this contract's vehicle base price as awarded
by manufacturer by specification by zone.
ZONE: Western Northern Central Southern
BASE PRICE: $27,250.00 $26,787.00 $26,787.00 $26,891.00
While the Florida Sheriffs Association and the Florida Association of Counties have attempted to
identify and include those equipment items most often requested by participating agencies for the
15,000 lb. GVWR, we realize equipment needs and preferences are going to vary from agency to
agency. In an effort to incorporate flexibility into our program, we have created specific add/delete
options which allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist
you in approximating the total cost of the type vehicle(s) you wish to order through this program.
Simply deduct the cost of any of the following equipment items you wish deleted from the base unit
cost and/or add the cost of any equipment items you wish added to the base unit cost to determine
the approidmate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add/delete options and their prices should be obtained from the
appropriate dealer in your zone when preparing your order. Additional add/delete options other
than those listed here may be available through the dealers, however, those listed here must be
honored by the dealers in your zone at the stated prices.
* = Specification Low Bid
Orville: Engine Horse Power
250
Torque Rating
52501600
GVWR
15,000
Duval: Engine Horse Power
250 @ 2600
Torque Rating
52501600
GVWR
15,000
LEGEND FOR
DELETE/,ADD OPTIONS
Every line will require a DOLLAR VALUE
or one of the following abbreviations:
std. = manufacturer's standard equip.
Incl. = included with base specs.
NC = no additional charge
NA = not applicable to the vehicle
-- = option not bid by vendor
680 Bid Award Announcement (02-10-0826)
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order
F-450
Orville
* Western
$27,250.00
F-450
Duval
* Northern
$26, 787.00
F-450
Duval
* Central
$26, 787.00
F-450
Duval
�k Southern
$26,891.00
Code
Delete Options
Western
Northern
Central
Southern
99S
Provide gas engine with
$
2,800.00
$
3,176.00
$
3,176.00
$
3,176.00
single battery in lieu
of Diesel Engine
512
Full size spare tire & rim
$
175.00
$
151.00
$
151.00
$
151.00
572
Air conditioning
$
400.00
$
584.00
$
584.00
$
584.00
AM/FM radio
Std.
$
35.00
$
35.00
$
35.00
942
Daytime running lights
$
20.00
$
25.00
$
25.00
$
25.00
65M
AFT tank for 18 gal.
$
95.00
$
74.00
$
74.00
$
74.00
mid ship
Limited slip differential
$
200.00
$
206.00
$
206.00
$
206.00
on 2-wheel drive
Order
Code
Add Options
Western
Northern
Central
Southern
903
Power windows/door
$
600.00
$
425.00
$
425.00
$
425.00
locks
52N
Speed control/tilt wheel
$
385.00
$
385.00
$
385.00
$
385.00
433
Sliding rear window
$
125.00
$
125.00
$
125.00
$
125.00
Trailer towing package, to
$
575.00
$
562.00
$
562.00
$
562.00
include heavy-duty flashers,
wiring for trailer plug (7
prong round), and class IV,
frame mounted trailer hitch
with 2" square removable
receiver 1" shank with 2"
ball. May be dealer installed.
Standard service body
$
4,495.00
$
4,150.00
$
4,150.00
$
4,150.00
equal to Knapheide,
Reading, Omaha, or
Morrison. May be dealer
installed. (NOTE: If you
are ordering a service body,
we are advising you to
contact your awarded
vendor.)
ESC
Electric brake controller
$
275.00
$
325.00
$
325.00
$
325.00
63T
Dual alternators
$
325.00
$
335.00
$
335.00
$
335.00
96P
Idle control
$
210.00
$
210.00
$
210.00
$
210.00
65C
Dual fuel tanks
$
610.00
$
601.00
$
601.00
$
601.00
589
AM/FM cassette radio
$
135.00
$
135.00
$
135.00
$
135.00
657A/58K
AM/FM radio with
NC
-
-
-
single CD
657A/581
AM/FM cassette/CD radio
$
210.00
Bid Award Announcement (02-1 0-0826) 681
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order
Cade
3K
W 165
W201
BUA
RS
X47
W47
18L
GG
62R
F-450
Orville
* Western
$27,250.00
F-450
Duval
7k Northern
$26,787.00
Add Options (cont'd)
Western
AM/FM radio with
-
single CD
AM/FM cassette/CD radio
-
Third key
$ 135.00
All terrain tires, in lieu
$ 190.00
of all season tires
84" cab to axle
$ 200.00
120" cab to axle
$ 410.00
4-wheel ABS brakes
Std.
Backup alarm
$ 98.00
Rainshields
$ 82.00
Manufacturer's model
$ 2,700.00
upgrade pkg.
(please specify pkg. bid)
Extended cab
$ 2,325.00
Crew cab
$ 3,610.00
Cab steps
$ 370.00
1000 lb. lift gate
$ 2,395,00
11 ft. utility
$ 5,595.00
(requires 84" CA)
8 ft. 2 yd dump
$ 4,995.00
10 ft. 2 yd dump
$ 5,695.00
(requires 84" CA)
12 ft. flat stake body
$ 3,195.00
(requires 84" CA)
16 ft. flat stake body
$ 3,695.00
(requires 120" CA)
16 ft. contractors dump
$ 6,295.00
(requires 120" CA)
Wrap -around grille guard
$ 995.00
12,000 lb. winch with
$ 1,875.00
remote *(requires GG)
4,000 lb. EH auto crane,
$ 11,995.00
or approved equivalent,
with crane reinforcements
with manual outriggers
5,000 lb. EH auto crane,
$ 14,995.00
or approved equivalent,
with crane reinforcements
with manual outriggers
PTO provision
$ 250.00
PTO transmission driven,
$ 1,695.00
dealer installed.
25K-22 auto crane body
$ 10,995,00
with shelf package, 12"
F-450
Duval
7k Central
$26,787.00
Northern
$ 425.00
$ 485,00
$ 78.00
$ 155.00
$ 200.00
$ 410.00
Std.
$ 95.00
$ 78.00
$ 2,326.00
$ 2,559.00
$ 3,992.00
$ 320,00
$ 1,850.00
$ 5,184.00
$ 5,200.00
$ 5,350.00
$ 3,650.00
$ 7,400.00
$ 474.00
$ 1,413.00*
$ 12,500.00
Central
$ 425.00
F-450
Duval
�k Southern
$26,891.00
$ 485.00
$ 78.00
$ 155.00
$ 200.00
$ 410.00
Std.
$ 95.00
$ 78.00
$ 2,326.00
$ 2,559.00
$ 3,992.00
$ 320.00
$ 1,850.00
$ 5,184.00
$ 5,200.00
$ 5,350.00
$ 2,998.00
$ 3,650.00
$ 7,400.00
$ 474.00
$ 1,413.00*
$ 12, 500.00
Southern
$ 425.00
$ 485.00
$ 78.00
$ 155.00
$ 200.00
$ 410,00
Std.
$ 95.00
$ 78.00
$ 2,326.00
$ 2,559.00
$ 3,992.00
$ 320.00
$ 1,850.00
$ 5,184.00-
5,200.00
$ 5,350.00
$ 2,998.00
$ 3,650.00
$ 7.400.00
$ 474.00
$ 1,413.00*
$ 12,500,00
$ 15,350.00 $ 15,350.00 0 15,350.00
$ 250.00 $ 250.00 $ 250.00
$ 1,500.00 $ 1, 500.00 $ 1, 500.00
$ 10, 750.00 $ 10, 750.00 $ 10, 750.00
682 Bid Award Announcement (02-10-0826)
VEHICLE:
DEALER:
ZONE:
SASE PRICE:
F-450
Orville
* Western
$27,250.00
F-450
Duval
* Northern
$26, 787.00
F-450
Duval
* Central
$26,787.00
F-450
Duval
* Southern
$26,891.00
Order
Code Add Options (cont'd) Western
Northern
Central
Southern
bumper with crank
outriggers, or approved
equivalent
Front stabilizer bars
Std.
Std.
Std.
Std.
Spray -in liner $
800.00
$
569.00
$
569.00
$
569.00
(Rhino or approved
equivalent)
4-corner strobe system $
490.00
$
394.00
$
394.00
$
394.00
(Whelen, Federal or
approved equivalent)
Roof -mount amber strobe $
375.00
$
210.00
$
210.00
$
210.00
beacon (Whelen, Federal
or approved equivalent)
DSM Complete set of shop $
245.00
$
325.00
$
325.00
$
325.00
manuals
5/75 Manufacturer's $
2,595.00
$
2,595.00
$
2,595.00
$
2,595.00
Extended Base Care
Warranty ($0 deductible)
See Page 957
5/75 Manufacturer's $
2,220.00
$
2,220.00
$
2,220.00
$
2,220.00
Extended Power Train
Warranty ($0 deductible)
5/75 Manufacturer's $
2,845.00
$
2,845.00
$
2,845.00
$
2,845.00
Extended Base Care
Warranty ($0 deductible) -
Diesel
5/75 Manufacturer's $
2,630.00
$
2,630.00
$
2,630.00
$
2,630.00
Extended Power Train
Warranty ($0 deductible) -
Diesel
*Ford warranties will be $50.00 deductible
on cab & chassis.
Bid Award Announcement tO2-10-0826) 683
TEMP RESO 10069
EXHIBIT 2
Florida Department of Transportation
Public Transit Office Order Packet
FVPP-02-CA-3
Body on Chassis Cutaway Type Vehicles
General Information
The Florida Vehicle Procurement Program (FVPP) issued Proposal #FVPP-02-CA-3 to
establish a state contract for the purchase of Body On Chassis Cutaway Type Vehicles.
Through this process, a contract was awarded to Atlantic Bus Sales, Inc. on December
20, 2001 to provide these vehicles. This contract was then extended through the 2003
build year.
This packet contains the necessary instructions and forms for agencies to purchase
vehicles. This information can also be found at the FVPP website
(http://www.cutr.usf.edu/Research/fvpp/fvpp2.htm). This packet also provides guidance
and clarity in the relationships between the buyers and the seller.
If an issue arises that is not adequately addressed, please contact Ed Bart or Cindy
Wooten at (813) 974-9813 or (813) 974-9771.
Vendor Information
Atlantic Bus Sales, Inc. is located at 548 S. Dixie Hwy East, Pompano Beach, FI.
33060. The telephone number is (954) 941-7722 and the FAX number is (954) 941-
7466. When placing orders, please direct all inquiries to Rick Mahoney or Katie
Barragato and reference the FVPP Contract # FVPP-02-CA-3.
Ordering, Delivery, and Payment
Procedures contained in this section will be used by agencies and vendors to provide
guidance in the ordering of and payment for vehicles. Agencies should understand that
each order placed with and acknowledged by Atlantic Bus Sales, Inc. constitutes a
contract between the purchaser and Atlantic Bus Sales, Inc. only. The contract implies
no duties or responsibilities by the Project Coordinator or the Florida Department of
Transportation. The terms and conditions of the said contract are to be administered
and enforced by and between the purchaser and bidder.
Ordering Instructions
An Agency Purchase Order should accompany all orders placed with Atlantic Bus
Sales, Inc. Please submit a separate order form (See Exhibit A - sample order form) for
each vehicle. Each order form (See Exhibit B- actual order form) contains:
FVPP-02-CA-3 11 1 SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
• The base vehicle price
• Seating and wheelchair station prices
• Paint scheme prices
• Individual option prices
• Choices form
The Ford vehicle will be built on a Ford dual rear wheel cutaway chassis with both the
standard 158-inch and 176-inch wheelbases and the two new longer versions; 27' and
29'. The vehicles will come standard with a 400 cubic inch gasoline engine. All
vehicles will have a manual door with standard driver's seat. They will also include the
multiplex electrical system and all standard equipment and required options per the
specifications.
Most agencies already have an idea of the type and number of seats/wheelchair
stations needed to meet their floor plan requirements. Those agencies that have
already determined their floor plan requirements should fax a copy of the proposed
layout to Atlantic Bus Sales, Inc. for verification prior to submitting their order(s).
Agencies requiring assistance with floor plan layout should call Atlantic Bus Sales, Inc.
and discuss their needs. Atlantic Bus Sales, Inc. will develop a proposed floor plan
based on the agency's needs and fax a copy to the agency for verification prior to the
agency submitting the order. A few sample floor plans are included with this packet.
Standard passenger seats will be Freedman Feather Weight Mid or High Back including
a "Knee Saver" backrest design. Fold -a -way seats will be the Freedman AM 3-Step
seat.
An illustration of the basic paint schemes (Exhibit C) and a description of the individual
options (Exhibit D) are also being provided to assist you in compiling your order.
After determining a floor plan and the individual options, place the number of desired
items in the quantity column. Multiply the dollar figure in the cost column by the number
of items in the corresponding quantity column to arrive at a total cost per item. Enter
the total in the total cost column. Add the figures in the total cost column to arrive at the
grand total for the vehicle. The grand total will be the figure used on the agency's
purchase order. Agencies may make as many copies as needed of the blank order
form.
Atlantic Bus Sales, Inc. will provide to the agency written confirmation of receipt of its
order within 72 hours of receiving the order. At a minimum, the acknowledgment of
order will contain:
FVPP-02-CA-3 - 2, SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
• The agency's P.O. number
• Date order was received
• Date order was placed with the manufacturer
• The production / Vin number when available
• Estimated delivery date (when available)
Delivery
In case of delay in completion of delivery of an agency's vehicle(s) beyond the number
of days allotted in the bid contract, the agency may assess as liquidated damage,
$25.00 per calendar day per vehicle (unless granted an extension in writing).
All work on and delivery of the vehicle(s) will be completed within one hundred twenty
(120) days of receipt of chassis from the OEM supplier or receipt of Purchase Order
from Purchaser, whichever occurs last. Each vehicle purchased through this contract
shall be routed to the FDOT's Springhill inspection facility located in Tallahassee,
Florida for an inspection prior to delivery to Atlantic Bus Sales, Inc. Atlantic Bus Sales,
Inc. should see that all noted write-ups are corrected prior to final delivery to the
procuring agency. This inspection by the FVPP is not represented as being "all
inclusive" and in no way relieves the dealer from performing the required Pre -Delivery
Inspection (PDI). Prior to the vehicle(s) being delivered, Atlantic Bus Sales, Inc. must
perform a PDI. Atlantic Bus Sales, Inc. will notify the agency and the appropriate FDOT
District Representative a minimum of 48 hours in advance to arrange a delivery time.
Each vehicle will be delivered with all vendor/manufacturer's quality control checklist
including road test and final inspection (properly completed and signed by an authorized
plant representative). Other documents that Atlantic Bus Sales, Inc. will provide at
delivery include:
• Copy of Manufacture's Certificate of Origin.
• Copy of Application for Certificate of Title.
• Warranty papers (forms, policy, procedures).
• Maintenance manual.
• Spare key(s).
• Operator's manual.
Final Acceptance
A vehicle should be rejected if any of the above items are missing, defective, altered,
incorrect, or incomplete, the agency should reject the vehicle. If a vehicle(s) is delivered
incomplete or contains any defective or damaged parts, the said parts will be removed
and replaced by Atlantic Bus Sales, Inc. New parts will be furnished and installed by
Atlantic Bus Sales, Inc. at no cost to the agency. In the event work is involved, warranty
FVPP-02-CA-3 - 3 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
or otherwise, to repair or place the vehicle(s) in proper complete condition, such repairs
will be made by an approved firm (please see Exhibit F for warranty provisions).
Delivery of the vehicle(s) by Atlantic Bus Sales, Inc. does not constitute acceptance by
the agency. The vehicle will be considered "accepted" upon passing the inspection and
issuance of an acceptance letter by the agency. The terms of this contract state that an
agency has 10 calendar days after receiving vehicle(s) to perform the Post Delivery
Inspection and issue either a "Letter of Acceptance" or a "Letter of Rejection" to Atlantic
Bus Sales, Inc. and their FDOT District Office. The "Letter of Rejection" will state and
describe the areas to be found in noncompliance with the bid specifications and is
incomplete or contains any defective or damaged parts. A vehicle should only be
rejected if it fails to comply with the construction called for in the specifications or if does
not have the equipment/options as ordered. Placing the vehicle(s) in revenue service
will automatically constitute "acceptance"; however, a "Letter of Acceptance" should still
be sent to Atlantic Bus Sales, Inc.
Payment
Within five (5) days after accepting their vehicles(s), agencies should complete all
necessary paperwork required by their FDOT District Office and submit their request for
reimbursement along with the required documentation to their FDOT District
Representative. At a minimum this will include:
• Three original signed FDOT invoices
• Letter of acceptance
• Proof of insurance
• Copy of title application listing FDOT as only lien holder
• Vin number
• Odometer reading
This should allow time to have Atlantic Bus Sales, Inc. paid in full within sixty- (60)- days
of acceptance. Agencies should note that failure to meet the net 60-day payment terms
could result in the payment of interest and other penalties. Terms are those shown in
the FVPP-02-CA Bid Document. A 2% (24% per annum) service charge will be added
to all past due accounts.
FVPP-02-CA-3 - 4 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT A
It
-AR11- i7flU 4 We
FVPP-02-CA-3 - 5 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
SAMPLE ORDER FORM
FVPP-02-CA-3 (Body On Chassis Cutaway Type Vehicles)
Atlantic Bus Sales, Inc.
AGENCY NAME:
CONTACT PERSON:
n,.f her')nr»
DATE: P.O.:
F.I.N.#
Item
Cost
Quantity
Total Cost
Base Vehicle: Ford E40 Super Duty 22 Foot
42,164.00
42,164.00
Base Vehicle: Ford E40 Super Duty 25 Foot
44,684.00
Base Vehicle: Ford E550 Super Duty 27 Foot
Pending
Base Vehicle: Ford E550 Super Duty 29 Foot
54,498,00
Engine Upgrade (Diesel) Size 7.3 L
Make Ford P. S. Manufacturer Ford
3,996.00
Engine Upgrade (Alt Fuel) Size 5.4 L
Make CNG 176" WB Manufacturer Ford
10,582.00
Help Bumpers — Front
725.00
Help Bumpers- Rear
650.00
Altro Slip Resistant Flooring
950.00
Aluminum Wheels (set of four)
1,390.00
Driver Seat A
752.00
Driver Seat B
787.00
Electric Entry Door
395.00
Retarder
4,995.00
1
4,995.00
Ricon W/C/L Model K5005 ADA
3,790.00
Braun W/C/L Model L917
3,825.00
Maxon W/C/L Model WL-6A3353
3,755.00
1
3,755.00
Sure-Lok restraint system (per position)
437.00
2
874.00
Q-Straint restraint system (per position)
498.00
TOTAL PAGE ONE
51,788.00
FVPP-02-CA-3 - 6 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
SAMPLE ORDER FORM (cont)
Item
Cost
Quantity
Total Cost
Led Deceleration Light System - Diesel
495.00
Led Deceleration Light System - Gas
475.00
Breakaway Mirrors (driver's side only)
223.00
Flat Floor
740.00
Stainless Steel Wheel Inserts (set of four)
295.00
Public Address System
265.00
1
250.00
Seat Belt Extensions (set of two)
48.00
AM/FM Radio
285.00
1
195.00
PennTex PX 6 Alternator (Diesel engine only)
0.00
Standard seat (per person)
179.00
2
358.00
Flip -Type seat (per person)
203.00
6
1236.00
Fold -Away seat (per person)
268.00
6
1608.00
Child seat (per person)
171.00
Paint scheme 1
200.00
Paint scheme 2
250.00
1
250.00
Paint scheme 3
300.00
TOTAL (total page 2) 3,897.00
TOTAL (total page 1) 51,788.00
GRAND TOTAL (total page 1 and page 2) 55,685.00
FVPP-02-CA-3 - 7 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
SAMPLE CHOICES FORM
SEATING AND FLOORING CHOICES
Seating Colors: (circle one) gray blue tan
Flooring Colors: (circle one) gray blue tan black
Paint Scheme: (circle one) #1 #2 #3
Agencies will select two (2) colors for the background and stripe when orders
are placed. If an agency requires a paint and lettering scheme that is NOT
GENERALLY covered by one of those listed, they may make separate
arrangements with Atlantic Bus Sales, Inc. to provide these services. Base
price reflects white base coat.
WHEELCHAIR LIFT CHOICES
Wheel Chair Lift: (circle one) Braun Maxon Ricon
SECUREMENT DEVICE CHOICES
W/C securement (circle one) 6Sure-Lok Q'Straint
PLANNED SERVICE REQUIREMENT
Planned Usage (circle one) Fixed Route Demand Response
TWO-WAY RADIO WIRING SETUP
Radio works with (circle one) Ignition On Only Ignition On or Off
FVPP-02-CA-3 - 8 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT B
ORDER FORM
FVPP-02-CA-3 .9 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
ORDER FORM
FVPP-02-CA-3 (Body On Chassis Cutaway Type Vehicles)
Atlantic Bus Sales, Inc.
AGENCY NAME:
DATE:
P.O.:
CONTACT PERSON:
October 2002
F.I.N.#
Item
Cost.
Quantity Total Cost
Base Vehicle: Ford E40 Super Duty 22 Foot
42,164.00
Base Vehicle: Ford E40 Super Duty 25 Foot
44,684.00
Base-Vehide: Ford E550 Super Duty 27 Foot
Pending
Base Vehicle: Ford E550 Super Duty 29 Foot
54,498.00
Engine Upgrade (Diesel) Size 7.3 L
3,996.00
�, 9
Make Ford P. S. Manufacturer Ford
Engine Upgrade (Alt Fuel) Size 5.4 L
Make CNG 176" WB Manufacturer Ford
10,582.00
Help Bumpers — Front '
725.00
Help,Bumpers- Rear
650.00 .
Altro Slip Resistant Flooring
950.00
Aluitiinum Wheels (set of four)
1,390.00
Driver Seat A
752.00
% `- S
Driver Seat B
787.00
Electric Entry Door
395.00
Retarder iJ pr/�N� 4,995.00.
^ RiconW/C/L Model K5005 ADA c.i, A A, F 7 f
V90.00
% Q
Braun W/C/L Model L917
3,825.00
Maxon W/C/L Model WL-6A3353
3,755.00
Sure-Lok restraint system (per position)
437.00
Q-Straint restraint system (per position)
498.00
64
TOTAL PAGE ONE
FVPP-02-CA-3
-10 -
SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
ORDER FORM (cont)
Item
Cost
Quantity
Total Cost
Led Deceleration Light System - Diesel
495.00
Led Deceleration Light System - Gas
475.00
Breakaway Mirrors (driver's side only)
,223.00
�.
Flat Floor
740.00
Stainless Steel Wheel Inserts (set of four)
295.00
Public Address System
265.00
Seat Belt Extensions (set of two)
48.00
AWFM Radio
285.00
PennTex PX 6 Alternator (Diesel engine only)
0.00
Philon Seamless Roof
0.00
Standard seat (per person)
179.00
Flip -Type seat (per person)
203.00
Fold -Away seat (per person)
268.00
Child seat (per person)
171.00
Paint scheme 1
200.00
Paint scheme 2
250.00
Paint scheme 3
300.00
TOTAL (total page 2)
TOTAL (total page 1)
GRAND TOTAL (total page 1 and page 2) ,1- 537
FVPP-02-CA-3 -11 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
CHOICES FORM
SEATING AND FLOORING CHOICES
Seating Colors:
(circle one)
gray
blue
tan
Flooring Colors:
(circle one)
gray
blue
tan black
Paint Scheme:
(circle one)
#1
#2
#3
Agencies will select two (2) colors for the background and stripe when orders
are placed. If an agency requires a paint and lettering scheme that is NOT
GENERALLY covered by one of those listed, they may make separate
arrangements with Atlantic Bus Sales, Inc. to provide these services. Base
price reflects white base coat.
WHEELCHAIR LIFT CHOICES
Wheel Chair Lift: (circle one) Braun Maxon Ricon
SECUREMENT DEVICE CHOICES
W/C securement (circle one) Sure-Lok Q'Straint
PLANNED SERVICE REQUIREMENT
Planned Usage (circle one) Fixed Route Demand Response
TWO-WAY RADIO WIRING SETUP
Radio works with (circle one) Ignition On Only Ignition On or Off
FVPP-02-CA-3 -12 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT C
PAINT SCHEMES
FVPP-02-CA-3 -13 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
Paint Scheme 1
FVPP-02-CA-3 -14 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
Itt
I
Paint Scheme 2
FVPP-02-CA-3 -15 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
Paint Scheme 3
FVPP-02-CA-3 -16 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT D
OPTIONS
FVPP-02-CA-3 -17 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
OPTIONS
(FVPP-02-CA-3)
3.1.0 HELP BUMPERS - FRONT
3.1.1 Bumpers; energy absorbing HELP, or equal in place of standard bumpers.
Add 7" to maximum overall length.
3.2.0 HELP BUMPERS - REAR
3.2.1 Bumpers; energy absorbing HELP, or equal in place of standard bumpers.
Add 7" to maximum overall length.
3.3.0 ALTRO -FLOORING
3.3.1 Altro Transflor slip resistant sheet vinyl flooring.
3.5.0 ENGINE
3.5.1 7.3 liter diesel.
3.5.2 5.4 liter Compressed Natural Gas (CNG). 225 hp @ 4500 rpm with 325 lb
torque @ 2400 rpm.
3.7.0 ALUMINUM WHEELS
3.7.1 Aluminum wheels in place of steel wheels.
3.8.0 DRIVER SEAT
3.8.1 A. Freedman Magnum 200. Seat shall be fully adjustable type and shall
include shoulder and lap restraining belt with retractor, right arm rest, and
lumbar support. The upholstery shall be color keyed to the passenger seats.
3.8.2 B. Freedman Relaxor Sport Seat.
3.12.0 PUBLIC ADDRESS SYSTEM
3.12.1 Radio Engineering Industries (REI) driver controlled public address system.
FVPP-02-CA-3 -18 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
3.13.0 SEAT BELT EXTENSIONS
3.13.1 Extends the length of the standard seat belt.
3.14.0 AMIFM RADIO
3.14.1 Installation of an AM/FM Radio with speakers.
3.15.0 DOORS
3.15.1 The door shall function through the use of an electric door operator. This door
operator shall be modular in design for easy installation and reliable
performance. The door operator shall develop sufficient force to close, and
keep closed, the doors during normal operation, while at the same time
provide slam free operation. The electric operated device shall consist of an
electric motor and gear assembly which is designed to prevent back drive in
either the open or closed direction. Full rotation of the toter lever shall be 150
degrees so that maximum door panel force is provided in the fully closed and
fully open position resulting in firm panel positioning. The mid cycle produces
the lowest closing force. The door operator shall have an adjustment which
will allow both the builder and/or the end user to correct door panel timing.
The door operator shall either open or close the door in approximately 2.5
seconds. It shall also have a manual door release that is easily operated and
will allow the doors to be manually opened.
3.16.0 RETARDER
3.16.1 The vehicle shall be equipped with a self air cooled, electro-magnetic, drive -
line Telma retarder properly sized to meet vehicle specifications. Retarder
shall be automatically and progressively activated upon depression of brake
pedal. The retarder is to have 4 dash mounted lights which indicate stages
and percentage of retarder engagement. A speed switch shall be provided to
automatically discourage the retarder when the vehicle comes to a stop.
Retarder is to have an ABS interface if vehicle is equipped with ABS. Design
and installations shall be in accordance with industry standards as they
pertain to drive -line design. Upon request there shall be a copy of engineering
computations and drive -line conformity made available.
FVPP-02-CA-3 -19 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
3.17.0 ADA DEVICES
3.17.1 Ricon Wheel Chair Lift. (per Part 2).
3.17.2 Braun Wheel Chair Lift. (per Part 2).
3.17.3 Maxon Wheel Chair Lift. (per Part 2).
3.17.4 Sur-Lok Wheel Chair Restraint System (per Part 2).
3.17.5 Q-Straint Deluxe Wheel Chair Restraint System (per Part 2).
3.18.0 LED DECELERATION LIGHT SYSTEM (Diesel Powered Bus)
3.18.1 Bus shall be equipped with a deceleration lighting system (Safety
Development Systems Model CDAS 0280 APS SDF or equivalent) which
cautions following vehicles that the bus is slowing, preparing to stop, or is
stopped.
3.18.2 Deceleration lights shall be wired to flash when the bus operator takes his/her
foot off of the accelerator.
3.18.3 Deceleration lights shall be three (3) amber colored LED lamps.
3.18.4 Deceleration lights shall be mounted in horizontal alignment on the rear of the
bus at or near the vertical center of the bus, not higher than the lower edge of
the rear window or, if the bus has no rear window, not higher than 72 inches
from the ground.
3.18.5 Accelerator actuator shall be specifically designed for diesel engine
application.
3.19.0 LED DECELERATION LIGHT SYSTEM (Gasoline Powered Bus)
3.19.1 Bus shall be equipped with a deceleration lighting system (Safety
Development Systems Model CDAS 0280 APS MECHANICAL or equivalent)
which cautions following vehicles that the bus is slowing, preparing to stop, or
is stopped.
3.19.2 Deceleration lights shall be wired to flash when the bus operator takes his/her
foot off of the accelerator.
FVPP-02-CA-3 - 20 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
3.19.3 Deceleration lights shall be three (3) amber colored LED lamps.
3.19.4 Deceleration lights shall be mounted in horizontal alignment on the rear of the
bus at or near the vertical center of the bus, not higher than the lower edge of
the rear window or, if the bus has no rear window, not higher than 72 inches
from the ground.
3.19.5 Accelerator actuator shall be specifically designed for gasoline engine
application.
3.20.0 BREAKAWAY MIRRORS (Drivers side only)
3.20.1 Delete standard driver's side outside mirror and install breakaway (fold back)
type Mirror with two in one head (LUCERIX 22.497.00).
3.20.2 Mirror head shall be 15" X 8" two in one type with a convex mirror at the
bottom.
3.20.3 Mounting bracket shall be cast alloy and shall be mounted directly in front of
the driver's window.
3.20.4 The mirror arm shall be constructed of cast alloy and shall be designed to
"breakaway " if struck by a fixed object. The arm shall be equipped with a
positive stop to prevent contact with the body if the arm does "breakaway".
3.22.0 FLAT FLOOR
3.22.1 Floor in passenger area shall be flat with no wheel wells exposed inside of
passenger area.
3.23.0 STAINLESS STEEL WHEEL INSERTS
3.23.1 Bus shall be equipped with stainless steel wheel liners/inserts both front and
rear.
3.23.2 Wheel liners/inserts shall be Versa -Liner or equivalent.
3.23.3 Wheel liners/inserts shall be made of 304L stainless with permanently
attached simulated lug nuts.
3.23.4 Wheel liners/inserts shall be of one-piece design and must be designed to be
attached without interfering with the lug nut to wheel surfaces.
3.24.0 PENNTEX PX6 ALTERNATOR (Diesel Engine Only)
FVPP-02-CA-3 - 21 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
3.24.1 Latest generation PennTex Alternator offered instead of OEM dual alternator
setup.
FVPP-02-CA-3 .22. SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT E - 22 FT.
SAMPLE
FLOOR -PLAN LAYOUT
FVPP-02-CA-3 - 23 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
FVPP-02-CA-3 - 24 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT E - 25 FT.
SAMPLE
FLOOR -PLAN LAYOUT
FVPP-02-CA-3 - 25 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
1 ,nu���::�nuunn�um::"'nnununn,
rr `r
`r�� `rlrr L7
.............. .
FVPP-02-CA-3 - 26 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT E — 27 FT.
SAMPLE
FLOOR -PLAN LAYOUTS
(Not available at this time)
FVPP-02-CA-3 _27 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT E — 29 FT.
SAMPLE
FLOOR -PLAN LAYOUTS
(Not available at this time)
FVPP-02-CA-3 - 28 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
EXHIBIT F
WARRANTY PROVISIONS
FVPP-02-CA-3 - 29 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
WARRANTY PROVISIONS
(FVPP-02-CA-3)
5.0 Basic Provisions
5.1.0 Warranty Requirements
Warranties in this document are in addition to any statutory remedies or
warranties imposed on Atlantic Bus Sales, Inc. Consistent with this
requirement Atlantic Bus Sales, Inc. warrants and guarantees to the
purchaser each complete vehicle, and specific subsystems and
components as follows:
5.1.1 Complete Vehicle
The vehicle is warranted and guaranteed to be free from defects as
specified in Exhibit 5.1 beginning on the date of acceptance of each
vehicle. During this warranty period, the vehicle shall maintain its structural
and functional integrity. The warranty is based on regular operation of the
vehicle under the operating conditions prevailing in the purchaser's locale.
5.1.2 Subsystems and Components
Specific subsystems and components are warranted and guaranteed to be
free from defects and related defects for the times and/or mileages given in
Exhibit 5-1.
Exhibit 5-1.
Subsystem and component minimum warranty, whichever occurs first.
Item
Years
Mileage
OEM Chassis
3
36.000
Manufacturers Warranty
3
45,000
Body Structure
5
75,000
Air conditioning system
3
Unlimited
Alternator
18 months
75,000
Wheelchair lift
3 (parts & labor)
Unlimited
FVPP-02-CA-3 - 30 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
5.2.0 Voiding of Warranty
The warranty shall not apply to any part or component of the vehicle that
has been subject to misuse, negligence, accident, or that has been
repaired or altered in any way so as to affect adversely its performance or
reliability, except for repairs completed in accordance with Atlantic Bus
Sales, Inc.' maintenance manuals and the workmanship in accordance with
recognized standards of the industry. The warranty shall also be void if the
purchaser fails to conduct normal inspections and scheduled preventive
maintenance procedures as recommended in Atlantic Bus Sales, Inc.'
maintenance manuals.
5.3.0 Exceptions to Warranty
The warranty shall not apply to scheduled maintenance items, items such
as tires and tubes, or items furnished by the, such as radios, fare boxes,
and other auxiliary equipment, except when such equipment has been
damaged by the failure of a part or component for which Atlantic Bus
Sales, Inc. is responsible.
5.4.0 Detection of Defects
If the purchaser detects a defect within the warranty periods defined in
Section 1.1, it shall promptly notify Atlantic Bus Sales, Inc.' representative.
Within five (5) working days after receipt of notification, Atlantic Bus Sales,
Inc.' representative shall either agree that the defect is in fact covered by
the warranty, or reserve judgment until the subsystem or component is
inspected by Atlantic Bus Sales, Inc.' representative or is removed and
examined at the purchaser's property or at Atlantic Bus Sales, Inc.' plant.
At that time, the status of warranty coverage on the subsystem or
component shall be mutually resolved between the purchaser and Atlantic
Bus Sales, Inc. Work necessary to affect the repairs defined in Section 2.2
shall commence within ten (10) working days after receipt of notification by
Atlantic Bus Sales, Inc.
5.5.0 Scope of Warranty Repairs
When warranty repairs are required, the purchaser and Atlantic Bus Sales,
Inc.' representative shall agree within five (5) days after notification, on the
most appropriate course for the repairs and the exact scope of the repairs
to be performed under the warranty. If no agreement is obtained within the
five (5) day period, the purchaser reserves the right to commence the
repairs in accordance with Section 2.3.
5.6.0 Fleet Defects
A fleet defect is defined as the failure of identical items covered by the
warranty and occurring in the warranty period in at least 60% of the
vehicles delivered under this contract.
FVPP-02-CA-3 - 31 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
5.6.1 Scope of Warranty Provisions
Atlantic Bus Sales, Inc. shall correct a fleet defect under the warranty
provisions defined in Part 4: Warranty Provisions, Section 2.0. After
correcting the defect, Atlantic Bus Sales, Inc. shall promptly undertake and
complete a work program designed to prevent the occurrence of the same
defect in all other vehicles purchased under this contract. The work
program shall include inspection and/or correction of the potential or
defective parts in all of the vehicles. The warranty on items determined to
be fleet defects shall be extended for the time and/or miles of the original
warranty. This extended warranty shall begin on the date a fleet defect was
determined to exist, or on the repair/replacement date for corrected items.
5.6.2 Voidina of Warranty Provisions
The fleet defect provisions shall not apply to vehicle defects caused by
noncompliance with Atlantic Bus Sales, Inc.' recommended normal
maintenance practices and procedures.
5.6.3 Excel2tions to Warranty Provisions
Fleet defect warranty provisions shall not apply to damage that is a result
of normal wear and tear in service to such items as seats, floor covering,
windows, interior trim, and paint. The provisions shall not apply to
purchaser -supplied items such as fare boxes, radios, and tires.
5.7.0 Repair Procedures
5.7.1 Repair Performance
The purchaser may require Atlantic Bus Sales, Inc. or its designated
representative to perform warranty -covered repairs that are clearly beyond
the scope of its capabilities. The purchaser's personnel may do the work
with reimbursement by Atlantic Bus Sales, Inc.
5.7.2 Repairs by Atlantic Bus Sales Inc.
If the purchaser requires Atlantic Bus Sales, Inc. to perform work
necessary to effect warranty -covered repairs, Atlantic Bus Sales, Inc.'
representative must begin within ten (10) working days after receiving
notification of a defect from the purchaser. The purchaser shall make the
vehicle available in a timely manner to Atlantic Bus Sales, Inc. consistent
with the repair schedule.
Atlantic Bus Sales, Inc. shall provide, at it's own expense, all spare parts,
tools, and space required to complete repairs. At the purchaser's option,
Atlantic Bus Sales, Inc. may be required to remove the vehicle from the
purchaser's property while repairs are being affected. If the vehicle is
removed from the purchaser's property, Atlantic Bus Sales, Inc.'
representative must diligently pursue repair procedures.
FVPP-02-CA-3 - 32 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
5.8.0 _ Repairs by the Purchaser
5.8.1 Parts Used
If the purchaser performs the warranty -covered repairs, it shall correct or
repair the defect and any related defects using contractor -specified spare
parts available from its own stock or those supplied by Atlantic Bus Sales,
Inc. specifically for this repair. Monthly, or at a period to be mutually agreed
upon, reports of all repairs covered by this warranty shall be submitted by
the purchaser to Atlantic Bus Sales, Inc. for reimbursement or replacement
of parts. Atlantic Bus Sales, Inc. shall provide forms for these reports.
5.8.2 Atlantic Bus Sales, Inc. Supplied Parts
The purchaser may request that Atlantic Bus Sales, Inc. supply new parts
for warranty -covered repairs being performed by the purchaser. These
parts shall be shipped prepaid to the purchaser from any source selected
by Atlantic Bus Sales, Inc. within ten (10) working days of receipt of the
request for said parts.
5.8.3 Defective Components Return
Atlantic Bus Sales, Inc. may request that parts covered by the warranty be
resumed to the manufacturing plant. The total cost for this action shall be
paid by Atlantic Bus Sales, Inc. Materials should be returned in
accordance with contractor's instructions.
5.8.4 Reimbursement for Labor
The purchaser shall be reimbursed by Atlantic Bus Sales, Inc. for labor.
The amount shall be determined by multiplying the number of man-hours
actually required to correct the defect by the purchaser's current per hour,
master mechanic, straight wage rate, plus 32 percent fringe benefits, plus
the cost of towing in the vehicle if such action was necessary and if the
vehicle was in the normal service area. These wage and fringe benefit
rates shall not exceed the rates in effect in the purchaser's service garage
at the time the defect correction is made. The purchaser shall not accept
parts credit as payment of warranty labor claims.
5.8.5 Reimbursement for Parts
The purchaser shall be reimbursed by Atlantic Bus Sales, Inc. for defective
parts and for parts that must be replaced to correct the defect. The
reimbursement shall be at the invoice cost of the part(s) at the time of
repair and shall include taxes where applicable and 2 percent handling
charges. The purchaser shall not accept parts credit as payment of
warranty part claims.
5.9.0 Warranty after ReplacemenVRepairs
If any component, unit, or subsystem is repaired, rebuilt, or replaced by
Atlantic Bus Sales, Inc. or by the purchaser's personnel, with the
FVPP-02-CA-3 - 33 - SEPTEMBER 2002
Florida Department of Transportation
Public Transit Office Order Packet
concurrence of Atlantic Bus Sales, Inc., the subsystem shall have the
balance of the original warranty period.
FVPP-02-CA-3 - 34 - SEPTEMBER 2002
FVPP PROPOSAL # FVPP-02-CA-3
PRE -AWARD REVIEW CERTIFICATIONS
` ,. "4w 1,5,f er _ , acting on behalf of agencies purchasing vehicles
under the contract established by FVPP Proposal # FVPP-02-CA, certifies the following:
1►'I��i�jM+ri 318
As required by Title 49 of the CFR, Part 663 - Subpart B, the recipient is satisfied that the buses
to be purchased from Atlantic Bus Sales meet the requirements of Section 165(b)(3) of the
Surface Transportation Assistance Act of 1982, as amended. The recipient has reviewed
documentation provided by the manufacturer, which lists (1) the proposed component and
subcomponent parts of the buses identified by manufacturer, country of origin, and cost; and (2)
the proposed location of the final assembly point for the buses, including a description of the
activities that will take place at the final assembly point and cost of final assembly.
Date: O /
Signature Title: a
I. PRE -AWARD PURCHASER'S REQUIREMENIS CERT FI ATION
As required by Title 49 of the CFR, Part 663 - Subpart B, the buses to be purchased from
Atlantic Bus Sales are the same product described in the recipient's solicitation specification and
that the proposed manufacturer is a responsible manufacturer with the capability to produce a bus
that meets the specifications.
Date: /Z 9 a/
Signature �WZTitle•&o?lrf�_a
J
III. PRE -AWARD FMVSS COMPLIANCE CERTIFICATION
As required by Title 49, of the CFR, Part 663 - Subpart D, a copy of Atlantic Bus Sales self -
certification information stating that the buses will comply with the relevant Federal Motor
Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title
49 of the Code of Federal Regulations, Part 571.
Date: I-Z F o
� r
Signature: Title•
Florida Department of Transportation
Public Transit Office Part 1
STANDARD ASSURANCES
Federal Requirements for Invitation for Proposal
1 Tzir-representing the Proposer, certify that I have
read and understand all terms and conditions of the Federal Requirements for Invitation for
Proposal and, if awarded this proposal, will comply with all terms and conditions contained
therein.
Comptroller General's Pro os 's Certification
AL Anti r Tau& sale& __hereby certifies that they are NOT on the Comptroller
General's list of ineligible Contractors. Manufacturers appearing on said list will be
considered ineligible.
MerAssurar)cea -
I, Richard-P. Mahone , representing the Proposer, assure that the
Proposer is licensed to sell vehicles in the State of Florida, under license #
At, anti 0 n„m Sal ea assures that equipment proposal will meet or exceed
all specifications, and that all equipment and items specified in the vehicle specifications
arrive with the vehicle at time of delivery to the Purchaser.
assures that local representation of the manufacturer
has been secured and will be liable for warranty work on the vehicle(s).
DATE
SIGNATURE
-COMPANY NAME A LMTIC BUS SALES
TITLE
FVPP-02-SCCP-CA - 34 - JUNE 2001
WM*-.n OF R'.MA
DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VO4CM
DMS ON CF MOTOR VSHICIES
i.ICE7r$E YWI
v
LtC� NUAI�R
R
x THIS CERTIFIES, THAT
-J n•.7..f � . _�S i. w C{'..� .. �... r+ti•� *i: :•1�Jti "i..:�~' Ti. �.IL
AT
r
PCK.--mQ
IS HEREBY UCENSW UNDER THE PROVISIONS OF $ECTION
MOTOR 'd"' 1-:L S AT THE ABOVE DESCRIBED -U:ATION
Florida Departmenf of Transportation
Public Transit Office Part 1
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR
MANUFACTURED PRODUCTS
Certificate of Compliance with 49 U.S.C. 53230)(1)
The proposer or Offeror hereby certifies that it will meet the requirements of 49 U.S.C.
53230)(1) and the applicable regulations in 49 CFR Part 661.
Date 2 0 1
Signature
Company Name_ ATT.AN pTr BUj 9ALEs
Title President
Certificate of Non -Compliance with 49 U.S.C. 53230)(1)
The proposer or Offeror hereby certifies that if cannot comply with the requirements of 49
U.S.C. 5323G)(1), but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B) or
0)(2)(D) and the regulations in 49 CFR 661.7,
Date
Signature
Company Name
Title
FVPP-02-SCCP-CA - 35 - JUNE 2001
Florida Department of Transportation
Public Transit Office Part 1
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING
STOCK AND ASSOCIATED EQUIPMENT
(Applicable to purchases over $100,000.00)
Certificate of Compliance with 49 U.S.C. 53230)(2)(C).
The proposer or Offeror hereby certifies that it will comply with the requirements of 49
U.S.C. 53230)(2)(C) and the regulations at 49 CFR Part 661.
Date
Signature
Company Name ATLANTIC BUS SALES
Title President
Certificate of Non -Compliance with 49 U.S.C. 6323Q1(2)(C)
The proposer or Offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 53230)(2)(C), but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B)
or 0)(2)(D) and the regulations in 49 CFR 661.7.
Date
Signature
Company Name
Title
FVPP-02-SCCP-CA - 36- JUN9 2001
Florida Department of Transportation
Public Transit Office Part 1
BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA
REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED
EQUIPMENT
(To be submitted with a proposal or offer exceeding the small purchase threshold for
Federal assistance programs, currently set at $1 00, 000.)
Certificate of Compliance
The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. Section
53230)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as
amended, and the regulations of 49 C.F.R. 661.11:
Date: 9/20/01
Signature:
Company Plante: ATLANTIC BUS SALES
Title: President
FVPP-02-SCCP-CA - 37 - JUNE 2001
DOMESTIC CONTENT
FORD E460 AND E-350 I GI..AVAL. EU$o INC. ELKHART, IN,
ENGINE
TRANSMISSION
FRONT AXLE
REAR AXLE
DRIVE SHAFT
FRONT SUSPENSION
REAR SUSPENSION
AIR COMPRESSOR
GENERATORIAL.TERNATOR
STEERING SYSTEM
AIR CONDMONING
AIR CONDITIONING
HEATER
PASSENGER SEATS
WINDOW ASSEMBLIES
WIC LIFT DOOR
FRONT S REAR FIBERGLASS
ENTRANCE DOOR
STRUCTURAL STEEL
STEEL OUTER SKIN
FLOOR C-CHANNEL
FLOORING
FLOOR COVERING
LIFT ASSEMBLY
PAINT
PRIMARY ASSEMBLY
FORD MOTOR CO. I US
FORD MOTOR CO. I US
FORD MOTOR CO. I US
DANA CORP. I US
FORD MOTOR CO./ US
KELSEY HAYES I US
FORD MOTOR CO. I US
NIA
PENNTEX/US
FORD MOTOR CO. l US
FORD MOTOR CO. I US
AC CARRIER I US
PRO -AIR I US
FREEDMAN/US
HEHRIUS
GLAVAL BUS IUS
CHARMSTON CORP I US
GLAVAL BUS I US
ELKHART STEEL I US
ELKHART STEEL I US
FASWELL 1 US
ROBERT WEED I US
RCAIUS
RICON / US
DUPONTIUS
GLAVAL BUS I US
TOTAL. DOMESTIC CONTENT
OF COMPONENTS
17'
s
1
1
1
1
1
WA
1
1
0.8.
S
0.6
2
1.8
1
0.7
1.2
1A
1.5
1.1
0.6
0.5
1.2
12.4
44.80%
100
100
100
100
100
100
100
NIA
100
100
100
100
100
100
100
100
100
100
100
100
100
100
100
100
100
100
Final asaambly location point is as follows:
Glaval Hug, Inc,
914 CK I
Mdwirk IN 46515
Activities description:
a Cab is modified & body steel floor is gttsahad to ohaads $aura
a Walls & can are tominatad
• Walls are welded to steel floor & roof is waldad to walls
forzrdng steal cage
• Flaring & windows arc installed
• I3100trical & interior fdalud
• A/C ipgbtllad & twwd
• Uft installad & tested
Final Finish:
• Exterior paint & markings
a }7inal QC chocb patrmed
a Ship Row
Florida Department of Transportation
Public Transit Office Part 1
CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIREMENTS
The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this
procurement. complies with 49 U.S.C. A 53230 and FTA's implementing regulation at 49
CFR Part 665.
The undersigned understands that misrepresenting the testing status of a vehicle acquired
with Federal financial assistance may subject the undersigned to civil penalties as outlined
in the Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR
Part 31. In addition, the undersigned understands that FTA may suspend or debar a
manufacturer under the procedures in 49 CFR Part 29.
Date: 9/20/91
Signature:
Company Name: GLAVAL sus, INc.
Title: VICE --RESIDENT, OPERATIONS
FVPP-02-SCCP-CA - 38 - JUNE 2001
STU RAA. TEST
5 YEAR
150 000 MILE BUS
from
GLAV,kL, CORPORATION
,MbDEL: UNIVERSAL
AUGUSTi1999
Ot 1'.-BT. Fk4§ I *b:l 3 - 9 0
PENNStk
The Oeh6i] h/a-61i'Trafisportation Instit6ti-"
o
The Pennsylvania State University
University Park, PA 16802
Bus Testing and Riseirch'Center'.
,fith Av nue and 45th
Florida Department of Transportation
Public Transit Offlce Part 1
CERTIFICATION REGARDING LOBBYING
To be submitted wrdt each proposal or offer exceeding $'100,000)
The undersigned [Contractor) cartifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, ban, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making
lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form--LI-L, "Disclosure Form to
Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New
Restrictions on Lobbying," 61 Fed. Reg. 1413 (1119196). Note: Language in paragraph (2) herein has been
modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at
2 U.S.C. 1601, etseq.))
3. The undersigned shall require that the language of this certification be included in the award documents for
all subowards at all tiers (including subcontracts, subgrents, and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disGose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by 31, U.S.C.jL1352 (as amended by the Lobbying Disclosure Act of 1995). Any person
who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
(Note: Pursuant to 31 U.S.C.L1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to
file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such expenditure or failure.)
The ContreMlantic Bus Sales aartifies or affirms the truthfulness and accuracy of each statement
of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the
provisions of 31 U.S.C. A 3801, at seq., apply to this certification and disclosure, it any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date i n i irn,,,i _,
Ric rd C. Mahoney, President
FVPP-02-SCCP-CA - 39 - JUNE 2001
Florlda Department of Transportation
Public Transit Office Pad 1
TRANSIT VEHICLE MANUFACTURERS (TVM) CERTIFICATION
The proposer, if a transit vehicle manufacturer, hereby certifies that it has
complied with the requirements of 49 CFR, Section 23.67 by submitting an
annual DBE/WBE goal to the Federal Transit Administration (FTA). The goal
has either been approved or not disapproved by FTA.
The proposer, if a non -manufacturer supplier, hereby certifies that the
manufacturer of the transit vehicle to be supplied has complied with the
above -referenced requirement of 49 CFR— Section. 23.67.
DATE9/20/01
SIGNATURE _40�_
COMPANY NAME ATLANTIC_ BUS sALp5.._
TITLE President
FVPP-02-SCCP-CA - 40 - .NNE 2001
Florida Department of Transportation
Public Transit Office Part 1
MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION
Certification of Compliance with all safety related items contained in, Part 2:
Technical Specifications.
The Proposer hereby certifies that it shall comply with the safety related
requirements contained in Part 2: Technical Specifications (reference
Federal Register Vol. 47, No. 195, Oct. 7, 1982 FfA Docket Nov. 81-3).
DATE 9 20 or
SIGNATURE
COMPANY NAME —
TITLE
FVPP-02-5CCP-CA - 41. .NNE 2001
GL.AVAL BUS FMVSS CERTIFICATION
10,001 Ib. - 25,500 Ib. GVWR
TITLE
APPLICABILITY
ONTROL LOCATION, IDENTIFICATION AND ILLUMINATION
X
RANSMISSION SHIFT LEVER SEQUENCE. STARTER INTERLOCK AND
RANSMISSION BRAKING EFFECT
X
M
IN05HIEL0 DEFR05TING ANO DEFOGGING SY5TEM5
X
INDSHIELD WIPING AND WASHING SYSTEMS
X
YDRAULIC BRAKE SYSTEM5RAKE
HOSES
X
AMPS. REFLECTIVE DEVICES AND ASSOCIATED EQUIPMENT
XEW
PNEUMATIC TIRES
X
111
REARVIEW MIRRORS
X
112
HEADLAMP CONCEALMENT DEVICES
113
HOOD LATCH SYSTEMS
X
114
THEFT PROTECTION
565
VEHICLE IDENTIFICATION NUMBER
X
116
HYDFIAULIC BRAKE FLUIDS
X
118
POWER OPERATED WINDOW. PARTITION AND ROOF PANEL SYSTEMS
X
119
NEW PNEUMATIC TIRES FOR VEHICLES OTHER THAN PASSENGER CAR
120
IRE SELECTION AND RIMS FOR. MOTOR VEHICLES OTHER THAN
ASSENGER CARS
X
121
AIR BRAKE SYSTEMS
I X
124
ACCELERATOR CONTROL
X
125
WARNING DEVICES
131
SCHOOL BUS PEDESTRIAN SAFETY DEVICES
201
OCCUPANT PROTECTION IN INTERIOR IMPACT
202
HEAP RESTRAINTS
203
IMPACT PROTECTION FOR THE DRIVER FROM THE STEERING
CONTROL SYSTEM
204
STEERING CONTROL REARWARD DISPLACEMENT
205
GLAZING MATERIALS
X
206
DOOR LOCKS AND DOOR RETENTION COMPONENTS
207
SEATING SYSTEMS
X
208
OCCUPANT CRASH PROTECTION
X
209
SEAT BELT ASSEMBLIES
X
210
SEAT BELT ASSEMBLY ANCHORAGES
X
212
WINDSHEILD MOUNTING
213
CHILD RESTRAINT SYSTEMS
X
214
SIDE IMPACT PROTECTION
NEE
216
ROOF CRUSH RESISTANCE
217
BUS WINDOW RETENTION AND RELEASE
X
219
WINDSHIELD ZONE INTRUSION
220
SCHOOL BUS ROLLOVER PROTECTION
222
SCHOOL BUS PASSENGER CRASH PROTECTION
225
CHILD RESTRAINT ANCHORAGE SYSTEMS
X
301
FUEL SYSTEM INTEGRITY
302
FLAMMABILITY OF INTERK)R MATERIALS
X
303
FUEL SYSTEM INTEGRITY QF CNG VEHICLES
304
CNG FUEL CONTAINER
F.M.V.S.S. Compliance Certificatlom
The conversion vehicle modifications described herein have been evaluated by the Gtaval Corporation Engineering
department and are in compliance with the OEM Incomplete Vehicle Manual requirements and/or F.M.V.5.S. standard:
indicated above.
Signed: /�,//, Date:
Title
• E.c.'GltIEE�E'!.t/G 1J�.ov.9G�
Florida Department of Transportation
Public Transit Office Part 1
TITLE VI CIVIL RIGHTS ACT OF 1964
CONTRACTOR AGREEMENT
During the performance of this Purchasing Agreement, the Contractor, for itself, its
assignees and successors in interest (hereinafter referred to as the "Contractor"), agrees
as follows:
(1) Compliance with Regulations: The Contractor shall comply with the Regulations relative
to nondiscrimination in federally -assisted programs of the Department of Transportation
(hereinafter, "DOT') Title 49, Code of Federal Regulations, Part 2 I, as they may be
amended from time to time (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this Purchasing Agreement.
(2) Nondiscrimination: The Contractor, with regard to the work performed by it during the
Purchasing Agreement, shall not discriminate on the grounds of race, religion, color, sex,
age, national origin, or disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The Contractor shall not participate
either directly or . indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the Contract covers a program set forth
in Appendix B of the Regulations.
(3) Solicitations for Subcontracts, including procurement of materials and equipment: In all
solicitations either by competitive Proposal or negotiation made by the Contractor for work
to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be noted by the Contractor of
the Contractor's obligations under this Purchasing Agreement and the Regulations relative
to nondiscrimination on the grounds of race, religion, color, sex, age, national origin, or
disability.
(4) Information and Reports: The Contractor shall provide all information and reports
required by the Regulations or directives issued pursuant thereto, and shall permit access
to its books, records, accounts, other sources of information, and its facilities as may be
determined by the Recipient or the FTA to be pertinent to ascertain compliance with such
Regulations, orders and instructions. Where any information is required or a Contractor is
in the exclusive possession of another who fails or refuses to furnish this information, the
Contractor shall so certify to the FVPP, or the FfA, as appropriate, and shall set forth what
efforts it has made to obtain the information.
FVPP-02.5CCP-CA - 42 - JUNE 2001
Florida Department of Transportation
Public Transit Office Part 1
TITLE VI CIVIL RIGHTS ACT OF 1964
CONTRACTOR AGREEMENT
(continued)
(5) Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the
nondiscrimination 'provisions of this Purchasing Agreement, the FVPP shall impose such
Contract sanctions as it or the FTA may determine to be appropriate, including but not
limited to:
(a) Withholding of payments to the Contractor under the Contract until the
Contractor complies, and/or
(b) Cancellation, termination or suspension of the Purchasing Agreement, in
whole or in part.
(6) Incorporation of Provisions: The Contractor shall include the provisions of paragraph (1)
through (6) of this section in every subcontract, including procurement of. materials and
leases of equipment, unless exempt by the Regulations, or directives issued pursuant
thereto. The Contractor shall take such action with respect to any subcontract or
procurement as the FVPP or the FTA may direct as a means of enforcing such provisions
including sanctions for noncompliance: Provided, however, that, in the event a Contractor
becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a
result of such direction, the Contractor may request the FVPP to enter into such litigation to
protect the interests of the FVPP, and in addition, the Contractor may request the services
of the Attorney General in such litigation to protect the interests of the United States.
DATE o 0
SIGNATURE
COMPANY NAME ATLANTIC BUS SALES
TITLE President
FVPP-02-SCCP-CA - 43 - JUNE 2001
Florida Department of Transportation
Public Transif Office Part 1
CERTIFICATION OF COMPLIANCE WITH
THE AMERICANS WITH DISABILITIES ACT OF 1990
The Proposer hereby certifies that it shall comply with all requirements contained in Part 2:
Technical Specifications relating to bus design or special equipment required by the
Americans with Disabilities Act of 1990.
DATE._. 10/10/0
SIGNATURE
COMPANY NAME_ ATLANTIC
TITLE_ -- _ President
DEBARRED BIDDERS ! INTEGRITY CERTIFICATION
Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion
1. Lower tier participant certifies, by submission of this bid proposal, that neither it nor its
"principals" (as defined at 49 CFR Part 29) is presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participating in this
transaction by any Federal, department or agency.
2. When the prospective lower tier participant is unable to certify to the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
DATE: __Ig l
COMPANY NAME:s
SIGNATURE:
TITLE:
FVPP-02-$CCP-CA .44. JUNE 2001
Florida Department of Transportation
Public Transit Office Part 2
TECHNICAL SPEC IFICATIONS<>22' AND 25' CUT -AWAY TYPE VEHICLES
(FVPP-02-CA-3)
2.1.0
GENERAL INFORMATION
22'
25'
2.1.1
Seating Capacity
will vary
will vary
Seated Adults
will vary
will vary
Wheelchair positions
will vary
will vary
2.1.2
Overall length - Max.
22' +or- 6"
26' + or - 6"
2.1.3
Overall width
(96")
(96")
2.1 A
Seated Knee Room- Min.
26"
26"
2.1.5
Cushion Depth - Min.
16"
16"
2.1.6
Seat Width Per Sitting - Min.
17"
17"
2.1.7
Cushion Height Above Floor-Min.(Max.)
17.5"(18")
17.5"(18")
2.1.8
Aisle Width - Min. (In 90" wide body)
15"
15"
2.1.9
Headroom - Min.
74"
74"
2.1.10
Door Width - Min. (clear opening)
29"
29"
2.1.11
Door Height - Min.
80"
80"
2.1.12
Overall Height - Max.
114"
114"
2.1.13
Steps:
Ground to first - Max.
12"
12"
Riser to height - Max.
10"
10"
Tread depth - Min.
9"
9"
2.1.14
The vehicle shall conform in all respects to State of Florida Motor Vehicle
laws (including, but not limited to, Chapter
316, Florida Statutes,
Safety rules
of the Department of Transportation, Chapter 14-90, promulgated under the
FVPP-02-CA-3 -30- December 2001
Florida Department of Transportation
Public Transit Office Part 2
requirements of Chapter 341, Florida Statutes) and the American with
Disabilities Act, Title 49 Code of Federal Regulations, parts 38, Accessibility
Specifications for Transportation Vehicles, Subpart B-Buses, Vans and
Systems. This vehicle shall also comply with 40 CFR Parts 85 & 86 Air
Pollution and Emission Standards for New Vehicles. Compliance with all
applicable Federal Motor Vehicle Safety Standards shall also be required.
Atlantic Bus Sales will be required to provide any and all results of testing
accomplished under the final rules issued by the Federal Transit
Administration, 49 CFR Part 655 Bus Testing Program. The tests include the
evaluation of maintainability, reliability, safety, performance, structural
integrity, fuel economy and noise.
2.1.15 Workmanship throughout the vehicle shall conform to the highest standards of
accepted commercial practice and shall result in a neat and finished
appearance. The complete vehicle(s) furnished must be of substantial and
durable construction in all respects.
2.1.16 Welding procedures and materials shall be in accordance with standards of
the American Society of Testing Materials and the American Welding Society.
Welds not meeting these standards will be rejected. Rejection will result in the
total replacement of sub -floor assemblies. All visible welds shall be ground
smooth. Where metal is welded, the contact surface shall be free of scale,
spatter, grease and shall be treated to preclude rusting.
2.1.17 All parts components and accessories shall be new. All exposed surfaces and
edges shall be smooth, free from burrs and other projections and shall be
neatly finished.
2.1.18 Bolts, washers, screws and nuts must be certified against counterfeit or, be
American manufactured ONLY. This certification shall apply to the basic
vehicle and all fasteners used to accomplish the modifications required by this
specification.
2.1.19 The State of Florida will not allow any cutting of chassis for the purpose of
increasing or decreasing the chassis length. This will be verified through
serial number checks. The rear overhang, measured from the center of the
rear axle to the outer edge of the rear bumper, cannot exceed 1/3 of the
overall vehicle length. Rear frame extensions shall be Butt -welded with a
continuous weld and shall exceed the .requirements set forth in Ford QVM
bulletin #18 under the section labeled Altering the Wheel Base. This is in
addition to the 4" x 12" x 1/4" steel plate. The steel plate shall be welded with
a continuous weld around the entire circumference of the plate and bolted per
FVPP-02-CA-3 -31- December 2001
Florida Department of Transportation
Public Transit Office Part 2
QVM requirements. Glaval Bus must submit verification, with the bid
proposal, stating that they are certified under Ford's QVM program. Further,
the FDOT will not allow re -certification of the chassis OEM GVWR and
GAWR. Any vehicle that exceeds the OEM GVWR and/or GAWR will not be
accepted.
2.1.20 Glaval Bus shall weigh the vehicle after completion and shall provide the
procuring agency an "as built" weight certificate. This certificate shall include
the vehicle GVW and GAW.
2.1.21 The OEM chassis used for construction of these vehicles shall be the Ford
E40 Super Duty. Chassis shall be heavy duty and the as -built, fully loaded
completed unit GVW cannot exceed the OEM's chassis GVWR. (150 Ibs per
seated position; 250 Ibs per wheel chair station).
2.1.22 DELETED
2.1.23 Glaval Bus, as the primary manufacturer, certifies that it:
Has in operation or has the capacity to have in operation, a
manufacturing plant.
2. Has adequate engineering personnel, or has the capability to have such
personnel, to satisfy any engineering or service problem that may arise
during the warranty period.
3. Has the necessary facilities and financial resources, or has the capability
to obtain such facilities, and resources to complete the contract in a
satisfactory manner within the required time.
4. Has in operation a comprehensive detailed in -plant quality assurance
program that examines at a minimum; body construction, sub -floor
construction, flooring, electrical, air conditioning, seating, and safety
equipment. As part of this program each phase, department , step, or
station, of the manufacturing process must have a detailed quality
control procedure. These procedures shall describe the inspection
process for each department, step, or station and shall have a
corresponding check list used by the line employee responsible for
quality control. This procedure shall cover quality, function, specification
compliance, and any applicable industry standard that exist for that
designated part of the manufacturing process. Each phase, department,
step, or station quality control inspection must take place prior to the
FVPP-02-CA-3 .32- December 2001
Florida Department of Transportation
Public Transit Office Part 2
vehicle being advanced to the next phase of the production line. This
procedure shall include a final inspection and road test and each vehicle
must pass all inspections prior to deliver. A copy of the check list must
accompany each bus as it moves from each phase, department, step, or
station and shall be included wit the bus at delivery. All bidders must
provide a copy of their Quality Control Program Procedure with each bid
proposal.
2.1.24 Atlantic Bus Sales shall be responsible for delivering vehicles that are
properly serviced, clean, and in first class operating condition. Pre -delivery
service, at a minimum, shall include the following:
Complete lubrication of chassis, engine, and operating mechanisms
with manufacturer's recommended grades of lubricants.
2. Check all fluid levels to insure proper fill.
3. Adjustment of engine for proper operating condition.
4. Inflate tires to proper pressure.
5. Check to insure proper operation of all accessories, gauges, lights, and
mechanical and hydraulic features.
6. Full front end alignment, wheels balanced including spare, and
replacement of the eccentric cams as delivered by the OEM chassis
supplier.
7. Focusing of headlights.
8. Cleaning of vehicle, and removal of all unnecessary stickers.
2.2.0 ENGINE
2.2.1 Gasoline, V8N10 minimum 400 cubic inch displacement. To be
manufacturer's standard for this size bus, must give satisfactory performance
over terrain encountered in Florida with maximum passenger load. Option for
Alternative Fuel power plant will be included and proposed accordingly.
2.3.0 COOLING SYSTEM
FVPP-02-CA-3 .33- December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.3.1 Must be adequate to prevent engine overheating while operating in stop and
go transit operation in ambient temperatures as high as 110 degrees
Fahrenheit.
2.3.2 Radiator fan shall be thermostatically controlled, or clutch belt driven as to be
effectively power driven only above the minimum efficient engine temperature.
2.3.3 Coolant provided shall be permanent type antifreeze with rust inhibitor, mixed
as 50 /50 water and coolant.
2.3.4 The FDOT will accept the OEM heater hose in engine compartment. Silicone
hose with constant torque clamps shall be installed between the OEM tee
connection and the auxiliary heater.
2.4.0 FUEL TANK
2.4.1 Fifty-five (55) gallon capacity minimum with internal baffles to prevent surging.
2.4.2 Tank(s) shall be located in a protected area under the vehicle floor and rigidly
supported by at least four (4) independent supports. A frame or shield shall be
incorporated around them to preclude puncture in an accident. The FDOT will
accept OEM standard offering (must be a minimum 55 gallon, meeting all
federal requirements).
2.4.3 Filler to be located to provide easy servicing.
2.5.0 EXHAUST SYSTEM
2.5.1 The vehicle shall be equipped with a heavy duty, corrosion resistant exhaust
system which meets or exceeds FMVSS and EPA noise level and exhaust
emission (smoke and noxious gas) requirements.
2.5.2 The tailpipe shall terminate at the left rear corner and shall be deflected down
toward the street.
2.5.3 Exhaust shall be securely attached to the chassis frame.
2.5.4 The exhaust system shall be properly insulated from the fuel tank and any
connections thereof. At any point 12 inches or less from the tank or
connections, a shield shall be provided on the exhaust system.
2.6.0 ENGINE AIR CLEANER
FVPP-02-CA-3 .34. December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.6.1 Shall be dry, replacement type. Type and make to meet the engine
manufacturer's recommendation.
2.7.0 ENGINE OIL SYSTEM
2.7.1 The engine shall be equipped with a full flow, spin -on type oil filter. The dip
stick and oil filler shall be in a readily accessible location and shall not be
obstructed by any wiring or hoses. The engine shall be equipped with an air -
to -oil or water -to -oil type oil cooler.
2.8.0 TRANSMISSION
2.8.1 Heavy-duty, 4-speed, automatic, overdrive transmission compatible with the
engine specified.
2.8.2 The transmission shall be equipped with a hydraulic transmission governor,
adequate torque capacity clutch packs, oil pump with minimum capacity to
supply all transmission lube and shift requirements at idle speed, and external
air -to -oil or water -to -oil cooler capable of maintaining a safe operating
temperature at rated loads. The dip -stick and filler shall be in a readily
accessible location and shall not be obstructed by any wiring or hoses.
2.8.3 The transmission shift control shall be interlocked with the starting motor to
prevent the engagement of the starter in any gear other that Neutral" or
"Park."
2.8.4 Transmission shift control shall have a position lock shift lever for each shift
position with an illuminated range indicator.
2.9.0 DRIVE SHAFT
2.9.1 Shall be rated capable of transmitting the torque multiplication of the power
units to the drive wheels.
2.9.2 The drive shaft shall be a minimum of 3 inches and heavy-duty type utilizing
one or more Spicer needle bearing universal joints.
2.9.3 Protective metal guards (2 or 3, as needed) for the shaft shall be provided to
prevent a broken shaft from touching the ground, contacting any brake line, or
whipping through the floor. The drive shaft guards shall conform to 49 CFR
2.10.0 AXLES
FVPP-02-CA-3 .35- December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.10.1 Front
2.10.1. 1 Shall be manufacturer's standard. It must be load rated for the GVWR of the
size bus involved.
2.10.1.2 Coil springs shall be provided in front. Springs shall be progressive type to
give an acceptable ride under various load conditions.
2.10.1.3 A front stabilizer bar shall be provided as standard with unit.
2.10.1 A Shock Absorbers shall be heavy-duty and load rated, capable of controlling
the ride when the vehicle is empty, as well as when loaded to the GVWR.
2.10.2 Rear
2.10.2.1 The Mor-Ryde suspension system shall be standard on all vehicles under this
contract.
2.11.0 BRAKES
2.11.1 Service brakes shall be dual hydraulic, disc front and rear. Braking system
shall be heaviest duty available for the GVWR of the vehicle.
2.11.2 Brakes should be capable of stopping a fully loaded vehicle at a deceleration
rate equivalent to a 22 foot stop from a speed of 20 miles per hour. They must
be capable of this type of stop 3 times in a rapid succession from a speed of
20 miles per hour without brake fade.
2.11.3 Braking system shall comply with FMVSS-121 or FMVSS-105 as applicable.
2.11.4 Parking brake shall be manually operated, should be located to the left of the
driver, and activate the rear wheel brakes. The parking brake shall be capable
of holding a fully loaded vehicle on a 15% incline. The system shall
incorporate a warning light on the instrument panel to indicate to the driver
when the brake is on. The FDOT will accept the standard OEM drive shaft
brake.
2.11.5 The controls for the lift shall be interlocked with the vehicle emergency brakes
and transmission to ensure the vehicle cannot be moved when the lift is not
stowed and so the lift cannot be deployed unless the interlocks are engaged.
2.11.6 The interlock shall be fully automatic, InterMotive ILIS or prior approved
equal. Interlock shall be a solid state, microprocessor controlled unit capable
FVPP-02-CA-3 -36. December 2001
Florida Department of Transportation
Public Transit Office Part 2
of self -diagnosis. Interlock must prevent driving the vehicle with parking
brake left on. Interlock must meet ADA Title 49 Lift Interlock requirements.
2.12.0 STEERING
2.12.1 Manufacturer's standard hydraulic power steering of integral design shall be
provided.
2.12.2 The steering wheel shall be OEM standard.
2.12.3 Provision shall be made for easy external adjustment of steering gear
backlash.
2.12.4 All steering linkage wear points, including tie rod ends, shall be fitted with
lubrication fittings and replaceable bushings or inserts. The FDOT will accept
OEM standard offering.
2.12.5 Steering wheel shall incorporate cruise control and a tilt feature to adjust to
individual drivers.
2.13.0 TIRES AND WHEELS
2.13.1 Tires shall be the manufacturer's standard fully steel belted tubeless radial for
the size bus and GVW of the bus involved. Wheels shall be heavy-duty,
ventilated, pressed steel. An un-mounted spare tire and wheel assemble shall
be provided with each vehicle. The weight distribution of the bus with
maximum load shall not load the tires beyond their rated capacity.
2.14.0 ELECTRICAL
2.14.1 The vehicle shall be equipped with a heavy-duty (12 volt) electrical system.
All components are to be selected and integrated to function in an
environment characterized by low engine (alternator) speeds and high
amperage draws (due to lights, wheelchair lift, flashers, air conditioning or
heater, and other accessories in constant operation). The entire electrical
system, shall comply with CFR 49 sections 393.29, 393.30, 393.31, 393.32,
and 393.33 respectively.
2.14.2 A belt driven 200 amp, hot rating, PennTex model PX5 alternator shall be
provided on gasoline engines, and a PennTex model PX6 or OEM dual
alternators will be offered on the diesel powered vehicle. All shall be a high
output, low cut -in type producing a minimum of 120 amps at engine high idle.
If the alternator comes equipped with a separate rectifier bridge, it will be
FVPP-02-CA-3 -37- December 2001
Florida Department of Transportation
Public Transit Office Part 2
located inside the vehicle cab. Output at engine high idle shall be in excess
of the total amperage draw with all systems functioning. The OEM alternator
output cable to the OEM power supply box must be retained when installing
the alternator. A separate second stage cable shall be installed ensuring
even voltage distribution between the two sets of circuits.
2.14.3 Two maintenance -free type, 12 volt, 750 CA batteries (4D type for gasoline
engines, no eye lugs) shall be provided. Batteries shall be located in a readily
accessible area on a pull out stainless steel tray under the body. Access door
shall be non -locking latch type. The vehicle shall be equipped with a storage
batteries electrical power main disconnect switch. The disconnect switch shall
be located in an accessible location inside the battery box compartment.
2.14.4 A fast idle system shall be installed which will automatically increase the
engine speed (RPM) to approximately 1,200 R.P.M. This fast speed idle shall
be capable of being actuated both by hand and by a voltage sensor. This fast
speed idle shall engage only when the vehicle is in Park.
2.14.5 Starter must be capable of turning over engine with SAE 10W oil after a 10-
hour soak at zero degrees Fahrenheit.
2.14.6 Heavy-duty, dual 12 volt horns shall be furnished and installed so as to be
protected from wheel wash.
2.14.7 The bidder shall provide a reverse direction alarm (BUA) in compliance with
SAE J994b with respect to acoustical performance for a Type B device, but
emitting at least 7dbb (A) plus or minus 4db with a supply of 14 volts.
Conformity to the environmental test stipulated by the SAE shall not be
required.
2.14.8 A metal body load disconnect solenoid of 120 amp continuous duty shall be
supplied and installed so that when the ignition switch is in the OFF position,
all body electrical circuits will be inoperative. The OEM chassis circuits are
exempt from this requirement.
2.15.0 WIRING
2.15.1 Buses will have the Intellitec Mini -Bus multiplex electrical system and shall be
function and number coded at least every eighteen inches. All connections
with three to twelve circuits on interior shall be mate -lock, multi -pin
connectors. All connections with three to twelve circuits on the exterior shall
be mate -lock weather-proof multi -pin connectors. When routing wiring under
vehicle all wiring shall be encased in a loom and attached to the sub -floor with
FVPP-02-CA-3 -38- December 2001
Florida Department of Transportation
Public Transit Office Part 2
rubber or plastic coated P-clamps every 12 inches and shall not be bundled
with hoses. The harness shall run in straight lines as close to the chassis
frame rails as possible. Any harness that goes over the rear suspension shall
be encased in a conduit fixture securely fastened to the sub -floor rails. All
connections containing one to two circuits shall be made with Posi-Lock
connectors. NO BUTT CONNECTORS WILL BE ALLOWED.
2.15.2 All fuses and relays (other than chassis OEM) shall be placed in a solid state
circuit box, easily accessible. The circuit box shall be conveniently mounted
and have a secure cover. Inside the circuit box cover shall be a legend
identifying each circuit and wire by color, number, function, and location. This
legend shall be permanently mounted. Electrical panel shall be solid state.
2.15.3 Additional wiring shall be installed for future installation purposes of a two way
radio system. Circuits shall consist of one fused positive lead and one
negative lead. Positive circuit shall have power only when the ignition switch
is in the ON or ACCESSORY position. Conduit for antennae cable will be
provided, with pull string.
2.16.0 BODY CONSTRUCTION
2.16.1 The body shall be constructed of 1 1/2 inch x 1 1/2 inch x 16 gauge box body
posts on one side, up, across the roof and down to the floor supports on the
other side to provide, more or less, a roll bar at each body post location. The
post assemblies shall be welded to the sub -floor frame. These post
assemblies, or roll bars, shall be tied together with longitudinal stringers at the
top and bottom lines of the window openings and two longitudinal stringers on
roof to produce a safety cage design. The two longitudinal stringers mounted
1" above the window line shall be constructed of 1 '/2 inch x 1 '/z inch 16
gauge tubing for the wheelchair shoulder harness support. There shall also
be two 1 '/z inch x 1 '/2 inch vertical wall bows installed to support the
wheelchair door frame. When welding post assemblies, stringers, and
supports together, all four sides of the box or rectangular tubing shall be
welded using ASTM standards.
2.16.2 The completed body shall meet the requirements of FMVSS-220 and FMVSS
221. The choice is the manufacturer's, but the vehicle must comply with one
or the other.
2.16.3 All joints shall be caulked and sealed at the time of construction to produce a
water and dust tight seal. In addition to the Federal Motor Vehicle Safety
Standards (FMVSS) or the Advanced Design Bus (ADB) Crash worthiness
Test requirements, the manufacturer shall also meet all applicable State of
Florida Regulations in effect at the time of manufacture.
FVPP-02-CA-3 - 39 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.16.4 All dimensions, positioning of components, clearances, etc., shall be based
on adult passengers.
2.16.5 If applicable, the mounting of the body on the vehicle shall have as a
minimum, the integrity of a school bus body mounting. Any sound deadening
or cushioning material between the body and the chassis must be designed
and installed in such a way as to present the failure of such material creating
a safety hazard.
2.16.6 If the body is constructed of fiberglass reinforced plastic it shall incorporate a
steel safety cage as outlined in 2.16.1 above.
2.16.7 Honeycomb core construction without a tubing steel frame will not be
accepted.
2.16.8 All interior and exterior fiberglass reinforced plastic panels and assemblies
shall meet the flammability protection requirement of FMVSS-302.
2.17.0 FLOOR
2.17.1 The entire floor shall be supported by a full jig -welded steel sub -floor, under
structure, welded on all sides at ends and corners. The cross sections shall
be 2 inch x 2 inch 11 gauge steel tubing on centers no greater than 24 inches
of equal structural construction. When welding perimeter tubing and cross
sections all tubing shall be welded on all four sides in accordance to ASTM
standards. The final product shall be a perfectly flat sub -floor base.
2.17.2 A full metal sub -floor shall be securely welded to the cab section and bolted to
the chassis frame. Welding of any floor under -structure members to the
chassis will not be acceptable.
2.17.3 Minimum 3/4 inch thick, marine grade and fire -retardant plywood shall be
bolted over the sub -floor.
2.17.4 The entire body frame under structure of the vehicle shall be fully
undercoated, with a nonflammable resin -type material, polyoleum, applied at
the time of manufacture.
2.18.0 WHEEL HOUSINGS
2.18.1 Rear wheel housing shall be of 14 gauge (minimum) one-piece steel
constructed and adequately reinforced to prevent deflection. Ample clearance
shall be provided for tires under load and operating on both smooth and
FVPP-02-CA-3 - 40 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
rough terrain. All steel shall be treated for corrosion resistance. In the event
that tires extend beyond side of the vehicle, splash aprons and fenders shall
be provided. Front Wheel housings are to be provided with the chassis cab
section.
2.19.0 STEPS
2.19.1 Step wells shall be of one-piece steel construction. Step well is to be
constructed of a minimum 10 gauge steel adequately reinforced to prevent
deflection or buckling under the weight of a 250 pound passenger. All steel
shall be treated for corrosion resistance. All step edges shall have a band of
yellow running the full width of the step or edge that contrasts from the step
tread and riser. There shall be no lip or overhang, on the edge where the riser
meets the tread, that would create a "toe catching" condition. Step well is to
have two (2) or more steps; all risers shall be equal. Each step shall be at
least 16 inches wide and have a minimum tread depth of 9 inches. Maximum
riser height shall be 10 inches.
2.20.0 DOORS
2.20.1 The vehicle shall be equipped with a minimum 1" X 1" X 16 gauge steel tube
framed entry/exit door. The door shall be a two -leaf or bi-fold outward opening
door. Clear door opening width shall be a minimum of 29 inches with a
minimum height of 76 inches measured from the first step to the door header.
2.20.2 Door leaves shall be hinged by means of pivot pins, bearing blocks and
bushing blocks at the top and bottom corners.
2.20.3 The passenger entry door shall be located directly across from the driver at a
90 degree angle for maximum viewing of the entry way. Door may incorporate
separate top and bottom glazed windows of full glass. lower end of window
shall allow full view of curb.
2.20.4 The entry door shall be fully encompassed by an integrally welded steel door
surround. The complete door surround and header shall be a minimum 14
gauge steel and will incorporate the Step well, and be installed in the body as
a single unit. At the meeting edge of each door leaf, a 2 inch rubber seal shall
be installed so that the edges form a tight, overlapping seal when closed.
2.20.5 The front service door shall be mechanically opened and closed by means of
a driver actuated manually operated, door control. The door opening device
shall be a manual over -center type with self locking adjustable length door
control mechanism which can be easily operated by the driver from the
driver's seat (e.g. school -bus type actuator handle). The door opening device
FVPP-02-CA-3 - 41 - December 2001
Florida Department of Transportation
Public Transit ffice Part 2
stand shall be constructed of 1 '/2 inch (minimum) tubing with all tube bent
corners, no 45 degree sharp welded ends mounted around engine cover and
must not interfere with driver leg space. Stand may not be braced over the
engine housing so as to interfere with removal of the cover. Stand shall not
protrude past leading face of the engine cover, into the step well area.
2.21.0 EMERGENCY EXIT
2.21.1 Hinge -out windows shall be installed for emergency escape. Emergency
escape windows shall comply with FMVSS-217.
2.21.2 A rear emergency door with upper and lower windows shall be installed and
shall be clearly marked as an "Emergency Exit" or "Emergency Door." The
emergency door shall be equipped with an audible alarm or light indicating to
the driver, should the door become ajar or opened while the engine is
running. In all seating arrangements a 12 inch wide (minimum) unobstructed
aisle shall be provided leading to the emergency door.
2.21.3 Emergency door security locks shall be equipped and connected with an
ignition interlock system or an audio visual alarm located in the driver's
compartment.
2.21.4 Emergency escape windows shall be clearly labeled and operation instruction
shall be clearly visible at each escape window. The emergency release
handle (or bar) shall meet FMVSS-217 requirements and shall not return to
the locked position automatically: it shall require the driver or other authorized
person to manually re -lock it. All emergency exits must comply with F.A.C.
14-90.
2.21.5 Each emergency exit shall be identified with a 12 VDC red lamp assembly
with a 10,000 hour life bulb is wired to the vehicle ignition circuit. The bulb
assembly snaps into a'/2" hole to allow for easy replacement or retrofit. No
more than W of the light may remain on the surface of the wall. This system,
along with window signage, shall provide passengers with a clear
understanding of exit routes.
2.21.6 For standardization purposes all vehicles shall be equipped with a roof hatch
such as a Transpec model 1,000 that is equipped with both an internal and
external operating handle. This does not exempt the manufacturer from other
requirements found throughout Section 2.32.
2.22.0 SASH AND GLASS
FVPP-02-CA-3 - 42 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.22.1 Side sash shall be T-slider type. The sash shall be equipped with latches.
Sash shall not slide (open or close) upon brake application. Side sash and
rear glass may be either laminated safety glass or tempered safety glass.
Glass in the driver's area (from the rear of the driver's sash on the left side
around front end to the rear edge of the entrance door) shall be laminated
safety float glass. All glass shall be tinted, density as follows:
Side sash glass:
Rear end glass:
Windshield glass:
Driver's window glass:
Right side glass opposite driver:
Entrance door glass:
Tinting color shall be smoke (gray)
double density*
double density*
single density
single density
single density (if applicable):
single density
single density
*Maximum tinting shall be 31% light transmittance.
2.22.2 The use of transit quality, scratch resistant plastic glazing material is
acceptable in side windows and rear end windows; excluding windshield and
driver's windows. Glazing material shall be in accordance with the latest
version of ANSI - Z26.1, Safety Code for Safety Glazing Materials for Glazing
Motor Vehicles Operating on Land Highways. Glass must be AS-2 tempered.
2.22.3 The street -side (left) rear most window will be fixed, not allowing the window
to be opened. This is to keep exhaust fumes from entering the bus.
2.23.0 LIGHTS
2.23.1 EXTERIOR
2.23.1.1 Exterior headlights shall be standard OEM.
2.23.1.2 Shall be the manufacturer's standard, in compliance with FMVSS and State of
Florida requirements.
2.23.1.3 Directional signals shall be in compliance with FMVSS and State of Florida
statutes. Control switch shall be self -canceling type mounted on the steering
column. Shall include a hazard warning feature as required by FMVSS - 108.
2.23.1.4 All rear light assembles shall be Peterson Manufacturing Company model 417
LED with red or amber lenses as appropriate except for the rear back-up
lights, which shall be Peterson incandescent type and will be mounted with
FVPP-02-CA-3 - 43 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
the appropriate hardware. All clearance/marker lights shall be Triplex
incandescent type and shall be mounted with the appropriate hardware.
2.23.2 INTERIOR
2,23.2.1 Shall be side ceiling mounted. The number of lights and their light output shall
be determined by the requirement of 12 foot candles at the reading plane of
the seated passengers. There shall be a shielded Step well light, wired to light
when the door opens and shall be mounted to provide light on each step
tread, plus an area on the ground three (3) feet beyond the lower step. The
Step well light shall be located to prevent one step from casting a shadow on
another step tread.
2.23.2.2 Any step well or doorway immediately adjacent to the driver shall have, when
the door is open, at least 2 foot candles of illumination measured on the step
tread of lift platform. Other Step wells and doorways including the doorway(s)
in which lifts or ramps are installed shall have, at all times, at least 2 foot
candles of illumination measured on the step tread, lift, or ramp when
deployed at the vehicle floor level.
2.23.2.3 Instrument panel and switch panel shall be indirectly lighted in a way as to
prevent casting a glare on the windshield.
2.24.0 REFLECTORS
2.24.1 Reflectors shall be size, type color and location required to comply with the
requirements of both FMVSS - 108 and the regulations established by the
State of Florida.
2.25.0 SEATS
2.25.1 Seating shall be Freedman Feather Weight mid or high back seats. They
must meet or exceed all applicable Federal Motor Vehicle Safety Standard
including FMVSS 210 seat belt certification test. All seats shall have the
following minimum requirements. Upholstery material will be vinyl thirty-two
ounce per linear yard. Colors are shown in Exhibit A, Part 1. The bidder shall
provide a description of the seats they propose along with a copy of their seat
pull test for the model bus proposed.
2.25.2 Two (2) adult passenger capacity shall be 35 inch minimum cushioned transit
type, the cushion depth shall be 16 inch minimum and the cushion height
above the floor shall be 17'/z inch minimum, 18Y2 inch maximum. Back
FVPP-02-CA-3 - 44 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
cushion height must be 22'/7 inches from the top of the seat cushion and 36
3/4 inches from the top of the back cushion to the floor.
2.25.3 To prevent foot room interference from wheel housings, the seats over wheel
housing may be mounted longitudinally. Minimum knee room in transverse
mounted seats shall be 26 inches.
2.25.4 All seat belts shall be the Freedman USR (Under Seat Retractor). Seat belts
shall meet or exceed FMVSS 209 (seat belt assemblies, performance and
strength) and FMVSS 210 (seat belt mounting certification.) The passenger
seats, frames and seat belts should operate as a complete system. All two -
point seat belts must be permanently mounted on the seat frame. Seat belts
attached to the floor track or wall track are not acceptable. All seat belt
retractors must be permanently located under or behind the seating position.
All seat belts must be user friendly, easy to operate, lightweight, and durable
with metal buckles.
2.25.5 All seat frames must be attached to the vehicle by the use of floor and wall
mounted tracks.
2.25.6 All welded joints of the seat frame shall be ground to a smooth finish.
2.25.7 All metal parts and surfaces shall be chemical cleaned, iron phosphated,
electrostatically painted black and baked to provide a rugged, long lasting,
rust and corrosion resistant finish.
2.25.8 All seat frames must be high quality heavy duty tube, jig welded, and utilize a
heavy duty wire mesh grid for seat support. The back rest must have steel
straps for back support; plastic straps are not acceptable.
2.25.9 All seats must include a "Knee Saver" backrest design that improves hip -to -
knee room.
2.25.10 All cushions must be molded polyurethane to ensure maximum individual
passenger comfort and durability.
2.25.11 All seats must be removable from the base frame.
2.25.12 All seats must be manufactured to provide substantial weight reduction while
retaining safety standards. Standard seat weight without options may not
exceed 48 lbs. for double positions and 28 lbs. for single positions.
FVPP-02-CA-3 - 45 - December 2001
Florida Department of Transportation
Public Transit ffice Part 2
2.25.13 All aisle seat positions are to have top grab rails. Grab rails must be molded
and bolted to the seat frame structure. The grab rails must meet White Book
test requirements.
2.25.14 All upholstery must use plastic extruded "J" clips to fasten the cover to the
frame. No special tools must be required to remove or replace covers.
2.25.15 All seats must have a piece of automotive chipboard inserted between the
outside back and the seat frame to insulate the passenger from the knees of
the passenger behind him/her.
2.26.0 FOLD -AWAY SEATS
2.26.1 Forward facing seating shall be Freedman Aisle Maker3-Step seats. They
must meet or exceed all applicable Federal Motor Vehicle Safety Standards
including FMVSS 210 seat belt certification test. All seats shall have the
following minimum requirements.
2.26.2 Standard seat cushion width must be 17'/2 inches (single) or 35 inches
(double).Back cushion height must be 24'/4. inches from the top of the seat
cushion and 37 1/16 from the top of the back cushion to the floor.
2.26.3 The seat must be cantilevered and must not require an aisle leg or tether for
support.
2.26.4 The foldaway seat must require no more that three (3) operations to either
store or deploy.
2.26.5 In the stored position, the foldaway seat must be less than 11 inches wide.
2.27.0 FLIP SEATS
2.27.1 Seating must meet or exceed all applicable Federal Motor Vehicle Safety
Standards including FMVSS 210 seat belt certification test. All seats shall
have the following minimum requirements.
2.27.2 Two (2) adult passenger capacity shall be a 35 inch minimum cushioned
transit type, the cushion depth shall be a 17 inch minimum and the cushion
height above the floor shall be 17'/z inch minimum, 18'/2 inch maximum. Back
cushion height must be 22'/z inches from the top of the seat cushion and 36%.
inches from the top of the back cushion to the floor.
FVPP-02-CA-3 - 4b - December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.27.3 The operation of the flip seat will be performed by pulling a handle to release
the lockup or lock down mechanism. There must be no spring action. Double
seats must move up and down as a single unit.
2.27.4 All flip seats must match the visual and functional design of the other non -flip
seats in the bus.
2.27.5 In the stored position, the foldaway seat must be less that 12 inches wide.
2.27.6 All seat belts must be attached directly to the seat frame and the anchorage
must meet FMVSS 210.
2.27.7 All seat frames must be attached to the vehicle by the use of floor and wall
mounted tracks. Each set shall be secured, at a minimum, by two bolts (7/16
inch diameter, grade 8) through the floor track.
2.27.8 All exposed metal parts and surfaces shall be chemical cleaned, iron
phosphated, electrostatically painted black and baked to provide a rugged,
long lasting, rust and corrosion resistant finish.
2.27.9 All seat frames must be made from minimum 1 inch diameter x 16 gauge
(heavy duty) steel tube that meets ASTM A513 (high quality steel). The steel
structures must be jig welded, and utilize a heavy duty wire mesh grid for seat
support. The back rest must have steel straps for back support; plastic strips
are not acceptable.
2.27.10 All seats must include a "Knee Saver" backrest design.
2,27.11 All cushions must be high quality polyurethane to ensure maximum individual
passenger comfort and durability.
2.27.12 All upholstery must use plastic extruded "J" clips to fasten the cover to the
frame. No special tools must be required to remove or replace covers.
2.27.13 All seats must have a piece of automotive chipboard inserted between the
outside back and the seat frame to insulate the passenger from the knees of
the passenger behind him/her.
2.28.0 DELETED
2.29.0 DRIVER SEAT
FVPP-02-CA-3 - 47 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.29.1 Shall be standard OEM high back seat. Seat shall be fully adjustable type and
shall include shoulder and lap restraining belt with retractor, right armrest, and
lumbar support. The upholstery shall be cloth and shall be color keyed to the
passenger seats.
2.30.0 FLOOR COVERING
2.30.1 Shall be Koroseal flooring 1/8 inch thick, smooth under passenger seats and
in driver's area. Aisle covering shall be 3/16 inch thick ribbed. Step treads
shall have a white or yellow edge or nosing to pronounce the presence of the
step. Vestibule covering shall be mitered to match the ribs fin the aisle strip to
facilitate cleaning. At the Step well(s), there shall be no lip or nosing
overhang, the step tread flange shall be flush with the vertical riser to
eliminate any tripping condition. The floor covering shall be of a compatible
color to the interior and seats. Floors will have cove molding as standard.
2.30.2 There shall be a 2 inch wide "standee limit" stripe set into the ribbed aisle
covering located at the rear of the drivers seat. The standee line or bar shall
meet the requirement of 49CFR section 393.90. The floor covering shall meet
the requirements of FMVSS-302.
2.31.0 INTERIOR FINISH
2.31.1 The lower side walls from the window sill line to the seat support rail shall be
reinforced plastic of sufficient thickness adequately supported to prevent
buckling. From the seat rail to the floor shall be smooth cove molded rubber
to match floor covering. Epoxy coated, scratch resistant panels will be
acceptable in this area.
2.31.2 Interior sidewalls from the seat rail up, ceiling and rear panels shall be scratch
resistant vinyl covered luan.
2.31.3 From the window sill line up, including the ceiling, shall be a light color
complimentary to the lower color and seat color. All joints in the interior
paneling shall be covered by trim strips or molding. All sharp edges, sharp
corners, and/or protrusions shall be eliminated for safety reasons. Any
fastenings or other object that can catch a passenger's clothing or cause
injury shall be avoided.
2.31.4 All materials must comply with FMVSS-302.
2.32.0 GRAB RAILS AND STANCHIONS
FVPP-02-CA-3 - 48 - December 2001
Florida Department of Transportation
Public Transit Office , _.. PQrt 2
2.32.1 HANDRAILS AND STANCHIONS SHALL BE PROVIDED IN THE
ENTRANCE OF THE VEHICLE AND ELSEWHERE IN A CONFIGURATION
AS SPECIFIED IN 49 CODE OF FEDERAL REGULATION PART 38,
SUBPART B. SECTION 38.29.
2.32.2 There shall be a continuous ceiling -mounted grab rail on each side of the
aisle (except over doorways), vertical stanchions from floor to ceiling or seat
back grab handles to provide a passenger with secure holding areas from
front of the vehicle to the rear.
In the positioning of stanchions and grab handles, there shall be no more than
38 inches between one holding device and the next, from one end of the aisle
way to the other. The 38 inch dimension can be figured longitudinally of the
body, across the body or diagonally from one to the other.
2.32.3 Ceiling grab rails shall terminate into vertical stanchions or turn up into the
ceiling. No exposed ends will be accepted.
2.32.4 A modesty panel shall be positioned at the rear edge of the Step well. This
will be made up of a vertical stanchion at the inner rear corner of the Step well
with a rail running from that stanchion to the wall at window sill height and the
modesty panel installed therein. Panel shall have no more than 1'/2 inches
between the bottom of the panel and the floor to facilitate cleaning the floor.
Fastening of the panel shall be by bolts or rivets, screws will not be
acceptable.
2.32.5 Grab rails and stanchions shall be made of 1'/< inch diameter stainless clad
tubing, stainless clad shall be 0.02 inches thick. Fitting ells, tees, flanges and
bolts shall be stainless steel. Ceiling grab rail support brackets shall be
stainless steel or anodized cast aluminum. Grab rails/handles shall be
mounted on both sides of the entry steps.
2.33.0 INSTRUMENTS
2.33.1 Mounted in the instrument panel forward of the driver and in full view to him in
his driving seated position, the instruments listed in Exhibit 1 shall be
considered as the minimum.
2.34.0 CONTROLS AND SWITCHES
2.34.1 All controls and switches shall be mounted within easy reach of the driver.
They shall be permanently labeled for quick and unmistakable identification.
Glued identification decals are not acceptable. All controls and switches shall
be lighted for night time operation in such a way as to prevent glare in the
FVPP-02-CA-3 .49. December 2001
Florida Department of Transportation
Public Transit Office Part 2
windshield or driver's side windows. Gauges and alarms required are further
described in Exhibit 1.
2.35.0 HEATER/DEFROSTER
2.35.1 The front heater shall include a means to defrost the windshield and driver's
windows in accordance with FMVSS-103. There shall be a separate control to
give heat to the driver's foot area.
2.35.2 Additional heater(s) will be required and must achieve a 65 degree interior
temperature with an empty coach when the ambient temperature is 0 degrees
Fahrenheit. The additional heater(s) shall be located under seats at the
manufacturer's standard location to produce an even interior temperature.
The heater blower motors shall be easily accessible for servicing, they shall
be controlled by three position switches having HIGH, LOW, and OFF
positions. Heaters shall be shielded to prevent blowing hot air onto the
passengers' legs.
2.35.3 There shall be shut-off valves in the heater piping located near the engine
and easily accessible to permit the water circulation to the heaters to be shut
off during hot weather. Located immediately below driver compartment,
underneath bus.
2.35.4 Heater hoses shall be of top quality silicon material. Hose clamps shall be
constant torque type.
2.35.5 Hoses shall be protected and supported by approved clips at all locations
where they are close to or pass through metal frame members to prevent
chafing. Hoses shall be shielded against heat at any location where they pass
over or near any part of the exhaust system.
2.36.0 WINDSHIELD WIPERS/WASHERS (Electric Wipers)
2.36.1 To be manufacturer's standard for the vehicle involved in accordance with
FMVSS-104. Washer supply tank shall be located for easy refill from outside
the vehicle. Wipers shall be controlled by a four (4) position switch having an
OFF, LOW, HIGH and INTERMITTENT positions.
2.36.2 Windshield wiper control shall provide for intermittent operation in addition to
regular operation.
2.37.0 SUN VISOR
FVPP-02-CA-3 - 50 - December 2001
Florida Department of Transportation
Public Tranlit Off g2 Part 2
2.37.1 Shall be padded type, fully adjustable, to provide sun glare protection either at
the windshield or the driver's side window. A friction device shall hold it
securely in either location and in any position during travel over rough road
surfaces.
2.38.0 MIRRORS
2.38.1 Two (2) exterior rear view mirrors shall be provided, one (1) at the driver's left
side, one (1) opposite on the right side. They shall have a minimum of 60
square inch reflective area (either 8 inch x 8 inch or 6 inch x 10 inch will be
acceptable). They shall be mounted out of the driver's normal driving line of
vision to prevent driving "Blind Spots." One (1) interior rear view mirror shall
be located above the windshield and shall be large enough to provide the
driver with a full view of the bus interior. Standard and conversion vans shall
be manufacturers standard.
2.38.2 All mirror mountings shall be sufficiently rigid to prevent viewing distortion due
to vibration. Exterior mirror mountings shall permit moving out of position to
prevent mirror damage from automatic bus washers.
2.38.3 The manufacturer shall have a means to provide a convex spot mirror in
conjunction with the regular exterior rear view mirror. Convex mirror shall be a
minimum of 5" in diameter and located immediately above the regular street
side exterior mirror.
2.38.4 The manufacturer shall have a means to provide a convex spot mirror in
conjunction with the regular exterior rear view mirror. Convex mirror shall be a
minimum of 5" in diameter and located immediately above the regular curb
side exterior mirror.
2.39.0 EXTERIOR FINISH
2.39.1 All welds shall be chipped to remove slag. All metal parts shall be de -greased
and properly cleaned and sanded in preparation for painting. All metal
surfaces shall be sprayed with chromate primer. Parts and surfaces that will
be covered in the finished vehicle shall be given a second coat of primer to
prevent corrosion as much as possible. If any parts are pre -primed prior to
assembly and should any welding be done during assembly then the weld
shall be chipped. The weld and the surrounding area shall be primed again.
2.39.2 All surfaces that will be exposed on the finished vehicle shall be properly
sanded prior to finish color paint application. Finished color paint shall be
DuPont Centari, DuPont Imron. Should manufacturer use other than these
FVPP-02-CA-3 - 51 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
then they shall request deviation approval from the purchaser. This request
shall also include an outline of their painting procedure.
2.40.0 RUST PROOFING
2.40.1 The entire underbody, including Wheel housings shall be undercoated or rust
proofed.
2.40.2 Proper care shall be taken to prevent any coating from being deposited on
grease fittings, moving parts, brake hoses, and drive shaft. Undercoating shall
not be applied within 12 inches either side of the exhaust system of the
catalytic converter.
2.41.0 BUMPERS
2.41.1 Shall be provided at both front and rear of the vehicle. Rear bumper shall
wrap around the body sufficiently to give protection against impact at the body
corners. The finish may be anodized aluminum or steel chrome plated. If
painted, they shall be finished in a neutral color that is easily touched -up to
maintain an attractive appearance.
2.42.0 INSULATION
2.42.1 The entire body, sides, front, rear and roof shall be insulated with 2 pound
density sanded foam insulation. Manufacturer must certify that the material is
compatible with rubber or plastic hoses and wiring insulation to assure
against chemical attack on parts which may be contacted. Insulation must not
impede mechanics ability to perform repairs to hoses or wiring.
2.43.0 AIR CONDITIONING
2.43.1 System must pass the Florida Department of Transportation Air Conditioning
/ Alternator Performance Test dated 10/04/01.
2.43.2 The FDOT shall approve for use the Carrier, Rifled and TransAir designs.
2.43.3 Air circulation shall be high volume with low velocity to provide draft -free
comfort.
2.43.4 All hoses shall be routed and secured in such a way that they will not rub or
chafe. Routing of these hoses shall not interfere with the access of routing
maintenance items such as dip -sticks, air filters, or access doors. When
routing hoses under the coach the hoses shall be run in a straight and shall
be secured with rubber or plastic coated p-clamps every 12 inches.
FVPP-02-CA-3 - 52 - December 2001
Florida Department of Transportation
Public Transit Offi a Part 2
Refrigerant hoses shall be a refrigerant type double braided barrier
construction, Goodyear or equivalent with essentially comparable standards
of quality, design, and performance. Refrigerant fittings shall be "Quick Click"
or equivalent. Hoses and fittings must be qualified to SAE specification
J2064.
2.43.5 The proposer shall describe the air conditioning unit and the related
components that he intends to furnish to meet the temperature requirements
described in section 2.52.1. He shall also state the BTU capacity of the
system described.
2.44.0 LIFTS
2.44.1 THE LIFT, ITS DESIGN, INSTALLATION AND OPERATION SHALL
COMPLY WITH THE AMERICAN WITH DISABILITIES ACT (ADA),
REGULATIONS AND REQUIREMENTS AS AMENDED (TITLE 49 CODE OF
FEDERAL REGULATIONS, PART 38, SUBPART B. SECTION 38.23) AND
FLORIDA RULE CHAPTER 14-90 [EQUIPMENT AND OPERATIONAL
SAFETY STANDARDS GOVERNING PUBLIC -SECTOR BUS TRANSIT
SYSTEMS]. General guidance for lifts is provided below. Omission in this
guidance does not relieve the Glaval from compliance requirements of the
ADA or Rule Chapter 14-90.
2.44.2 Vehicle shall be equipped with a full automatic wheelchair lift mounted on the
curb side of the vehicle, accessible via access doors. The lift door on the right
side of the vehicle shall have a 67" minimum entry way of at least 42" width if
using the Maxon lift, and a 67 % " minimum entry way of at least 42" width if
using the Braun or Ricon lifts. The lift mechanism shall be designed to also
provide a minimum 68" clearance. The lift shall be mounted so as not to
detract from the structural integrity of the vehicle. The lift gate shall be of
heavy duty frame design. The wheelchair entrance door shall be open
swinging type with window. The outer edges of the wheelchair access doors
shall be weather-stripped with a continuous strip to provide a water tight seal.
A spring type, not cylinder, mechanism for opening and closing the door shall
be installed. These springs shall be capable of holding the door in the fully
open position when the lift is in use.
2.44.3 The lift shall have a self-cleaning, see through, non-skid platform (minimum
32" wide) which shall fold and unfold the platform shall be able to be quickly
removed in the event of a power failure so that the platform can be operated
manually. Lift shall be a RICON Model K5005, Braun Model L917, or Maxon
WL-6A3353, with the purchaser given the option of selecting which one. The
useable platform space must be fully maintained in operation from ground
surface to provide a minimum 5-inch barrier to prevent the wheelchair from
FVPP-02-CA-3 - 53 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
rolling off the lift during operation. If the hinged barrier is automatically
activated, it must be designed to allow for manual operation. A barrier at least
4 inches high shall also be provided on each side of the platform to prevent
wheelchairs from rolling over the side edges.
2.44.4 The lift components, including the platform, shall be easily disassembled to
facilitate repairs and replacement of parts.
2.44.5 An audible warning signal shall be activated in the vehicle in the event that
the lift doors are opened and the interlock is not engaged.
2.44.6 The lift shall be capable of being used from curb level or ground level. The
design load of the lift shall be 600 pounds or greater. The lift platform shall be
capable of being raised or lowered with a load in no more that 24 seconds. All
power units, operating joints, linkages and mounting points to the body shall
be certified by the manufacturer as being adequate for the loading. The
operation of the unit shall provide a smooth, jerk -free ride in both up and
down directions.
2.44.7 Lift power unit will be provided with a master cut-off switch. Power unit shall
be 12-volt electro/hydraulically operated and shall be readily accessible for
servicing. In the event of a power failure, the lift platform must be able to be
manually raised and lowered with and without passengers.
2.44.8 The system control valve shall be solenoid controlled and shall be externally
mounted for easy maintenance.
2.44.9 A secure collapsible guard rail shall be provided on both sides of the lift
platform. The rail shall be at approximate arm level for use by wheel chair
patrons yet tall enough to be easily grasped by a person standing on the
platform. The rail must stow completely within the lift platform and not
interfere with the interior space and must be permanently attached to the lift
platform. Precautions must be taken to prevent movement and rattling of both
the lift and guard rail while in the stowed position.
2.44.10 Gravity down shall also be controlled by a manual hand valve in the event of
electric power loss. All sliding surfaces and load bearing pivot points must be
free of exposed grease and constructed with replaceable bearings.
2.44.11 The platform shall fold into the door area for storing while not in use. Lift in
stored position shall not intrude into the vehicle body more that 15 inches and
shall be adequately restrained in the stored position to prevent the lift from
coming adrift while the vehicle is in motion. The side and top frame of the lift
intruding into the body shall be properly padded to protect passengers from
bodily injury.
FVPP-02-CA-3 - 54 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.44.12 The lift controls shall be completely weather proof and labeled as to function.
This cord shall be encased in flexible metal casing protecting it from being
caught in the door or in other moving parts. A hang-up box or hook shall be
provided on the inside of the lift door in a manner that will prevent accidental
or unauthorized use. Each control switch for deploying, lowering, raising and
stowing the lift and lowering the roll -off barrier shall be of a momentary
contact type requiring continuous manual pressure by the operator.
2.44.13 A strip of 3 inch reflective tape shall be added to the outer edge of the lift
platform side barrier and shall run the full length of the side barriers.
2.44.14 All lift manufacturers or installers shall legibly and permanently mark each
wheelchair lift assembly with the following minimum information:
1. The manufacturers name and address.
2. The month and year of manufacture.
3. A certificate that the wheelchair lift and installation conforms to State of
Florida requirements applicable to accessible vehicles.
2.45.0 SECUREMENT DEVICES
2.45.1 SECUREMENT DEVICES, THEIR DESIGN, INSTALLATION AND
OPERATION SHALL COMPLY WITH THE AMERICAN WITH DISABILITIES
ACT (ADA), REGULATIONS AND REQUIREMENTS AS AMENDED (TITLE
49 CODE OF FEDERAL REGULATIONS, PART 38, SUBPART B. SECTION
38.23) AND 30MPH/20G IMPACT TEST CRITERIA PER SAE J2249.
General guidance for securement devices is provided below. Omission in this
specification does not relieve the Glaval from compliance requirements of the
ADA and SAE J2249.
2.45.2 In vehicles with securement device or system the wheelchair or mobility aid
shall face toward the front of the vehicle.
2.45.3 Retractors shall be heavy duty with heat treated components and a metal or
impact resistant plastic housing. Retractors will be the Sure-Lok heavy duty,
or Q'straint deluxe, with the purchaser given the option of selecting which
one.
2.45.4 The retractor shall be complete with four retractor straps for securing the
wheelchair or mobility aid and two retractors for the occupant restraint
system.
2.45.5 The wheelchair mobility aid retractors shall be equipped with manual tension
knobs for manual tightening and/or release.
FVPP-02-CA-3 - 55 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
2.45.6 The wheelchair or mobility aid retractors shall be equipped with "S" or "J"
hooks to simplify operation.
2.45.7 The wheelchair or mobility aid retractors shall be capable of being mounted
directly to the vehicle structure using a retractor mounting kit, to a flip seat
structure with or without a modesty panel, and covered stainless steel Series
L floor pockets.
2.45.8 The occupant restraint system shall be equipped with a height adjuster for the
shoulder belt, having a vertical adjustment of approximately 12 inches in the
rear of the bus, and 4" minimum at all other positions.
2.45.9 The tie -down system shall be able to secure a standard wheelchair or mobility
aid in less than 10 seconds. A set of "quick straps" is to be provided at each
station.
2.45.10 The retractor securement system shall meet the following requirements:
1. 30MPH/20G impact test criteria per SAE J2249, and
2. 49 CFR Part 38 Americans with Disabilities Act (ADA).
2.45.11 The occupant restraint system shall meet the following requirements when
used in conjunction with the retractor system:
1. Federal Motor Vehicle Safety Standards (FMVSS209 & FMVSS302)
2. 49 CFR Part 38 Americans with disabilities Act (ADA), and
4. 30MPH/20G impact test criteria SAE J2249.
2.45.12 Storage containers for restraint system belts and instructions for use of
restraint system shall be included and mounted in safe and convenient
location.
2.46.0 SAFETY EQUIPMENT
2.46.1 The manufacturer shall equip each vehicle with the following:
1. First aid kit, (see Exhibit 2). Mounted in an accessible location.
2. Fire extinguisher, 5 pound rechargeable ABC type. Mounted in an
accessible location near the driver's position.
3. Warning triangles, reflective type, three (3) units. Secured in a readily
accessible location.
4. Seat belt cutter (as applicable) shall be mounted in an accessible location
near the wheelchair lift.
5. Bio-hazard kit. Mounted in an accessible location.
FVPP-02-CA-3 - 56 - December 2001
Florida Department of Transportation
Public Transit!2ffice Part 2
2.46.2 An event data recorder (EDR), "Independent Witness" will be mounted on
vehicle to record time, date and severity of accidents. Recorder must
comply with SAE J211 specifications and be court admissible. Power source
for recorder must be self-contained and may not be connected to vehicle
power. Data from recorder must be immediately accessible and formatted to
be delivered to external database that correlates accident severity to injury
potential. This correlation must be immediately available via the internet.
Recorder must be tamper resistant and capable of recording a minimum of
100 events without looping (writing over) events.
NOTE: None of the above shall be mounted on a door or any location that will
restrict the driver's or passenger's seating or movement.
FVPP-02-CA-3 - 57 - December 2001
Florida Department of Transportation
Public Transit Office Part 2
EXHIBIT 1
INSTRUMENTS
DISPLAY
GAUGE
LIGHTS
AUDIBLE
VOLTMETER
X
X
HIGH ENGINE WATER TEMP
X
X
X
LOW ENGINE OIL PRESSURE
X
X
FUEL GAUGE
X
GENERATOR/ALTERNATOR NOT CHARGING
X
X
X
EMERGENCY DOOR UNLOCKED
IF APPLICABLE
X
X
DIRECTIONAL SIGNALS
X
HEADLIGHT HIGH BEAM
X
PARKING BRAKE ON
X
SPEEDOMETER WITH ODOMETER
X
LOW ENGINE COOLANT LEVEL
Ix
ix
FVPP-02-CA-3 - 58 - December 2001
Florida Department of Transportation
Public Transit Office _ ..,_,.,. Part 2
Exhibit 2
Contents
for Medical First Aid
Kit
Type of Unit
0uantit *"ZEE"
Number
Antiseptic swabs
10-swabs / 1 box
#2633
Insect Sting relief
10-swabs / 1 box
#2632
Providone Iodine swabs
10-swabs / 1 box
#2641
Ammonia inhalants
10-swabs / 1 box
#2601
Foille Ointment
6 tubes / 1 box
#2610
Wire splint
3.75" x 30"
#2631
Hydrocortisone cream
25 packets / 1 box
#1817
Eye dressing
4 / unit, 2 boxes
#2618 (2)
Bandage compress
4" x 4", 6 boxes
#2615 (6)
Adhesive ace bandage
16-1 "x3", 2 boxes
#2607 (2)
Scissors, emergency
1 pair
#6566
Tweezers
1 set
#3531
Gauze, roll
6 ply, 4.5"x 147" / 2pkg.
#6715 (2)
Adhesive tape, roll
2" x 5 yards/ 3 cut spool
#0305
Safe Airway Mask (SAM)
1 / box
#3076
Gloves, latex
2 pair
#3044
*NOTE: ZEE Medical Numbers are only provided for reference.
An approved equivalent will be considered.
FVPP-02-CA-3 - 59 - December 2001