Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-093Temp. Reso. #9241 - 12/21 /00 Page 1 Rev. #1 - 2/16/01 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001- 93 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF ONE (1) BLUEBIRD BUS TRANSHUTTLE, IN AN AMOUNT NOT TO EXCEED $109,000.00; UTILIZING FLORIDA VEHICLE PROCUREMENT PROGRAM CONTRACT#MD98-01; PROVIDING FOR FUNDING; APPROVING ALL NECESSARY BUDGET TRANSFERS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac provides a route based transit system and a paratransit program in an effort to provide enhanced transportation opportunities for City residents; and WHEREAS, vehicle #803 is recommended for replacement in FY01 and a Bluebird Bus Transhuttle is recommended as the replacement; 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 the State of Florida, the United States Government, or with other governmental agencies; and WHEREAS, available funds exist in the Fleet Replacement Fund, the General Fund, and the CDBG Grant Fund for said purpose; and Temp. Reso. #9241 - 12/21 /00 Page 2 Rev. #1 - 2/16/01 WHEREAS, The Director of Parks & Recreation and Purchasing and Contracts Manager have determined that it is in the City's economic interest to purchase one (1) Bluebird Bus Transhuttle utilizing an existing State of Florida purchasing contract; 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 to purchase one (1) Bluebird Bus Transhuttle utilizing the above mentioned government purchasing agreement at a cost not to exceed $109,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That 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 use of the Florida Vehicle Procurement Program Contract #MD98-01, a copy of said Contract being hereto attached as Exhibit "1 ", is hereby approved for the purchase of one (1) Bluebird Bus Transhuttle at a cost not to exceed $109,000.00, using the City's specifications attached hereto as Exhibit "2". SECTION 3: Available funds exist in the Fleet Replacement Fund, the General Fund, and the CDBG Grant Fund for said purpose. SECTION 4: That all necessary budget transfers are hereby approved. L_J 1 LJ Temp. Reso. #9241 - 12/21 /00 Page 3 Rev. #1 - 2/16/01 SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 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 application 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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 251h day of April, 2001. ATTEST: t MARION SWENSON, CMC CITY CLERK I HEREB ERTIFY that I h,�ve ap r ed th' CRESOL ON o f MITCHtLL R CITY ATTO NJ /; JOE SCHREIBER ` MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER LAk DIST 1: COMM. PORTNER DIST ?.,:-COMM. MISHKINC 9W 3: V/M SULTANOF_L DIST 4: COMM. ROBERTS Temp. Reso. #9241 Exhibit 1 FLORIDA VEHICU-E— PROCUREMENT PROGRAM - -- Contract #MD98-01 25' Demand Response/Fixed Route Type -Ten Year Medium Duty Buses (April 20, 1998) FVPP MD98-01 25' DEMAND RESPONSE/FIXED ROUTE TYPE - TEN YEAR MEDIUM DUTY BUS GENERAL INFORMATION The Florida Vehicle Procurement Program (FVPP) Bid # MD98-01 to establish a contract for the purchase of 25 Demand Response/Fixed Route Type - Ten Year Medium Duty Buses was awarded to Florida Transportation Systems, Inc./Bluebird Corporation (FTS/Bluebird) on April 20, 19 98. The information contained herein will be utilized to provide r vi a guidance should u derstand that and vendors in the ordering of and payment for vehicle g each order placed with and acknowledged by FTh/� Icontlrd ract implies duties or between the purchaser and FTS/Bluebird only. T responsibilities by the FVPP Project tiCoordinators he said contract a eto be administered Transportation. The terms artment of and conditions o and enforced by and between the purchaser dthe oFTS/BI inal bid documen anc inclusive, rnnditions of the contract are ass eC1fe, ,,,,,, .,nraor� iinnn Chan_ s to h on final bid document. VENDOR INFORMATION Please direct all inquiries to Ray Cullers, Floyd Wellner, or Ross Ramer at the address or phone numbers below and reference the FVPP Contract # MD98-01. Florida Transportation Systems 7703 Industrial Lane Tampa, Florida 33637-6775 - Phone: (813) 980-0174 - -...• - -- -- Fax: (813) 985-7874 ORDERING INSTRUCTIONS All orders placed with FTS/Bluebird should be accompanied by an Agency c foe Order. Please submit a separate order form (See Exhibit A sample each vehicle being ordered. Each order form contains- The base vehicle price. Seating and wheelchair station prices. -_ - ___•_--Paint, scheme. prices. ---- Individual options prices. g Most agencies already have an idea of the type and number of seats/wheelchair that have stations needed to meet their floor p agencies Ian requirements. Those already determined their floor plan requirements shld fax a copyordef the proposed layout to FTS/Bluebird for verification prior to submitting the requiring assistance with floor plan layout should allba ed and he agency's needs and discuss their needs. FTS/Bluebird will develop a proposed floorplan and fax them a copy for verification prior to the agency submitting the order. An illustration of the basic paint schemes (attachment and esc cell on on the indivompiling dthel options (attachment 2) are also being provided to assist orders. desired After determining a floor plan and the individual options, place cost column bythe number f the number items in the quantity column. Multiply the dollar figu 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 as gure o don the st column o arriv'sat the grand total for the vehicle. The grand total will be the as needed of the blank order ency purchase order. Agencies may make as many cop form. If ou have any problems or require assistance in comple1i3ggt��_3 2� form, please do Y not hesitate to call Mike Crittenden or Vicki Zambito at 8 FTS/Bluebird will provide to the agency written confirmation of r ceipttoff order its we within 72 hours of receiving the order. At a minimum, the acknowledgment contain: • 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 agency may assess as liquidated damage, $25.00 of days allotted in the contract, the ag Y per calendar day per vehicle (unless- granted an-extensionr-in-writing). --_.,_.__ ance within All work on and delivery of the vehicle(s) wtract sQ Priotre olthe vehc le(s) being the time frames specified in the applicable con O _ delivered, FTS/Bluebird must perform-a-Post-D I District Ren eseti five aSmB1 mbm a �48 notify the agency and the appropriate FDOT D pth hours in advance to arrange a delivery time. Eanclud nicl anld final inspectionspecltion vendor/manufactures's quality control checklist 9 road test (properly completed and signed by an authorized deliverynt representative). Other documents that FTS/Bluebird will provide rY include: • Manufacture's Certificate of Origin. • Application for Certificate of Title. • Bill of Sale. • Warranty papers (forms, policy, procedures). • Maintenance manual. • Spare key(s). • Operator's manual.. • Invoice (to include contract number, P.O. number, and agency name). FINAL ACCEPTANCE If any of the above items is missing, defective, altered, lveredrinctomplete or cote, the ntains any agency should reject the vehicle. If a vehicle(s) _ f-� defective or damaged parts, the said parts will be removed ed and replaced at no cost. In by FTS/Bluebird. New parts will be furnished and the event work is involved, warranty or otherwise, to rebpaanoapproved place o ed fi vehicle(s) in proper complete condition, such repairs will be made y P Delivery of the vehicle(s) by FTS/Bluebird does not constitute acceptance by the . ill be considered "accepted" upon passing the inspection and agency. The vehicle wenc The terms of this contract state that an issuance of an acceptance letter by the ag Y- 3 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 FTS/Bluebird and their FDOT District Office. The "Letter of Rejection" shall state and describe the areas to be found in noncompliance with the bid specifications or contains any defective or damaged parts. A vehicle should only be reiected 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 in revenue service will automatically constitute "acceptance"; however, a "Letter of Acceptance" should still be sent to FTS/Bluebird. PAYMENT Within five (5) calendar days after accepting their vehicles(s), agencies should complete all necessary paperwork required by their MOT 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 (if applicable). • VIN number. • Odometer reading. This will allow time to have FTS/Bluebird paid in full within sixty (60) days of acceptance. Please note that failure to meet the net 60-day payment terms could result in the payment of interest and other penalties. RESPONSIBILITY FOR WARRAN ' FTS/Bluebird shall assume responsibility for warranty of materials, omponents and cready made from accessories proposed whether same is made by them or purchased any outside source. This includes vehicle chassis. 4 WARRANTY POLICY AND PROVISIONS: FTS/Bluebird's warranty on the vehicles include the following as a minimum: 24 months/unlimited miles Engine: - - - - Chassis, Body, Paint: 24 months/100,000 miles Axle, Suspension, Driveshaft:24 Transmission: 36 months/150,000 miles Air Conditioning: 24 months/unlimited miles Other Components: 12 months/50,000 miles When warranty repairs are required, the agency will immediately notify FTS/Bluebird who is responsible for all warranty covered repair work. Within 1 calendar day after receiving notification of a defect from an agency, FTS/Bluebird will provide an authorization number, the location, and scheduled appointment time for repairs. In those cases where the vehicle is removed from the agency's property, repair procedures must be diligently pursued by FTS/Bluebird or its authorized representative. Service center(s) authorized to perform warranty work for FTS/Bluebird will be within 100 miles of the agency's location. FTS/Bluebird will notify the agency upon completion of the repairs. The agency and FTS/Bluebird will mutually agree upon transporting vehicle(s) to and from repair the location. Any transportation cost incurred will be the responsibility of FTS/Bluebird. - ----- -- -- --~ WARRANTY F'Kut.tuurzL�- %_j I qu �11., -- - When warranty repairs are required, the agency will immediately notify FTS/Bluebird who is responsible for all warranty covered repair work. Within 1 calendar day after receiving notification of a defect from an agency, FTS/Bluebird will provide an authorization number. 5 The agency will use vendor specified parts to make the repair(s). If the agency can not obtain vendor -specified parts locally or out of its own stock, FTS/Bluebird will arrange for the.parts to_be shipped pre -paid to the agency within 5 working days of the receipt of request for said parts. If the parts can be obtained locally or out of the agency's stock, FTSIBluebird will reimburse the agency at the current price of the parts at the time of repair, including Y taxes and appropriate an The agency will also be reimbursed for labor in accordance with the agency's labor rate at the time repairs are made. The agency will tag defective parts and retain them for inspection or collection by FTS/Bluebird. FLEET DEFECTS AND FAILURE ANALYSIS: When cumulative failure of any kind occur in 30% of the vehicles purchased under this contract, FTS/Bluebird shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all remaining vehicles to be delivered under this contract. Where the specific defect can be solely attributed to particular identifiable part(s), the work program shall include redesign and/or work program shall incyude the defectivelyinspection spectionand/or designed part)s). In all other cases, correction of all the buses in the fleet via a mutually agreed to arrangement. FTS/Bluebird shall, upon request of FVPP, provide a failure analysis of fleet defect or safety -related parts, or major components removed uner terms shall be del vexed withofthe fi0 daysrof he anty hat could affect fleet operation. Such rep receipt of failed parts. 2 PAGE.002 VEI: _ Z'ee 9:31 y t'1.1TR 1i5F PAGE 02 ga/:6/2000 15:44 813-97a-5:68 Temp. Mesa. #9241 Exhibit.2 1~ vPP OR.D1ER FORN NM98-01 Route Type -Ten lyedium.Duty Buses Year 25' Dcmznd RspttnseMsed AGI NCY `lA'�iE: city of Tamarac pATE: �954) PHONE: 718-1799 CONTACT PERSON (954) 724-1382 Vince Sciacca Ils.nsaa.Aln&.o.Saw Cost -.-,-- Quantity Total - Item $100,841.00 1 109, 841.00 Base Vehicle 154.00 22 3,388.00 Standard Scat 197.00 Flip -type Seat 235.00 Z 470.00 Fold -away Seat 154.00 Children Seat Station (Q-Strsint QRI) 623.00 2 1,246.00 V4'heelchair Srcuremcnt 871.00 Paint Scheme 1 2,5 00.00 Paint Scheme 2 1,500.00 Paint Scheme 3 passenger stop request sign Type One (2-passalg er sue) 650.00 Type Two (1-passenger standard) 325.00 Type Three (A-pasxug cr male facing flip) 1,200.00 forward facing MP) 800.00 Type Four (2-passenger 4,500.00 Brake retarder Sparc tiro and painted steel wheel 490.00 1 490.00 wa radio Provision for two- Y- 200.00 _ - 550.00 PA system Hand operated microphone ""ilh on -off switch 195.04 &-letc A-indow sorrourtd for credit (350.00) 1 -- (35o.b0) i TOTAL PAGE 1 $106,085.00 DEC 22 '00 9:32 04i"5i'©00 1R:4a 813-57a-5158 CUR USF PAGE.003 PAGE 03 C. fWp ORDER FORM . MD98-01 is, Demand Re3pouseNlxed Route Type •Teti Your Medium Duty Buses Cost Quantity Total Cost Itcm fOf credit (750,00) 1 750.00)._. �s.. Dcicte aluminutrs/st�less steel inserts Stainless steel or chrome bumpffs,in lieu of and (1,250.00) 1 1, 250.00) with credit for Help Bumptn Delete wheelchair lift for credit 1,500.00 Fueling system 700.00 Deceleration light system _ Programming equipment for destination signs Z,400.00 13,139.00 Luminator electronic des6natioD !ftP 1,850,00 1, g 50.00' Transign electric destiwtion SIP 1 2,500.00 Hendrickson full air ride suspension 3 , 300.00 .:.• 3,300.00 1 Hendrickson fill air ride suspension with keeling feature 1850 lift Ctn lieu of staff 4,400.00 Braun WI. Mode Braun 900 )Series z,aoo.oa Kinedyne Retractor Wheelchair Securement dr Occupant Restraint System $ 3>150.0 TOTAL PAGE 2 GRAND TOTAL {total page I and page Z) S 109,235.0 select: (circle one) gray blue tan Seating Colors. Purchasers may blue tan black_... Flooring Colors: Purchasers may select: (circie one) gray Paint Scheme: Agencies will select colors for the background and stripes when orders are placed. If an NOT a paint and covered by one lettering scheme that is ��GEC ements either of those listed, they may make separate arrang with the manufacturer or a local vendor to provide these services. I'' DEC 22 '00 9:32 PAGE.004 Fc OR/vA TRANSPORTA T/ON SYSTEMS. /NC. Equipment deleted and credit amount: 1, 024 .14 —_ A1`�ro-fT`oor%tig -- 51.00 Diver foot neater 209.00 Floor line rubrail 1,360.00 Fluorescent lighting 2,900.00 Formica interior g 76.00 Passenger seat belts 50.00 Air door $ 6,410.14 Total deletions Equipment additions and charge amount: AM/FM/PA with external speaker Anti -vandal grab handles Acrylic barrier behind driver Exhaust flush rear bumper turned down Fare box, Diamond, dual vault Grab handle off driver barrier Gray rubber flooring Grocery rack Polished stainless steel wheel covers Strobe lights rear Daytime running lights Total additions Pricing Summary: FVPP Order Form Deletions Additions Total Price Per Sus 528.00 360-00 210.00 300.00 670.00 200.00 310.00 475.00 245-00 450-00 40.00 $ 3,788.00 sl09,235.00 -6,430.14 3,788.00 5106,552.86 AT B 300 asmR a Am O's-mic SAY L gjTED WAJiJWQT rvw rn.... ----- - OF-M `1EW PRODUCTS (EF E.CTrvS V1l96) cnvs CO��L NLIWT YOC AT1ONS I ATD VIODFUR DATE 1•L IpI:A )wL L^.i.?�7iA .I- I.IT. MT YI�a : +^i.., lta IAM.DdTt� S[YcoCL \L` x"m InA, 7Y1iM_S Imi raL Lw4u3luI 5 Im *IM x YL%JLS ICC'� ►LL 3Atb. \:a7 Mpl. ! TYAAS lC9'\ fLL �Tm Yln� ] 73A7�S Iml. M.1.� MO 1� IODO • :� A' � 7 �"`� I(>D 7Y,t, 17R7.07D TA.t Stt ILI A ut__ YFA \S ,m PAL XgJI� 1r[. ,fr. v M iin I Y I<p P&L � a m w VIA I S 100 rLL umm4 p f,ap. �.4p Illb IT'F+• 1 �DDp :Am 1A• 3 Y6A)L$ TxAU IDD P" n NQTOA t,L WT VVM I YLAM Ica PAL L'1'.� 5)m . -_ _ VlA7 IY&A S_ Im ►�L -_. NO fAA7 T I TtAJS >� ►1L! 17T�.11�li>a VIA3 IY1',AA; Im fA1. l.•4la.fTm 34M 5 utZ _ �wJcS KO PALlJI4Off'� AD9, 1A7 1= '24::+m dtN9 7 T7 A>4F MOt L IIrI SAc7Y 7LS AT MV'AI 7 is.v�s KV PAL )•fT VV96 IYiAAS \)W 1lVOS 2YZA" 1m P&L KT„w uln7 _ _ 1 Y7AA7 .. -.._ - DKai DIRT -. `il1,+• xY1�A3'" '-'-100f VtA• 7 TiMS 1D'x''' S7(L.^(iLE \LY wI In.% I Y71N5 IUD IR.L IVDdW I;xTMiA il'S >.rT 7W rA!_ LbLDa'rtSD \]OD VV9'7 I YVLAS no fLL MI'�. hpp u,l+• I T= 110 PAL L7A. p� � •tA\ I7%W lm/*L ImH00 v d1T 7 YBMS 190 N L LW-34 >a lcm x A Sw cta�d warwtws proof 10 W/% pleese rder 10 "Wrw" lr,defll+ar� Boold+a Allison Tr nsmis ioxlTransmission ,SUGGESTERETAIL PRICING Market L1r1 tad States and Canada p effect for contracts signed a/1199 and after rites in • ,�;,,rf^..-lh - +;�::'1G�%[^*:-1''.'��r;✓` •�`x���'���•ri:.id'J::'J.��:..; ;:r�iyy�''•.<_ �•%%~rj:rw�•��`�;'7`i;s�; .. > 2 YR L. t, ; SCMOONS LIt71Ornl 2 i YR 1 $1 1 roe A .08 of i 5 l SSCa 14C S9C0 st EXTENDED COVERAGE 7XICE MATRIX TAAN5I ACH/Sh7MLE MARKET ' .. - - -?-EIQGII�tE _PANT . , . . MATRIX NO. 960001 XT LES.—OR __APPL_iCA$%7k._.MONT` EYFECTIvE 01JAN9 8 FROM WARRANTY START DATE • i a w w i i i t i w a i i w i#!* w 4 i i w i a i i* w w i w! w! i w a* t t** f f� !! i 1t **# r * * i • r t r PRICING ' *' 3 YRS * 4 YRS • 5 YRS * LEVEL * SMILES wwwiaw*aawlrlwlt**##*r*}r#tx#*rw##***r!*wiiii#waii#i#### * DISTR./DEAL. a 50000 • 145 • 220 R 290 �_-10-0 FLEET * " 245 a 320 * 390 r*!*w#ww*aflww•*law+♦awriawiiww#r+•f111r*#ws***t#****ts • DI9TR./DEAL.+ 100000 * 220 * 290 ' 365 w * FLEET * * 320 ' 390 + 465 • —.—� www#wwwwii•wi.wwiala+++++#aawwww++►+ww*#w**�***#*x�r•trx�* DISTR./DEAL.* 125000 255 325 * 400 * ---� FLEET • • * 500 * L ataiwafr+♦+farwwwfiswl+l�►*t****#*#7*r•!*!lrwii#i*##'f*## • DISTR./DEAL.- 150000 • 290 ' 365 ' 435 * FLEET * * 390 * 465 a 535 * ia#a##rtaa*f*+#•taaww#a*##as*#*w•+#a.►it,rw#r*x+**tt*#*t* * nZ9TR-/DEAL-* 175000 • 325 • 400 470 * FLEET . 425 * 500 • 570 * firwh#*##•+rd'iiitai*wiii#iiaia#twfAllr*�t#*#xx!!w*!•wff►wa �IBTR./DEAL. * 200000 * 365 * 435 * 510 w FLEET4;65 • 535 * 610 ' yam►* *w#r##*r«wrrrrtaaalw#awa+awa*#*i1l!*!f.*w.aii#ii#ii#ax#` • DISTR./DEAL.* 250000 f 435 * 510 * 580 �'J * FLEET • 535 ' 610 • 680 iiitila#*fltlt!*#*arw�t•+irii.araiiir;*i*tra***!***' = DI9TR./DEAL.• 300000 510 580 655 FLEET 610 * 680 * 755 * tratrlt,r*!w•*si�r�xiaairiwia.iw*a•*rwr#1'txx+•***lf7farfa