Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-094Temp. Reso. #8954 — March 22, 2000 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO, R-2000-94 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF PASSENGER BUS; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $55,836 UTILIZING A FLORIDA VEHICLE PROCUREMENT PROGRAM CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac recently inaugurated a route based transit system to provide enhanced transportation opportunities for City residents; and WHEREAS, in order to maintain system continuity and guarantee service availability it is necessary to purchase an additional passenger bus to serve as a backup to the existing fleet of buses; and WHEREAS, the new vehicle shall serve as a backup to the existing fleet of City buses and a replacement for vehicle #801. The 1991 Ford Van is no longer viable for the City's transportation service due to the fact that it is not wheel chair accessible, has a narrow aisle, is not standing height, and has only 12 passenger seats. 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, funding for this purchase will be obtained through the use of a Lease Purchase Finance Agreement; and Temp. Reso. #8954 — March 22, 2000 Page 2 WHEREAS, the Assistant City Manager, the Assistant Director of Public Works and the Purchasing and Contracts Manager have determined that it is in the City's economic interests 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 in the best interest of the citizens and residents of the City of Tamarac to purchase a passenger bus utilizing the above mentioned government purchasing agreement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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 use of the Florida Vehicle Procurement Program Contract #FVPP00-01-CA, a copy of said Agreement being hereto attached as Exhibit 1 ", is hereby approved for the purchase of a passenger bus. SECTION 3: Authorizing an appropriation in an amount not to exceed $55,836 through utilization of a Lease Purchase Finance Agreement. 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 Temp. Reso. #8954 — March 22, 2000 Page 3 1 1 1 application, and to this end the provisions of this Resolution are declared to be severable. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 12 day of April 2000. ATTEST: Can-a-yr� MARION SW NSON INTERIM CITY CLERK I )HER BY CERTIFY that I ppro eIdthi RES LIaw o form. MiTCHELL S. K CITY ATTORNE JOE S HREIBER D MAYOR ow 1t floft son" Wirt a cam ft" Wit' 49 Vw 1111000 M EXHIBIT 1 0 FLORIDA VEHICLE PROCUREMENT PROGRAM N, CONTRACT # FVPPOO-01-CA 22' & 25' Cutaways 0 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: • 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) 0 Delivery _ very 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). iOperator'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 3 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. Pavment 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 16 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 see Exhibit E for a more detailed description of the Training Programs available with this contract. rd EXHIBIT SAMPLE ORDER F.ORM EXHIBIT A SAMPLE ORDER FORM FVPP00-01-CA (22' & 25' Cutaways) Atlantic Bus Sales AGENCY NAME: A&� ;r/��J'J ; J T DATE: .2�e�o P.O.g; l/,� CONTACT PERSON: 611f February 22, 2000 Item Cost Quantity Total Cost Base Vehicle 22' 45,790.00 /52 9 . Base Vehicle 25' 47,655.00 Standard Seat 166.00 3z8. o0 Flip - type Seat (single) 180.00 Fold -away Seat (double) 520.00 2D Db Children's Seat 235.00 Wheelchair Tie -down 375.00 r7Sr?. 00 Paint Scheme 1 100.00 O. do 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 Ford 3,995.00 _Manufacturer Ford 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 E L� Item Cost Quantity Total Cost Public Address System 195.00 Seat Belt Extensions 45.00 AM/FM Radio 225.00 a25 o O 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)PT ,y�WOO 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. E EXHIBIT B PAINT SCHEMES • 0. a No Text U.J O � a I 10 I * !1 1] EXHIBIT C OPTIONS • • EXHIBIT C OPTIONS FVPP00-01-CA 22 Foot & 25 Foot Cutaways 3.1.0 HELP 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. 0 3.5.0 ENGINE: 3.5.1 Diesel engine in place of gasoline. 7.3 liter Ford. 3.6.0 INTERIOR LIGHTING: 3.6.1 Fluorescent lights instead of incandescent (interior). 3.7.0 ALUMINUM WHEELS: 3.7.1 Aluminum wheels in place of steel wheels. 3.8.0 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: IS 3.9.1 Shall be A Freedman Relaxor Sport Seat or equivalent. 3.10.0 SERVICE BRAKE INTERLOCK: 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 EXTENSIONS: 3.13.1 Provided in sets of two (2). 3.14.0 AM/FM RADIO: 0 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: 16 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 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 Y2 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 Y2 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 road 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. 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 +ighting 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. Ir-1 LJ 3.20.0 BREAKAWAY 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). 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 "RU 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. 0 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 0 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 DELETED • • EXHIBIT D WARRANTY PROVISIONS r-� • 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. 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, identical defects occurring in sixty (60) percent 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 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 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. EXHIBIT E TRAINING REQUIREMENTS • 0 EXHIBIT E MANUFACTURER'S PROPOSED TRAINING PROGRAMS • Atlantic Bus Sales approached each major supplies requesting assessing to their training programs. • The following are a list of schedules, programs and subjects offered by the following companies: • A/C Industries Air Condition A/C Industries will also be doing field training at each of the Florida service location, specifically for buses. • ElDorado National Company • Kinedyne Corporation • PennTex Industries • Ricon Corporation • Atlantic Bus Sales has included a list of training material that will be included with every bus delivered. • Video Tapes (see Training Videos F-1, F-22 F-3) 0 ,,.r < a..a__ AL 1j Training Schedules Atlantic Bus Sales has contacted each vendor on the basic training list and negotiated additional training for the local agencies. A/C Industries Air Conditioning, York, PA A/C service and maintenance at all seven FDOT locations. Individual Agency training for 25 vehicles or more. A/C Industries has also identified 12 major service center within Florida. they have also committed to field service training of additional locations. Eldorado National Co., Salina, KS Training at all seven FDOT locations. Eldorado National Co. will be directly involved will all phases of training; Driver Orientation Bus Maintenance Parts and Warranty Assistance Kinedyne Corporation, Sure -Loki Prattville, AL Wheelchair Tie -down certification at all seven FDOT locations. Training on an individual Agency level; Sensitivity Training Pre -Trip Assignment Securing the Wheelchair Securing the Occupant System care and Maintenance Hands-on Training Operation and Tie -Down Video with every bus delivered. PennTex Industries, Inc, Fort Worth, TX Will offer training at any FDOT location PennTex will also offer training and certification to local repair facilities at the request of an Agency to ensure qualified repairs and parts are available for that Agency. Ricon Corporation, Panorama City, CA Wheelchair Lift/Certification at all seven FDOT locations Training on an individual Agency level, for service, certification and maintenance. Operation and service video with every bus delivered. 0 Training Material Included with EVERY Delivery 30 minute FVPP Vehicle Operator Training Video. Should ABS be the successful Proposerr-a FVPP 30 minute Vehicle Operator Training Video will be made. This FVPP Training Video will be made to reflect the options and specification of this proposal. "SAS -Built" Operational, Electrical, Parts and Service Manual. His manual is set up to be used in -conjunction with the 30 minute Training Video. No other Bus Manufacture offers this type of combined training manual and Video package! - A sample manual has been enclosed with a sample "As -Built" specs page. ElDorado National Bus Maintenance Checklist. n �J Ricon Operational Videos that demonstrate operational instructions for the Ricon S-Series Lift. Video enclosed Kinedyne operational video, for tie -downs. Video enclosed. PennTex Industries informational package for warranty, repair locations, testing procedures, and general contact information. A/C Industries informational package for warranty, repair locations, and general contact information. These materials along with the specified FVPP documents would be delivered with every bus. 1.1 ORDER FORM FVPP00-01-CA (22' & 25' Cutaways) Atlantic Bus Sales AGENCY NAME: DATE: P.O. CONTACT PERSON: Februc y 22, 2000 Item Cost Quantity Total Cost Base Vehicle 22' 45,790.00 Base Vehicle 25' 47,655.00 Standard Seat 166.00 Flip - type Seat (single) 180.00 Fold -away Seat (double) 520.00 Children's Seat 235.00 Wheelchair Tie -down 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 Ford 3,995.00 Manufacturer Ford 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