Loading...
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 SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict.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