HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-193Temp. Reso. #9073 - 06/29/00
Pagg/00e 1
CITY OF TAMARAC, FLORIDA Revision #1 - 07/05
RESOLUTION NO. R-2000- 19 3
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AUTHORIZING
PURCHASE OF A PASSENGER BUS FROM
ATLANTIC BUS SALES, IN AN AMOUNT NOT TO
EXCEED $56,000, UTILIZING A FLORIDA VEHICLE
PROCUREMENT PROGRAM CONTRACT;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac recently inaugurated a route based transit
system to provide enhance transportation opportunities for City residents; and
WHEREAS, in order to increase system efficiency and excellence it is necessary
to purchase an additional passenger bus to augment the existing fleet of buses; 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, funds were appropriated on June 14, 2000 by Ordinance#0-2000-16
in the Fleet Fund 503 for utilizing a Master Lease Purchase Agreement; and
WHEREAS, The Director of Parks & Recreation and Purchasing and Contract
Manager have determined that it is in the City's economic interest to purchase a
passenger bus utilizing an existing State of Florida purchasing contract; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be
Temp. Reso. #9073 - 06/29/00
Pagge 2
Revision #1 - 07/05/00
in the best interest of the citizens and residents of the City of Tamarac to purchase an
additional passenger bus utilizing the above mentioned government purchasing
agreement.
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
#FVPP00-01-CA, a copy of said Contract being hereto attached as Exhibit "1 ", is
hereby approved for the purchase of an additional passenger bus, using the City's
specifications attached hereto as Exhibit "2".
SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby
repealed to the extent of such conflict.
SECTION 4: 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 sever
F17C31
SECTION 5: This Resolution shall become effective immediately upon its
passage and adoption.
1
1
1
Temp. Reso. #9073 - 06/29/00
Page 3
Revision #1 - 07/05/00
PASSED, ADOPTED AND APPROVED this is day of , 2000.
ATTEST: c JOE SCHREIBER
MAYOR
1
MARION SW NSON, CMC
CITY CLERK
f,H RE "t9RTIFY that I have approved
This REST N as to form.
-n✓ MITCHELL S. KRAFT d
CITY ATTORNEY
RECORD OF COMMISSION VOTE
MAYOR SCHREIBER I&
DIST 1: COMM. PORTNER
DIST 2: COMM. MISHKIN
DIST 3: COMM. SULTANOF . kg o
DIST 4: VIM ROBERTS
Temp Reso# 9073
Exhibit 1"
FVPP00-01-CA
22' & 25' Cutaways
General Information
The Florida Vehicle Procurement Program (FVPP) Proposal # FVPP00-01-CA to
establish a contract for the purchase of cutaways was awarded to Atlantic Bus Sales on
February 22, 2000.
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.eng.usf.edu/research/fvpp.htm). This packet also provides guidance
and clarity in the relationships between the buyers and the seller.
If a situation arises that is not adequately addressed, please contact Mike Crittenden or
Vicki Zambito at (813) 974-3120.
Vendor Information
Atlantic Bus Sales is located at 552 S. Dixie Highway East, Pompano Beach, Florida
33060. The telephone number is (954) 941-7722 and the FAX number is (954) 941-
7466. When placing orders, please direct all inquiries to Lisa Alighieri or Richard C.
Mahoney and reference the FVPP Contract # FVPP00-01-CA.
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 constitutes a contract
between the purchaser and Atlantic Bus Sales 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
All orders placed with Atlantic Bus Sales should be accompanied by an Agency
Purchase Order. Please submit a separate order form (See Exhibit A - sample order
form) for each vehicle. Each order form contains:
The base vehicle price
Seating and wheelchair station prices
Paint scheme prices
Individual option prices
The 22-foot base vehicle is an Eldorado Aerotech 220 body mounted on a Ford E-40
cutaway chassis with a 158-inch wheel base. The 25 foot base vehicle is an Eldorado
Aerotech 240 body mounted on a Ford E-40 cutaway chassis with a 176-inch wheel
base. Both vehicles will have a V-10 gasoline engine. Both vehicles will have a
manual door with standard driver's seat and wheelchair lift with lift door. It will also
include 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 for verification prior to submitting their order(s). Agencies
requiring assistance with floor plan layout should call Atlantic Bus Sales and discuss
their needs. Atlantic Bus Sales 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.
Standard passenger seats will be the Freedman Feather Weight Mid or High Back
including a "Knee Saver" backrest design. Fold -a -way seats will be the Freedman 3-
Step seat.
An illustration of the basic paint schemes (Exhibit B) and a description of the individual
options (Exhibit C) 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 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:
Deliverer
• 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)
2
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 ninety (90) days of
receipt of chassis from the OEM supplier. Prior to the vehicle(s) being delivered,
Atlantic Bus Sales must perform a Post Delivery Inspection. Atlantic Bus Sales 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 will provide at delivery include:
• Manufacture's Certificate of Origin.
• Application for Certificate of Title.
• Retail Buyer's Order.
• Warranty papers (forms, policy, procedures).
• Maintenance manual.
• Spare key(s).
• Operator's manual.
NOTE: AGENCIES MUST SELECT ALTERNATOR WARRANTY OPTION AT
TIME OF DELIVERY (see Exhibit D, 5.1.2).
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. New parts will be furnished and installed
by Atlantic Bus Sales at no cost to the agency. In the event work is involved, warranty
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 D for warranty provisions).
Delivery of the vehicle(s) by Atlantic Bus Sales 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 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.
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 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.
Training
Training is important to the FVPP as these new vehicles may have components
unfamiliar to the Agencies maintenance personnel and operators. As a minimum, the
FVPP expects to receive the following:
Driver orientation/certification 8 hours @ 5 locations annually
Air conditioning/certification 4 hours @ 5 locations annually
Wheelchair lift/ certification 4 hours @ 5 locations annually
Securement devices/certification 4 hours @ 5 locations annually
Maintenance familiarization/certification 8 hours @ 5 locations annually
Please contact Mike Crittenden or Vicki Zambito for a more detailed description
of the Training Programs available with this contract.
4
EXHIBIT A
SAMPLE ORDER FORM
FVPP00-01-CA (22' & 25' Cutaways)
Atlantic Bus Sales
AGENCY NAME: -ABC RAN DATE: 02/22/OQ P.O. 12345
CONTACT PERSON: Mike Crittenden
February 22, 2000
Item
Cost
Quantity
Total Cost
Base Vehicle 22'
45,790.00
1
45790.00
Base Vehicle 26'
47,655.00
Standard Seat
166.00
8
1,328.00
Flip - type Seat (single)
180.00
Fold -away Seat (double)
520.00
1
520.00
Children's Seat
235.00
Wheelchair Tie -down
375.00
2
750.00
Paint Scheme 1
100.00
1
100.00
Paint Scheme 2
250.00
Paint Scheme 3
225.00
Help Bumpers - Front
450.00
Help Bumpers- Rear
450.00
Altro Slip Resistant Flooring
950.00
Seats (padded insert type)
560.00
Engine (diesel) Size 7.31- Make Ford
Manufacturer Ford
3,995.00
Interior Lighting
45.00
Aluminum wheels
1,330.00
Driver Seat A
742.00
Driver Seat B
727.00
Service Brake Interlock
850.00
Total page 1
48,488.00
Item
Cost
Quantity
Total Cost
Public Address System
195.00
1
195.00
Seat Belt Extensions
45.00
AM/FM Radio
225.00
1
225.00
Doors
385.00
Retarder
4,400.00
Braun (UFL1000 or equivalent) Under
8,000.00
Floor Lift System
Wheelchair Lift (credit amount when
wheelchair lift in base vehicle is not
(2,970.00)
wanted)
LED Deceleration Light System - Diesel
425.00
LED Deceleration Light System - Gas
400.00
Breakaway Mirrors
150.00
Rubber Suspension System
715.00
Flat Floor
850.00
Stainless Steel Wheel Inserts
275.00
Total page 2
420.00
GRAND TOTAL (total page 1 and page 2) 48,908.00
Seating Colors: (circle one) gray blue tan
Flooring Colors (circle one) gray blue tan black
Paint Scheme: 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 either with the manufacturer or a local
vendor to provide these services.
R
EXHIBIT B
Paint Scheme 1
EXHIBIT B
Paint Scheme 2
EXHIBIT B
Paint Scheme 3
EXHIBIT C
OPTIONS
FVPP00-01-CA
22 Foot & 25 Foot Cutaways
3.1.0HELP BUMPERS - FRONT-
3.1.1 Bumpers; energy absorbing HELP, or equal in place of standard bumpers.
3.2.0 HELP BUMPERS -REAR
3.2.1 Bumpers; energy absorbing HELP, or equal in place of standard bumpers.
3.3.0 ALTRO -FLOORING:
3.3.1 Altro Transflor slip resistant sheet vinyl flooring or equivalent.
3.4.0 SEATS:
3.4.1 Seats; padded insert type in place of cushioned type seats.
3.5.0 ENGINE:
3.5.1 Diesel engine in place of gasoline. 7.3 liter Ford.
3.6.0 INTERLQR LLQ TJj ING:
3.6.1 Fluorescent lights instead of incandescent (interior).
3.7.0 ALUMINUM WHEELS:
3.7.1 Aluminum wheels in place of steel wheels.
3. .0 DRIVER SEAT A:
3.8.1 Freedman Magnum 200 or equivalent. 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.
3.9.0 DRIVER SEAT B:
3.9.1 Shall be A Freedman Relaxor Sport Seat or equivalent.
10
3.10.1 This shall prevent the operation of the lift unless the parking brake and the
service brake interlock is engaged. The service brake interlock system
shall temporarily lock the pressure in the service brake system preventing
movement of the vehicle during IN operation. The interlock shall be
equipped with a low pressure warning switch which activates an audible
alarm. This alarm shall indicate sufficient pressure to hold system (Alarm
OFF) and any loss of pressure after lock -up (Alarm ON).
3.11.0 DELETED
3.12.0 PUBLIC ADDRESS SYSTEM:
3.12.1 Mobile Page or approved equal, driver controlled public address system.
3.13.0 SEAT__BELT EXTENSIQNS:
3.13.1 Provided in sets of two (2).
3.14.0 AM/FM 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 a electric door operator. This
door operator shall be modular in design for easy installation and reliable
performance. The door operator shall develop sufficient 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 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
II
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.
3.17.0 BRAUN UFL 1000 UNDER FLOOR LIFT SYSTEM:
3.17.1 The wheelchair lift shall be of modular steel frame construction and of the
cartridge -type. The lift will consist of the frame, carriage, and platform
assemblies and shall have been tested to a minimum load of 2400 pounds.
3.17.2 The lift shall have a rated capacity of 700 pounds.
3.17.3 The platform shall be a minimum 32'/z inches wide and 49 inches long.
3.17.4 The lift will operate by hydraulic operation going up and by gravity going
down (with manual back-up)
3.17.5 In and out operation shall be electric powered (with manual back-up)
3.17.6 The lift shall be equipped with dual handrails.
3.17.7 The lift shall be equipped with a 4'/2 inch automatic roll stop barrier.
3.17.8 The lift shall have an 18 inch inboard barrier.
3.17.9 The power supply for the shall be an electro-hydraulic system operating
one single acting cylinder. The electro-hydraulic system shall be of a
design to mount above or recessed in the vehicle floor.
3.17.10 The control box for the lift shall be designed for one hand operation.
3.17.11 The lift shall be mounted above the vehicle frame to protect it from mad
hazards.
3.17.12 When the lift is in the stowed position it shall be sealed from the outside
elements.
3.17.13 Each wheelchair lift shall be legibly and permanently marked by the
manufacturer or installer with the following minimum information:
1. The manufacturer's name and address.
2. The month and year of manufacture.
12
3. A certificate that the wheelchair lift and its installation conforms to
the State of Florida requirements applicable to accessible vehicles.
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 approved equal)
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 approved
equal) 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.
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 BREAK AWAY MIRRORS:
3.20.1.1 Delete standard driver's side outside mirror and install breakaway (fold
back) type Mirror with two in one head (LUCERIX 22.497.00 or approved
equal).
13
3.20.1.2 Mirror head shall be 15" X 8" two in one type with a convex mirror at the
bottom.
3.20.1.3 Mounting bracket shall be cast alloy and shall be mounted directly in front
of the driver's window.
3.20.1.4 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".
3.20.1.5 Delete standard curbside outside mirror and install breakaway (fold back)
type Mirror with two in one head (LUCERIX 22.497.00 or approved equal).
3.20.1.6 Mirror head shall be 15" X 8" two in one type with a convex mirror at the
bottom.
3.20.1.7 Mounting bracket shall be cast alloy and shall be contoured to fit the right
front fender and mounted directly to the fender.
3,20.1.8 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".
3.21.0 RUBBER SUSPENSION SYSTEM:
3.21.1 Chassis rear leaf spring hangers and shackles shall be replaced with a
hanger and rubber spring assembly (MOR/ryde "RL" or approved equal)
rear suspension system
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 approved equal.
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.
14
3.24.0 DELETED
15
EXHIBIT D
WARRANTY PROVISIONS
FVPP00-01-CA
22 Foot & 25 Foot Cutaways
5.0 Basic Provisions
5.1 Warranty Requirements
Warranties in this document are in addition to any statutory
remedies or warranties imposed on the contractor. Consistent with
this requirement the contractor warrants and guarantees to the
FVPP 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 FVPP'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
2
24,000
Air conditioning system
3
unlimited
Alternator (option 1)
3
36,000
Alternator (option 2)
18 months
75,000
Wheelchair Lift
3 (parts & labor)
unlimited
NOTE: AGENCIES MUST SELECT ALTERNATOR WARRANTY OPTION AT
TIME OF DELIVERY.
I[81
5.2 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 insofar as such repairs were in
accordance with the contractor's maintenance manuals and the
workmanship was in accordance with recognized standards of the
industry. The warranty shall also be void if the FVPP fails to conduct
normal inspections and scheduled preventive maintenance
procedures as recommended in the contractor's maintenance
manuals.
5.3 Exceptions to Warranty
The warranty shall not apply to scheduled maintenance items, and
items such as tires and tubes, nor to items furnished by the FVPP
such as radios, fare boxes, and other auxiliary equipment, except
insofar as such equipment may be damaged by the failure of a part or
component for which the contractor is responsible.
5.4 Detection of Defects
If the FVPP detects a defect within the warranty periods defined in
section 1.1, it shall promptly notify the contractor's representative.
Within five (5) working days after receipt of notification, the
contractor's 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 the contractor's representative or is
removed and examined at the FVPP's property or at the contractor's
plant. At that time, the status of warranty coverage on the subsystem
or component shall be mutually resolved between the FVPP and the
contractor. Work necessary to effect the repairs defined in section 2.2
shall commence within ten (10) working days after receipt of
notification by the contractor.
5.5 Scope of Warranty Repairs
When warranty repairs are required, the FVPP and the contractor's
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 FVPP reserves the right to
commence the repairs in accordance with section 2.3.
5.6 Fleet Defects
A fleet defect is defined as the failure of identical items covered by the
warranty and occurring in the warranty period in a proportion of the
vehicles delivered under this contract. For the purpose of this bid,
17
identical defects occurring in sixty (60) peroent of vehicles delivered
shall be considered a "fleet defect".
5.6.1 Scope of Warranty Provisions
The contractor shall correct a fleet defect under the warranty
provisions defined in part 4: Warranty Provisions, section 2.0. after
correcting the defect, the contractor shall promptly undertake and
complete a work program reasonably 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 Voiding of Warranty Provisions
The fleet defect provisions shall not apply to vehicle defects caused by
noncompliance with the contractor's recommended normal
maintenance practices and procedures.
5.6.3 Exceptions 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 Repair Procedures
5.7.1 Repair Performance
The FVPP may require the contractor or its designated representative
to perform warranty covered repairs that are clearly beyond the scope
of its capabilities. The work may be done by the FVPP's personnel
with reimbursement by the contractor.
5.7.2 Repairs by Contractor
If the FVPP requires the contractor to perform warranty -covered
repairs, the contractor's representative must begin within ten (10)
working days after receiving notification of a defect from the
purchaser, work necessary to effect repairs. The purchaser shall make
the vehicle available to complete repairs timely with the contractor
repair schedule.
The contractor shall provide at its own expense all spare parts, tools,
and space required to complete repairs. At the FVPP's option, the
IN
contractor may be required to remove the vehicle from the purchaser's
property while repairs are being effected. If the vehicle is removed
from the purchaser's property, repair procedures must be diligently
pursued by the contractor's representative.
5.8 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 the
contractor 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 the contractor for
reimbursement or replacement of parts. The contractor shall provide
forms for these reports.
5.8.2 Contractor Supplied Parts
The FVPP may request that the contractor 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 the contractor within ten (10) working days of receipt of
the request for said parts.
5.8.3 Defective Components Return
The contractor may request that parts covered by the warranty be
resumed to the manufacturing plant. The total cost for this action shall
be paid by the contractor. Materials should be returned in accordance
with contractor's instructions.
5.8.4 Reimbursement for Labor
The purchaser shall be reimbursed by the contractor 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 the contractor 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
19
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 Warranty after Replacement/repairs
If any component, unit, or subsystem is repaired, rebuilt, or replaced
by the contractor or by the FVPP's personnel, with the concurrence of
the contractor, the subsystem shall have the unexpired warranty
period of the original subsystem.
20
rD/1t/_,nnU 1I:77 bii-y/a-5i68 CUTP U5F
I P,eb� -7 �ob
PAGE 02
ORDER FORM Temp. Reso. # 9073
Exhibit 2
FVPP00-01-CA (22' & 25' Cutaways)
Atlantic Bus Sales
AGENCY NAME: Q ej i ' ae_,
DATE:
A G
P.O.
CONTACT PERSON:
Reviaed: May 4. 2000
Item
Cost
Quantity
Total Cost
Base Vehicle 22,
45,840.00
Base Vehicle 25, SS�p O 3�
47,705.00
� 05"
Standard Seat JFc�— _
166.00
Flip - type Seat (single) ,.
180.00
Fold -away Seat (double)
520.00
Children's Seat
235.00
Wheelchair Tie -down 55
375.00
Paint Scheme 1
100.00
Paint Scheme 2
250.00
Paint Scheme 3
225 00
Help Bumpers - Front
450.00
Help Bumpers- Rear
450.00
Altro Slip Resistant Flooring
950.00
Seats (padded insert type)
560.00
Engine (diesel) Size 7_ 3L Make_Fo
3,995.00
_Manufacturer Ford
Interior Lighting s
45.00
I
��
Aluminum wheels
1,330.00
Driver Seat A
742.00
Driver Seat B
727.00
Service Brake Interlock
850.00
Total page 1
A �. JJ QA J-714-71 bb CUTP USF
PAGE 03
Item
Cost
Quantity
Public Address System - 0V6(D'
195.00
i
Seat Belt Extensions o; _ nob
45.00
AM/FM Radio
225.00
I
Doors
385.00
Retarder
4,400.00
Braun (UFL1000 or equivalent) Under
8,000.00
Floor Lift System
Wheelchair Lift (credit amount when
wheelchair lift in base vehicle is not
(2,970.00)
wanted)
LED Deceleration Light System - Diesel
425.00
LED Deceleration Light System - Gas
400.00
Breakaway Mirrors
150.00
Rubber Suspension System
715.00
Flat Floor
850.00
Stainless Steel Wheel Inserts
275.00
Total page 2
GRAND TOTAL (total page 1 and page 2)
Seating Colors: (circle one) gray blue
Flooring Colors (circle one) gray blue
tan
Total Cost
W-10
51 M r Film
tan black
Paint Scheme: 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 either with the manufacturer or a local
vendor to provide these services.
2
m
��7
To .T„ .
a
9-pt-Z
e•��Twe
a..., ... ..�....
.... TA T.t