Loading...
HomeMy WebLinkAboutR-03-0457J-03-216 4/15/03 03- 4 5'7 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE ACQUISITION OF ONE BLUE BIRD TYPE D FRONT ENGINE (FE) SCHOOL BUS, MODEL NUMBER A3FE7200S, WITH OPTIONAL EQUIPMENT, FROM FLORIDA TRANSPORTATION SYSTEMS, INC. UNDER EXISTING STATE OF FLORIDA DEPARTMENT OF EDUCATION CONTRACT, BID NO. 2002-32, RATIFYING, APPROVING AND CONFIRMING BY A FOUR-FIFTHS (4/5TIS ) AFFIRMATIVE VOTE, AFTER A DULY ADVERTISED PUBLIC HEARING, THE CITY MANAGER'S FINDING OF SOLE SOURCE, DETERMINING THAT COMPETITIVE SEALED BIDDING PROCEDURES ARE NOT PRACTICABLE OR ADVANTAGEOUS FOR THE CONVERSION OF THE SCHOOL BUS INTO A PRISONER TRANSPORT BUS BY FLORIDA TRANSPORTATION SYSTEMS, INC., THE AUTHORIZED DISTRIBUTOR OF BLUE BIRD COMMERCIAL TYPE BUSES IN THE STATE OF FLORIDA; AND WAIVING THE COMPETITIVE SEALED BIDDING REQUIREMENTS FOR SAID CONVERSION, IN A TOTAL PROPOSED AMOUNT NOT TO EXCEED $106,461; ALLOCATING FUNDS FROM THE LOCAL LAW ENFORCEMENT BLOCK GRANT VII, ACCOUNT CODE NO. 142023.290539.6.840, FOR SAID ACQUISITION AND CONVERSION. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The acquisition of one Blue Bird Type D Front Engine (FE) School Bus, Model Number A3FE7200S, with optional equipment from Florida Transportation Systems, for the Department CITY Colt Imom MEETING OF MAY 0 Cl-, 2003 Resolution No, 03- 45zT,' of Police, is approved, under existing State of Florida Department of Education contract, Bid No. 2002-32. Section 2. By a four-fifths (4/5th,) affirmative vote, after a duly advertised public hearing, the City Manager's determination that competitive sealed bidding procedures are not practicable or advantageous, and waiving the requirements for competitive sealed bidding procedures for the acquisition and conversion of the school bus into a prisoner transport bus by Florida Transportation Systems, Inc., the authorized distributor of Blue Bird commercial type buses in the State of Florida, is ratified, approved and confirmed, with funds in the amount not to exceed $106,461, allocated from the Local Law Enforcement Block Grant VII, Account Code No. 142023.290539.6.840 for said acquisition and conversion. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 3 03-- 457 PASSED AND ADOPTED this 8th day of May , 2003. ATTEST: PllISlILlA A. THOMPSON CITY CLERK FOR,ND CORRECTNESS ATKJANDRO VILARELLO CITY ATTORNEY W7005:tr,;AS:BSS NOW'0�0'a'a'a d ft --.am 9 OF% I AM 0c EL A. DIAZ, MAYOR Page 3 of 3 03- 457 TO FROM o t . CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorab or and Mem e City ommission i Joe Arriola Chief Administrator/City Manager RECOMMENDATION DATE : p� 2 4 FILE SUBJECT: Proposed Resolution to Purchase a School Bus and Convert it into a Prisoner Transport Bus REFERENCES: Based on Sole Source Finding ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of a Blue Bird Type D Front Engine (FE) School Bus, Model Number A3FE7200S, with optional equipment, under an existing State of Florida Department of Education, Bid No. 2002-32, to include conversion of the school bus into a prisoner transport bus, from Florida Transportation Systems, Inc., the authorized distributor of Blue Bird commercial type buses in the State of Florida, a non-minority/non-local vendor, located at 7703 Industrial Lane, Tampa, Florida 33637, in a total amount not to exceed $106,461 ($51,687 cost of the bus and $54,774 cost of the conversion). In addition, it is also recommended that the City Commission approve the attached Resolution by a four-fifths (4/5'') affirmative vote, after a duly advertise public hearing, the City Commission hereby ratifies, approves, and confirms the City Manager's finding of a sole source, waiving the requirements for competitive bidding procedures, thereby, authorizing the conversion of a Blue Bird Type D Front Engine (FE) School Bus into a Prisoner Transport Bus, by the Blue Bird Corporation. Funding is to be provided from the Local Law Enforcement Block Grant VII, Account Code No. 142023.290539.6.840. BACKGROUND The need to purchase new prisoner transport bus for the Police Department is based upon the following reasons: 1) the existing prisoner transport buses were purchased in 1983; their poor operating condition has contributed to the lack of dependability, and increased the cost of maintenance/operation, and 2) safety issues cited in the "Elian Mobilization" after -action report, including the lack of seats, safety restraints and Department of Transportation approved impact attenuating devices (padding). Additionally, the new bus can also be utilized to transport officers in routine field force configurations, if necessary. 03- 457 The Honorable Mayor and Members of the City Commission Page 2 Proposed Resolution to Purchase a School Bus and Convert it into a Prisoner Transport Bus Based on a Sole Source Finding The recommendation to have Blue Bird Corporation build the unit is based on the following reasons: a) Blue Bird will provide custom conversions to meet our specifications, b) Blue Bird has been building prisoner transport buses for over 30 years, c) Blue Bird builds over one -hundred (100) prisoner transport buses per year, d) Blue Bird provides standard prisoner transport conversion options installed on the assembly line, e) Blue Bird has a dedicated department to design and install the conversion equipment after assembly line production, f) other vendors may not be familiar with Blue Bird Body construction; therefore, these vendors may not install equipment at proper structural attachment points, g) other vendors not familiar with Blue Bird construction could attach conversion equipment, which may disrupt electrical wiring, h) other vendors unfamiliar with the Blue Bird body construction may require additional time to research construction and provide installation, i) other vendors' material costs may be higher than Blue Bird due to the small quantity purchased. This request is being made based on Chapter 18, Section 18-92 of the City Code pertaining to Sole Source Contracts: (1) where the compatibility of equipment, accessories, or replacement parts permits one reasonable source of supply, and (3) where the unique and specialized expertise of one source of services is unlikely to be obtained from any other source. It is, therefore, practicable and advantageous for the City of Miami to have the school bus converted into a prisoner transport bus by Blue Bird Corporation. FISCAL IMPACT: None, funded by the Local Law Enforcement Block Grant VII. 03- 4i Budgetary Impact Analysis 1. Department Police 2. Agenda Item # (if available) Division 3. Title and brief description of legislation or attach ordinance/resolution: A Resolution authorizing the purchase of a Blue Bird School Buses, with optional equipment and authorizing the conversion of said buses into Prisoner Transport Buses by Blue Bird Corporation from Florida Transportation Systems Inc., the authorized distributor of Blue Bird commercial type buses in the State of Florida, 4. Is this item related to revenue? NO: XXX YES (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? YES: Index Code Minor Obj. Code Amount $106,461.00 NO: _ Complete the following questions: OTHER: Local Law Enforcement Block Grant VII, Account Code #142023.290539.6.840 6. Source of funds: Amount budgeted in the Line Item h Balance in Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the fo ing line items: ACTION ACCOUNT NUMBER, ACCOUNT NAME TOTAL Index/Minor Object/Project No. Ve . ed From $ From $ From $ To $ Any additional comments? 8. Approved by: nartment Director esignee 3 31 03 Datb R DEP NT OF MANAGEMENT AND BUDGET USE ONLY Ve . ed ' Verifi d by: 'nJ free, Transfer done by: Dejohtmntal.a gem t nd Budget Budget Analyst Budget Analyst Director/De ee Date (�' ✓ Date 0 U3 Date A Iq 49 1 TO Joe Arriola Chief Administrator/City Manager FROM: `/��(2 V c� Michael A. Rath, Acting Director Chief Procurement Officer CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT: REFERENCES ENCLOSURES: February 28, 2003 FILE : Purchase of School Bus & Conversion into Prisoner Transport Bus Based on Sole Source Finding An investigation was conducted by staff to determine whether Florida Transportation Systems, Inc., located at 7703 Industrial Lane, Tampa, Florida 33637, is the sole source service provider for converting one (1) Blue Bird Type D Front Engine (FE) School Bus into a Prisoner Transport Bus, for the Department of Police. The Miami Police Department is requesting the purchase of a new prisoner transport bus. Their existing prisoner transport bus was purchased in 1983 and is in poor operating condition, unreliable, and involves safety issues. The acquisition of a new bus can also be utilized to transport officers in routine field force configurations, if necessary. One (1) Blue Bird Type D Front Engine School Bus, with optional equipment, is being sought under an existing State of Florida Department of Education Bid No. 2002-32. The Department is then seeking to have Florida Transportation Systems, Inc., via a sole source finding, convert the bus into prisoner transport bus. According to the Blue Bird Corporation, Florida Transportation Systems, Inc. is the sole authorized distributor of Blue Bird commercial type bus in the State of Florida, and is the only such contract in effect with any Florida company. Florida Transportation Systems, Inc. has agreed to provide the one (1) school bus pursuant to Florida Department of Education pricing, and subsequently convert the school bus into a prisoner bus. The utilization by the City of Florida Transportation Systems, Inc. pursuant to Chapter 18, Section 18-92 of the City Code pertaining to Sole Source Contracts, is practicable and advantageous to have the school bus, manufactured by the Blue Bird Corporation, converted into a prisoner transport bus utilizing Florida Transportation Systems, Inc. Accordingly, I am recommending that the requirements for competitive bidding be waived, and these findings be approved: Florida Transportation Systems, Inc., located at 7703 Industrial lane, Tampa, Florida 33637, is the sole source service provider for converting one (1) Blue Bird Type D Front Engine (FE) School Bus into a Prisoner Transpo us, for the Department of Police. The sole source conversion cost for the bus is $106,461 ($S 687 cost f the bus and $54 4 st of the conversion). Funding is to be provided from the Local Law E o ement lock Grant VII, A count Code No. 14223.290539.6.840. A _ n �'I + ?^�? APPROVED BY: Joe Arriola My JA/LH/MAR/PEB Manager DATE: 03= 457 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Michael A. Rath, Acting Director DATE: Chief Procurement Officer SUBJECT: FROM: Ul (' REFERENCES: amenl B rns)CPPB ENCLOSURES Sr. Procurement Contracts Officer February 26, 2003 FILE : Conversion into Prisoner Transport Bus Based on Sole Source Finding I conducted an investigation to determine whether Florida Transportation Systems, Inc., located at 7703 Industrial Lane, Tampa, Florida 33637, is the sole source service provider for converting one (1) Blue Bird Type D Front Engine (FE) School Bus into Prisoner Transport Bus, for the Department of Police. The Miami Police Department is requesting the purchase of new prisoner transport bus. Their existing prisoner transport bus was purchased in 1983 and is in poor operating condition, unreliable, and involves safety issues. The acquisition of a new bus can also be utilized to transport officers in routine field force configurations, if necessary. One (1) Blue Bird Type D Front Engine School Bus, with optional equipment, is being sought under an existing State of Florida Department of Education Bid No. 2002-32. The Department is then seeking to have Florida Transportation Systems, Inc., via a sole source finding, convert the bus into prisoner transport bus. According to the Blue Bird Corporation, Florida Transportation Systems, Inc. is the sole authorized distributor of Blue Bird commercial type bus in the State of Florida, and is the only such contract in effect with any Florida company. Florida Transportation Systems, Inc. has agreed to provide the one (1) school bus pursuant to Florida Department of Education pricing, and subsequently convert the school bus into a prisoner bus. The utilization by the City of Florida Transportation Systems, Inc. pursuant to Chapter 18, Section 18-92 of the City Code pertaining to Sole Source Contracts, is practicable and advantageous to have the school bus, manufactured by the Blue Bird Corporation, converted into prisoner transport bus utilizing Florida Transportation Systems, Inc. Accordingly, I am recommending that the requirements for competitive bidding be waived, and these findings be approved: Florida Transportation Systems, Inc., located at 7703 Industrial lane, Tampa, Florida 33637, is the sole source service provider for converting one (1) Blue Bird Type D Front Engine (FE) School Bus into Prisoner Transport Bus, for the Department of Police. The sole source conversion cost for the bus is $106,461 ($51,687 cost of the bus and $54,774 cost of the conversion). Funding is to be provided from the Local Law Enforcement Block Grant VII, Account Code No. 14223.290539.6.840. APPROVED BY: Michael A. Rath, Chief Procurement Officer DATE: 1 E? 03- 457 Apr -18-02 01:49P Fla. Transportation Sys- 813 9857874 P.] FL OR/DA rRA/VSPORTA T/ON .SYSTEMS, //vc ti9L►diflcations t,7 l:lorida D.O.I) Prl;,Jltg Delet;: school bus equipment Change Blue Bird body mod1L] to TCFE360'J.A - 4,170,M) Chassis Options AJ brake system additional wet tank reservcrr 350.00 Alternator 1160 arnp Lec:ce-Nevii'c high output 2'S.00 Fenders and mud ,-laps 3i►t.00 Perkins diesel power pack 26,800.00 Three Delphi freedom battcrics 310.Ut! Chassis Modifications] atal 2r:,035.0U Body Option Alarm.. back-up, 1()7db 12o.0o Cabinet L-ehind driver for copier and stcragc 800-00 Electrical outlet for coples.icon:puter equipment 410.00 Emergency door, rear, hasps, straps, orad bolts 1.004';.00 Entranc.. doer Lontroi rod chronic 24.00 Neater, driver foot deleted - 51).0(11 Insulation, complete body 110.00 lnsalation sound deadening spray 115.00 Inverter, 1400 watt re power 11-0 ;oft electrical outlet 1010r covering, black il)hcr, coved at v.lls 200.ut) Floor, plywood, 5'r(" 00. In) Light covers over dome lights 260.00 Lieht, dome., above driver. -engine -over 20 00 Light. «arning, exterior. red and blue l f ().(X) Medesry panel, 1 ;" behind entrance door 45.(x) Paint body exterior white and bumpers 2,200.(.-0 Partition, primmer ccl! with sliding door 3,100(g) Partition, prisoner cel! with swinging door 4,6000) Rear of bus blind metal (I.. Rubralls over windows x;51).(?() Scene'.[ --his, tbur(4) Whelen Lingirreering Comfany cxtertor side halogen lights i j_00.00 Seat, drier, Bostrom, fabric insert 21)0.11)(1 Duard with fairic insttrt and s::at belt 475 N) Seats, 39" tibcrgiass, prisoner. screwed do" n 5'soo.m? Speakers, radio, add two =(?•(k) Standee rails overhead 3t)1).OU 03" 457 Apr- 18 -OZ 01:44P Fla. Tr•anspor-tat i on Sys. 813 9857874 P _ ( FL OR/DA TRA NSPOR rA T/ON SYSTEMS, INC _.N April 13, 2002 Proposal For: City of lic>11i;►�ni Poe Departrr,cnt 400 Northwest 2"d Avenue Miami, Florida 33128 Vehicle Proposed: Transit style bus equipped wit`i options frim t1-- Floriia D:partment of Education State Bid Number -2001-19 Sprint! -7001. Blue Bird model Type D Front Engine (FE) School Bus 7l Capacity All American A3;-E7='(X)S S55j74.00 Chassis Optional Equipment Two Hea„y Duty Tow Hooks 40.00 Cummins ISB.'225 HP.-52O Cyas":s Optiorwl Equipment Fotal Body Optional Equipment AM,FM Stereo Radio'4 speakers 22 3. 00 Lacking door at fuel tank 7.00 Bus Loek-up System 1819.t)U High Headroom 77” 244.00 Diesel Noise Reduction Package 421.00 Body Opticnai Equipment Total Delivery to Miami -Dade County 984.Oi) 7x6.00 Tota: - Florida D.O.E. Pricinv 551.687.00 03 -Z) v Apr- 18-02 01:49P Fla. Z'ransporrtat ;on Sys _ 813 9g57874 P.1 FL oR�,Q4 TRANSOORTA T/O/1,°' SYSTt MS, /,VC Bodv Optioms (continued) S€epkyell low,red with pro'ection skid rAtic Visor. driver Windom, Windows tint;.d Wipers, intermittere with ,:rtgte s�vitc' Jody Modifications To Ltoditications Total Pricing Summary Florida J.O. E. Pace g 51,E+87.00 Modifications Total 54,774.00 Tete! Price Per Bus c ; 06,461.E 6 Y 325.10 30.00 41X)MO 70.00 .J.739,00 54:774.00 03- 157 Jul -31-02 09:27A Fla. Transportation may,, 1C,-0, ,,- FL ORIVA JrRANSPOi r,-. /ON SYSTEMS, /NC. 7703 1,W7L/STR1AZ LANE" - TAMPA. FLOR/0A 336376736 /81.31 .9SO-017d - FAX 46f-71.9495-7874 Fl TOLL FREE 1600/ Z 82-86/7 July 31, 2002' Ms. LA.)Lrdes Rodriguez City of Miami Police Department 400 Northwz-st ?na Avenue Miami, Florida 33138 Ms. Rodriguez, 1 % rite with retbrence to the City interest in purchasing prisoner transport bust~ from our cumpary. As you know, we represent the Blue Bird Cam, oration. Blue Bird can provide the bus acid the conversion required to meet the Citi- needs. Although there may bs other vendors who could provide the conversion I recommend the City have Blue Bird 'build th:� comple,cd unit 6or the fbilov •ing reasons: • Blue Bird has bLeri building prisoner transport buses'or over 30 vears. • Blue Bird builds an average of 100 prisoner transport buses., pey year. • Blue Bird provides standard prisoner transport conversion options installed on the assembly lint;. • Blue Bird has a dedicated departrn.nt (Special ESuifntent Option: Group) to design and install the conversion equipailnt after as•cmbly line production. • Blue Bird provides custom eo.+aversions for nurnlrou, agencies to their specifications. • Outside vendors may not be familiar with Biue Bird body construction. Therefore, the vendor may not install equipment at proper structural attachment points. • Outside vendura not familiar with Blue Bird construction could attach conversion e4uiprncnt disripting clectricai wiring. • Outside vendors unfamiliar with the Bh:e Bird bo: y tonstruction will require additional time to research construction and provide installation. • Outside -,ndors mat --rials cost may be hip—her than Biuc Laird due to the small quantity purchased. • Florida Transportation Systems has pmvided pris0rier :ran port buses to the State of Florida as wel! as mane Stag ag�ncin. I appreciatc your interest in the Blue Bird product line. Fleas- contact me with any questions. Cordially, 9 Ross Rayner Sales Representative RIVE ftckr) SCHOOL & COMMERCIAL SUSESS AND OT HER QUALITY TRANSPORTATION PRODUCTS _ Aug -05-02 12:54P Fla. Transportation Sys- 813 9r35/U/4 p. C _7� ---i 0 -W90 - BU E BIKll Aagust 5, 2002 Re: Distribution of Blue 13 ird Products Please be advised that Florida Tmmsportation Systems, Inc. of 7703 in lustrial Lane. Tampa, Florida 33637 is the authorized distributer of Blue Bird corrunareW type buses in the state of Florida Blue Bird Corporation giants distributorships to qualified companies by means of written Distribution Cuntract, which establisi= an "Area of Rcsponsibility" within which the distributor is expected to cottcentrate its eforts. Our Distribution Contraet with Florida Transportation Syslems, Inc. identifies its area of responsibility as "The Entire State of Florida" and is the only such contract in effect with any Florida company. Blue Bird's Distribution Cortract with Florida Transportation Systems, Inc. provides for automatic annual renewal on January 1st of each year provided prion notice of cancellation has not been extended by one company to the other. Sincerely, Buddy Cox Sales Manager, Commercial Bus dt Coach pbs BLUE BIRD BODY COMPANY PO Box 937 • Fon Valley, Ccmtgia 31030 • 1,478) 825-2021 03- 457 Apr -18-02 01:44P Fla- Transportation Sys_ 813 9857674 A_C FLo1?/DA rRANsPoRTA rloN SYSTEMS, //YC April 1 K, 2002 Sgt. Mike Marquez City of Miami Police Department 400 Northwest 2"" Avenue Miami, llor 4a 3113 t3 Sgt. Marquez, 7703 1NDUSt-RiAL LANE • TAMPA, F! ORinA 33 63 7-6 738 (813) 980-0174 • FAX (813.) 985-7874 FL TOL t. FREE (800) P82-86! 7 The following pages provide pricing for three (3 ) pri,,cxi r transpor* buses 'I he quotation is in two parts. First you see pricing from the Florida Department of P.ducation State Eiid Number 2001-19 providing us the base bus. Secondly, tau see muditccation. to the State Bid huz, providing us the prison options rccquircd. Total cost is 5106,461.00 per ;;us deliv:red, but exchisivc of'applicuble tax, tag, title and disposal fees. I hav;, spoker: with Lourdes Rod iguez in the C kL Budget Department regarding thio pricing. She is also reviewing to be sure the bid and c-ontract modifications may be used t<:r !his purchase. Please review the equipmcw closely to be sure I have not omitted option: y(,u need anal call me with any questions. Thank you for your interest in Blue Bird buses and our company. Cordiall Ross Rayner South Florida Sales Repro--writative cc, LA)urdes Rodriguez City of Miami Budget Depixtinent KIJ" e1HD AND OT! -;ER OUAIILITY RA SPOR ATTION PPODUC-S 03— 457 TYPE D FRONT ENGINE (FE) SCHOOL BLIS PRICES Body 3170% Plica f.o.h. factory at Chassis Manufacturer and Model 11 Body Model Dilferontial Ratio Wheet Base Total Unit Price Model NP "Innlllo t~EITANDARD BUS 71 (;apacily 17 Callaclly Hlur_ hod All Xelerir..►n A31T720pfi (Slue 00 All Aniefii an A3ft=78005 A31 E72(:;IS Cummin,: IS(: 2F11 Gtifl A3FE7ItfA,', fa,mnun, 1sc 20) f4d) A3FEs400s u.1mmills ISC 260 660 •'hcic:c are dp11hCA!du lip Wet Slrcvr Typo i i 1lwlw: oW.1 '•' 6 14:1 X11 232 ;!v $5555,574 $59,364 It, 14;J t: 1411 83 Capacity Rlue Bird All Amelican A3FFB400;; $62,1 39 (1(1 fslp;lcily NIB TYPED FE -BUS With -WHEELCHAIR LIFT" /i Capacity 77 Capacsly '1:1 G-41)re,:Ity 119 ( ;11.1,:119 11h1a lffld All Amrenran A3FF72O0a lt;.w ihid All Amech:u1 AJFE78OOS itlue Ihul All A.melicno A31-FI3400S AVC724h1S A11 17 NOW; A.71 1-11410S Cucllmim ISC Cunul-In9 !til: CunmNlr ISC Zeit) ;fi0 760 Ciiifl 1,611 1jw 6 1411 6. 1411 6 1411 111 232 2:1 $559,5542 $64,437 $66,463 NIB '- .: TYPE 1) I F.STANOARD.8U8,w11h AIR CONDITIONING" . 11 C Ilrkrit�• IT 1::1pae.11y FU i;ai.;(clty (t1) 111, tarn, l+irn All ;1 L1?enS tllur. Uiu1 All lvn,4irele A3f E71100aAll-EMPIS Illue lfird All Annancan A314-..840-1`; Avr,, nn., Cumfoilm ItA'. cuuulmvl 1`:(; t:umnlnl-i ISI; .1111) ::60 5611 13fw•1 5101 6r.mU 6 6.t4i1 6 14:1 1 !3:' ^3? $62,Ay9 $b6,861 $69,658 N/6 A It E1WOS ."TYPE D FE BUS with WHEELCHAIR LIFT oqd AIR CONDITIONING" T) r-npaclfy 77 f:, 1laclly 83 (':11m :ilj (31ue Hud All A(Twm;;m A31FE U(h)S 131ur Rud All Aeoum-an A31.1- JS dltic Not AllAmancan A31E84170; A3FE7.!70S uuti'mins 1`11: 2%i) 131301 ,FO fil;1! 6.1410 u.1411 G.14!1 i 1 '3"1, $66,697 $71,711 A11-t;IA06S AIFFR,1: 010 Cummins lS(: OJI11-11io% ISc 200 260 $73,811 tit) i:apacily NIS D ^I 1 OD 1 O N krone 14n.:cex yue,led for tell htv es shall111dudc 1*111 m1pu1;11101na1r;1 nlretical F111nd;1 Spu-611rillm I.)i lilt �hs;ia Oico ;ricr:s cluuted fpr lilt and air cofuldcuned buses shall mclutht fnyh output alleru:+lrn tit ing Floriri;t ::pec. trcatiuua n CHASSIS OPTIONAL EQUIPMENT Y...-.� . Kin n ruACSIS nPTIONAI FOUIPMENT Option Number SCHLUUt_t - Description p- -- l wc+ Henry Duty Tow Hooke, Sc+:ale 1'ellcnv Disc Wtieoel Auloinalir.1MrISIMS510, Warranty ('+ ymir i.,niimited) lou Galion filet lank l.c+w Prulile I.W(liall Tuf)eless Thes �pjlQl]ilI�1t4131a1Ot�C101f1�- 1�2Ul�tlip, I eece Neville 9800 Series nr approWd WILial ur rmitii:o 30-47 rCapacity ype /11Bus ra✓rz r- -, 29-71 Capacity Type C Bus -- _$32 �� -•--- -_ _.._ 77 Capacity Type C Bus — __. N/A __ _ _ 71 L'apacity Forward Control Type Q Bus $40 - $167 $438 _ 77-89 Capacity Forward Control Type U ens 72 Capacity Rear Engine Type f1 Hus $40 `�1G7— 78-90 Capacity Rear Engine Type D Bus 40 $40 - -- $167 - _ $525 - _ 0 $�15_ NIA -- NIA --- I 2 — 3 $167 $525 - $150__ N/A 109 _ - 256 388 NIA $80 N!A -- - -- NIA NIA NIA --NIA NIA - N/A N/A — $500 - NIA N_ /A N/A N!A NIA -$438 - $ 150 I N/A ---109 256 -- _ 388 - - 413 NIB 820 $250 l NIA 11 �> _ - 88 - - 432 - _ 610 _ NIA +- N/AV - NIA - NIA NIA NIA - 109 -- 256 109- ?_5G —_ - Ga -- GC s y to 1QUn1, LHe+:e I4t±vi1k4860 set ics or appiuved eclllal 7.70 Alm. Loece Neville 4664 series or am) ioved equal AT ZUuu Trat ismNsion t roiil Rumilel with I"I+ixitab; FnrtS Air Ride Rear fiu,t)Nrisunl _ .._-358 413 NIB 820 ..-__.. 388_— _ NIA NIB 820 NIA _--- NIB 820 575 33 ( 311 NIA NIA 14 100 w 0 OD to OD v A OP [TONAL ENGINE PRICING Please insert optional engines available by size TYPE and SIZE Option #1 Engine 14 Price Option #2 Engine & Price Option #3 EiiUme & Price low. ill"R, AP. WA 4, r 7m 0 Ali-Torduf "Ail W.4.�ilr. al V g!m Vii"; fAQQHP&T M *I,, t�-,!• - Gvkp..I- —4-1 A J.; , , . I , �"Prlcq J ia Cap. 1 gpp F,1 MIS NIA NIA N/A 47 Cap, TVroe Al Dus Prices below are applicable to Non-= Type C Buses. IL slt,' NEWNAN-*, iWe"M NIA NIA W, L; .4, V* ...'opowd' m so quo: W HP ai J. -L.-PrIce 29 Cap. I Vie C, pus El I 41.4;1=1 M I'd I)F20 $450 T44-IC!W HP 41,245 r444F'11;5 1-113.G20 -$830 Al Cap I ype C (Aw., Ill 46GI-.11!95 W64 $460 (44di`i 17511P/460 -$1,245 14441,*I4!jI111-'5i?1 4830 M1 Gap I ype C Otis 195In 111120 $450 1444[ t! 11) HP/ri-Cl -$1,245 T 4 14( 1 Mh f fl -62%) -$830 IT Cap IYOCCIMS $450 $1,245 T444 1 ;1 W, f-IR"j. 1 -$830 /7 Cal) I'VI)f) C. Ilim Prices below are applicable to Wet Sleeve Type D Ditses -- -Piles" 1---q I - -$4,932 E * 67 rroi;--i-40 Ft OUS- A P & . !4, .1jr , OWN4411"f� " !.quo! - . '. adeltHP, & TQF"',-�-- - M, Uummills ISR , t2fitl I 4F*;55n! TMOSMKIM"I I cap, 'I ype o r r nom, CU(111111115 IfRA!lql) 11116201 20011 "Ifarosmism-m 46,009 Culombib ISH/225 111'/L201 A10C. Ti.iisaim-ouri 77 Call TVs,(,. d Ff- IM., (1JI1111"m 1.,;011.';!6 Ilf"X05 -$2,590 f *i irrindmi QW060 Wif.fifl i1sammis IS(.4/11 i Hl"AtO $866 83 0,ap. I yve 1) 1- F: bus. Cuminim i,,H;,v!, iir,!hn% 42,540 0,1111114119 *W266 11p:6150 -$1.453 ......... .. cimmurm twia(f,) $866 89 Cat) Type 0 r Rus N/n NIS NIS -1 TYP 0. REBUS Ik NA f. -W I �� i46bi-1:- , -%'"� V* UiQiIftlF.A0of4iW pfice m 3, odel/HP V-�Tar4ud '-:;.'.Price' cimumv, 1!;H/I40 I fP/520/ -$5,525 Ommmiii IS81225 M'! -)10i )OW I(a(1Sf11i-.Wf61; -$5,061 cum.1 is VA 02(1-0 1 11115sof /Ohl ffifitindi-mors -$4,290 T£' Cop. Type D RE IN jr .$2,325 $763 NIB 04 (,,jp- Type 1) RE Bus civil"Itils Kid;22n 110605 42,325 ctimmm isukus HP-fioi 1 $763 NIB NIB 90 Cap Type DRE Hutt NIB NIB ?n V O 0 01 V) T3 0 1< f TYPE Al. C, AND D OPTIONAL BODY EQUIPMENT PRICES Note: This P -ye Includes only options for which p1 ice (lops ntN vary by body size. Ophv,tt with prices Ileal eaq by hotly -dze ma on 111c foliowi141 Payer: °pli Option Description Number t nil r GWt:rf:d E:1 ifi Fkric 9 uoors llual, f'owl:rrd Ro,,t Veitts (bunsAlmOr than a5 -f& tYl -;o 3b Key Lock and wartmig biit7nr for vandal box WOP C) Vi,hdal hox with key lock and walnincd 17111174'el I Type Al and u{ ;ia Intel curnlPublic Addt ess (PA) syslem without r,3diu`_- 5b PA System with AnAW Slerro Radl,l (min ^4 inside- �,,.— )\M,,Fh4 Stereo Radio only with own. 4 inside speakums I; locking door al fuel tank 7,1 -f 1joN1" Infal d 3ralinn-- lh 4:.t.. %Vetter. IoddlNr `.+t:at t1 Cr.tr�ncn l3cr.fy Lirlhl Mcmik), (arse Specificatiollsj 1 pe.jrh,)ltt Rear View Mill orq 1 IL• Manuol Fmostylc: RM11 view Mirruls on (. rnr.s us to ►r_ Irkeil it cillerf-jam,y 1',l ('I111HIh:✓. 1111.1 loolllat servim) 14 Wlrc 1,11pil c;rossU,y Arm - --- -c i Red Ii1j111 ilhuve Fnlerq ll(:y 111 oiltletspal Bear I1e3lef _lypos C and 11 2U- Tni!nipv 111101ly!; 17 DFsletra a seat in L-rcepholml Chikf Ecus and add wh�srtichair pusilicm _ — ?g Mid �I seal in Lncrltlional Cl Old Blit in lieu of whe clt;halr po iGun 21 1n W W 0 W v 00 A Type D Type D Type Al Type C FE RE Price, Price Price Price - - -- - SM -- NIA -TD - — _~ NIA 493 _ 493 493 60 - 60 _ . NIA 60 198 198 A NIA 256 256 /A 217 FN IA 277 313 313NIA — ---- _. 182 23 223 -- N/A ^ 14 CL7D 7 N/A- � NIA .. - N/ATV N/A NIA-- - ----NIA _- -- -- N/A N!A -- - NIA 131 131 131 314 314 _ N/A 319 100 —NIA 106 100 89 159 - NIA 95 N/A 59 _5��__. 59 ,- . 6 --6 - 17 _ - _NIA_ - - N/A 264 264 264-- - NIA---- -+NIA— --9- - --2 j - -- -- -N/A 154 154 _154 - ----NIA -128 -128 - -128 1n W W 0 W v 00 A co r W LA N (b V A TYPE Al, C, AND D BODY OPTIONAL EQUIPMENT PRICES (Pef DtaS, Hlc._$40) Body Type and Sino Oplim4l: High Headroom 77" Q11tio 12- Diesel Noise Reduction Package Il 1.2Fi; �Full Perforated Ceiling Panel Track Seating Complete Straight Floor Bus Q11bon 24. Powder Coated Window Frames Uptivit 2% Seal Belts 1N{1 N_ Retracto►s (Per bus; see specifications) 3() r::.►p. Type n1 NIA N/A N/A NIA NIA 17 Cap. Tv(„, A NIA -- - N1A —------- N/A NIA NIA NIA ��1 c:►p. lyl,� :; 147 310 388 2,428 N/A 200 -it trap. IV pe 162 346 388 3.299 N/A 559 215 394 388 4,874 N/A 917 -- t r;,l, I yl,,. t; 234 403 388 5,433 N/A 1,037 NIA N/A NIA N/A NIA N/A - 77 Cap. I ype 71 Gall, Type a (FR) 244 421 388 NIA NIA _ _ 11037 77 CHI,1Yltt, Il (FE) 316 — ---436 388 N/A -- N/A _ 1,160.-- — --- — .._.._ -- - n� r:,�► Iype D (rc) 316 451 388 NIA J NIA 1,276 H4 Cap. I YI►e l► (FF) 7% Ivpv 1) (RFI NIA 347 NIA - 435 _. - N/A ---388 _--- -- NIA N/A N/A _—N/A_ _ N/A 1,048 - - -- ! 11.1 Ctrl,. I vilm D (121) 348 348 451 388 388 NIA N/A NIA 1,160 1,287 NIA 451 qn c::►1►. i vl,., n (RF) NIA NIA N/A N/A N/A N/A co r W LA N (b V A D-14 03- 457 PARENT BORE DIESEL 71 Capacit T e D Front En gine Bus Standard Configuration: OrderPurchase (P.O.) Instructions: Complete Bus Supplier: STANDARD WITH A/C WITH LiftWITH BLUEBIRD* [Issue one order] Florida Transportation Systems* Lift AND AIC Body Make and Model: BB A3FE 7200S BB A3FE 7200S BB A3FE 7200S BB A3FE 72003 Chassis Make and Model: BB A3FE 7200S BB A3FE 7200S BB A3FE 72005 BB A3FE 720 SS Standard Transmission: Allison 2000 Allison 2000 Allison 2000 Allison 2000 Standard Engine, HP/LB-FT: Cat 3126 190/520 Cat 31261901520 Cat 3126 190/520 Cat 3126190/520 A/C model: N/A TRANSMIR TA7331963FB N/A TRANSIAIR TA7331963FB Lift model: N/A N/A Braun 1-9171B Braun L91718 Complete Bus Base Price: $55,651 $63,262 $62,137 $69,048 Include body price and body option prices on separate body P.O. made out to Florida Transportation Systems. See page 9 for sample Complete Bus P.O. and page 6 for specific addressing information. Optional • [B2] Dual Powered Roof Vents 521 521 521 521 [B3] Vandal Box w/key lock 250 250 250 250 [B4] 7T" High Headroom 253 253 253 253 [B5A] Intercom/PA 266 266 266 266 [B5B] PA with Radio 325 325 325 325 [B5C] Stereo Radio (no PA) 232 232 232 232 (136] Locking Door at Fuel Tank 7 7 7 7 [BTB] CE White Toddler Seat 300 300 300 300 [BS] Exterior Body Light Monitor 246 246 246 246 (B12] Diesel Noise Package 435 STD 435 STD [812B] Full Perforated Ceiling Panel 404 404 404 404 [B13] Bus Lockup System 93 93 93 93 [B141 Wire Pupil Crossing Arm 61 61 61 ! 61 IBIS) Flip -Up Seat behind Driver's Seat NIA NIA N/A NIA [817] Red Light at Emergency Door 7 17 7 17 [B18] Underseat Rear Heater 275 275 275 275 [6191 Tailpipe through Bumper 9 9 9 g [B20] Powder Coated Windows NIA N/A N/A NIA (B21] Track Seating NIA N/A 2,966 2,966 [B27] Delete Seat - Add WIC NIA N/A 392 392 (B28A] Track Seating Seat NIA N/A 132 132 (C1] Heavy Duty Tow Hooks 42 42 42 42 (C2] Spare Disc Wheel 75 75 75 75 (C31 Auto Trans Warranty (5 yr unlimited) 350 350 350 350 [C4] 75-100 Gallon Fuel Tank 196 (90 GALLON) 196 (90 GALLON) 196 (90 GALLON) 196 (90 GALLON) (C5] Low Profile Radial Tires N/A N/A NIA NIA (Mal 160 Amp L/N 9800 Alternator 113 NIA STD t N/A [C6b] 200 Amp L/N 4860 Alternator 266 STD 266 STD [C60 270 Amp LIN 4864 Altemator 403 403 403 403 [C9] Front Bumper w/Flex Ends NIA NIA NIA NIA [C10] Air Ride Rear Suspension 1 852 1 852 852 852 D-14 03- 457 Apr -18-02 01:48P Fla. Tr3nspartairion Sys_ 813 9857674 TYPE D BU DELIVF�RY PRICING TO: Charlie Crist BID 2001-19 Commiss;orer of Education DELIVERY PRICING Ta!(ahassee, Florida 32399-040 F ROW 57 3r Nartr aacry1a . i ; sta�.s, n::T3-oa R_ ADDRCESS:— 'Os* Clti_e 3�x K i ! _afiyG!•,;. Geors:a 3,1728 i he _ ;hediJe cf rates `or deli -very o" t:or'plete: _,Jr,'C_d Cr!vea ,,5a frorn { to sact- Florrca r_ot,ily seat. o,fc-z cr :n2, Sc;;oo' SLDe,wencent. s as REGION 1 (a2,i Caihou- EsC2r''t.b a Franki'n Gulf Hclmes -AcKson LLi'cer.v 0I 21CCsa Santa Rosa VA7ton ',1Vast-:nc,on REQl9N 2 Xachua Baker ?radfor Ctay -oiu rb-a Dixie Duval G adiSde l G;I,a'r st Hamilton Jefferson Lafaye-e _nor _e`: y Mac::scn Nassau Suwarnee Tay'ic r Uric,' .Vak-ji;a COUNTY SEAT Panama Cib/ S)ounts'Cwr Pensaccia n4.�i2CtiiCOic Po -t St. Joe Eonifay 1rlar Anna Enstol C-estviaw kli:tor Defur.!aK eprings Chcpley DELIVERY COUNTY SI Gainesvi.le F�1acc!znr;� S:arKe G:'eer Cove S:�nrgs Lake C+tf �Cr'ss `itv Jacksonvi!!e _j:rcv 7rentori Jasoer r,t�.nticeGc Tai!anassae E-"3r.sC:1 P.1a;,.;son Per, ;ar,c:na =e _ive Oak Fe r^, Lake B..tler Cra �'Crdvil'c? $323 REGION 3 :rUS Hernanco Hil•scr.rouch. Lake M2,:0r ran g P3scc P:ne;l'cs P!:t' am St..:ehrs Sermroie 1;:mte� V OILS.o !)r_L!VERY REG;CN 4 Erevarr. $319 C�iarc::e DeSoTo Graces r- a: Cee -anc;ry r115I'l2rds tAanat,de f.lartin �: scacic ,t Lice S'cr3SZ,3 COUNTY SEAT inverress Surne!; 3rooksv:..e Ta me a Tavares Oca.•a 0-tanco ?rew Port Rxnev C.ear.aate- niatka St. Augustine S2nforc Eusnne;! ✓eLard COUNTY cocoa Punta Gorda Arcaei=_ :SC0r6 H3'ver: L'Vauc Lula LaEe' e 2brina Vero Beact- Fort Myers Br 2dentcr Stuart Okaecho�ee Kssimmee B.'t•ow ^ort Pier -,-.e Sarascza $472 $573 DELIVERY $786 03- 457 P_) COUNTY REGION 5 UAT E orrart Ft. Lauda,* caie vC.I!1?r %McnrJ- F31m.. Bea::`, W. P31m Seacn $472 $573 DELIVERY $786 03- 457 P_) -lU I --11 Svc- v— . - TO: OF: f "L CRIOA TRA NSPO.AF TA : XV .SYS TEMS. /NC. LAN - TAtil pri. L C Rj s47 * S -5' e-7 7 57 , L TGL:. fRc� %6,^•Ci 28.x. -v''c";? FAX COVER SHEET FAX PRONTE. NUMBER: NUMBER OF PAGES (LtiCLL-Di`'G THIS PAGE): -ADDITIONAL. REAMA.R1:S: FROM Bc.! Ai SCS-i^O� £Y CJh1M�=C1?_ B�;St= 03- 457 - :a1-29-02 08:: Fla. Transportation Sym. 81.3 9857874 July 29. 2002 Sgt. Nfichael Marquez City of Miami 0 FL OR/DA TRAAVSRORTA T/ON SY.6 1703 11VL7C/5TR/AL LAME 7AM11A. Ft ORIOA 33637 e79g 1813/ 980-0/74f 4AX /9731 995-7874 FL TOLL FREE 19001 2S2-6677 Fax pane 1 of ., The fallowing rwo pages are the cover page and signature page; Of Our distributer contract with Blue Bird. "Che signature page is signed by Richard Maddox, president of Biuc B rd and our president, Chris Rustman. Cordially, Russ Rayner S,)uth Florida Sales RepresentatiV 4D P IJ' .. ITIRT) SCHOOL I -k COMMERCIAL BUSES AND OTHER OU-ILITY TP NSPn> - 03. 4 5'7 May -08-02 10:22A Fl-. Transportation Sys_ 813 9857874 FLORIDA rRANSf'ORrA rioiv S ysrE .S: 11vC Now 770S /11,04/BTR.%4L LANE • TA.,WRA. FLOR.119A 33637.6: 75 /B1.31 9SO-0174 •FAX ;BF3/ 9B5 7B:Q FL TaL L F,�EE /BCD/ 3B2 -6a / DATE FAX ICO ER PAGE % OF 2— r Susi `ESS Ty a.X /�z�. -Z - -Rom ROSS RAY:;Ek. SA;..ES RF.PRESE%TATIVE H[.1'F imb 03— 457 SCHOOL & COMMERCIAL BUSES AND OTHER ^jALITY TRANSPOR"ATION PRODUCTS Apr -18-02 01-44P Fla. Transportation Sys. 813 9857874 P.0 LV 2 ORlOA TRANSROR7A')-JON SYSTEMS, INC now 7,'C.3 ,','YD✓STi IAL LANE • T4 MPA. FL CRI CJ A -7- 7-6.77$ ;A/3.) 980-0,74 • FAX '8/3J 385-787.4 FL TALL FREE /8.00J 2,6.? -96'17 DATE F -V CO'/ =F. Pa6E _ OF Ad TO FRO`1 :DOSIS RAYNER, SALES REPRFSEYTATIVE •��� Gi� ��� C � r� O.c1,� �� Z..L Z 1J G , 'L�x r -,vim 6 F-sj ©ddA�E irl :-F'meo 0 3— 457 SCHOOL & COMMERCIAL BUSES AND O—HER QUALIT'= TRANSPORTATION PRODUCTS ,f- 1 �oIIIIITT� T i 1 E 1 � � 1 1 ,f- F". -NAL REPORT OPERATION REUNION DEPARTMENTAL RESPONSE JUNE 231 2000 RALlL ,%,AARTI NEZ CHIEF OF POLICE o3. 45 �J��1���� �oIIIIITT� E F". -NAL REPORT OPERATION REUNION DEPARTMENTAL RESPONSE JUNE 231 2000 RALlL ,%,AARTI NEZ CHIEF OF POLICE o3. 45 Departmental RE --iew Committee Final Report= IX. RECOMMENDATIONS Several suggestions were off -.:d and have been submitted on Nk-a%s to improve our response to similar future situations. EQUIPMENT: • Video Gamer to record instructions, dispersal orders, etc. part of field force kits. Include extra batteries and tapes. Digital cameras for field force kits; Polaroid is not efficient. • Ensure field force kits are fully supplied with fresh equipment, i.e. Polaroid film smoke and gas grenades, etc. • Make it mandatory for Field Force Commanders to check out bullhorns, along with kits. Buses and wagons are decrepit; need new equipment. Need prisoner wagons for assignment to each field force. • Communications was very difficult due to noise (horn blowing); need earpieces for radlps, CQonsideration should be given to cords and lapel mikes being obtrusive. Final Report- '03 457 25 2 a� 5P02Q • Chemical agents need to be rotated out. 'geed to make change in type of gas used. with consideration given to shelf life and cost of disposal. • Need to explore d—loying different types of chemical agents relative to the goal to be achieved - scattering the crowd or sending the crowd home. O • Stock transport buses with video camera, tapes\. Polaroid, film. and "A" forms and have transport handle photographing and video recording of arrestees in the field. / • Use color -coded flexcuffs to identify field forces '1 responsible for malting the arrest in case arrest forms are lost or misplaced. • The Manpower Desk should be supplied with a fax machine to forward information expeditiously to the EOC. Additionally, should be supplied with a computer. PERSONNEL: • Put field forces in place beforehand. • Pre -select personnel to be Field Force Commanders. Fina! Report 03- 457 26 • Field Force Commanders must designate their arrest teams - /problem with everyone wanting to be on teams and not on the line. • Select members of the community- to assist -with the dispelling of rumors, information gathering, restoring calm, etc. • Have sufficient personnel available. Revisit manpower allocation for ALPHA/BRAVO assignments. • Consider Grenadiers as part of field forces for deployment iof chemical agents. Establish manner of selection and rotation. Develop separate training for Grenadiers, later incorporating with field force training. Decrease mobilization time for SWAT; in the past, have C mobilized within 45 minutes. Need properly staffed Emergency Planning office. Currently, there is a SWAT trainer and an Emergency Planner; there is a need for a Chemical Agent Specialist (gasman). 0- 457 Final Report 27 I N • Establish an Arrest Procedures Review Committee. Include State Attornev�� t"' a someone from Legal Unit and/or the OL Ice. • Establish a N-lediation Team. TACTICS: • Mass transportation bus parked at a location and secured by four officers, two on bus, and two in cars for escort. • Field Force Commanders designate more than one arrest team, if possible. Post security with field force vehicles to avoid damage. • SWAT to be deployed with a field force and to act under directions of Field Force Commander or Multi -Field Force Commander. SWAT to deploy gas under direction of Field Force Commander or Multi -Field Force Commander. Explore the feasibility- of SWAT being used to only address life-threatening situations. • Need to use extraction teams, when possible. • Need small group Q Lt and 15 officers) to rove and handle smaller groups. Final Report 03_ 457 28 s.S • Post four to eight officers per intersection in affected area before problems occur. • Use other agencies to staff perimeters. allowing departmental persc--el to address problems within the perimeter. • Establish perimeter and keep both sides out of affected area. • Include the utilization of French bar: icades in Plan. • Facilitate a site for demonstrations, as well as parking. The public should be made aware that to demonstrate anywhere other than proposed site would result in arrest. PROCEDURES: Civil Disturbance Plan needs major and immediate updating. • When mobilized into field force configuration, personnel must have equipment on and be ready to move immediately. • Ensure Field Force Commanders are aware as to the type of after action report that must be submitted, and when it is to be submitted - end of tour. Fina! Report 03- 45'7 29 • Ensure "mission' is clearly articulated to all Field Force Commanders. as well as Nlulti-Field Force Commanders. This measure would reduce confusion. • At all roll calls, dinar "rules of engagement" should be articulated to all personnel. • Dispersal Orders read in language of affected community first (i.e. Creole, Spanish, etc.), then in English. • Before deploying gas, throw smoke to determine wind direction and velocity. • "A" forms will be completed to include prisoner's information, arrest location, appropriate charges, proper elements for arrests, signatures of officer and supervisor, and any other pertinent information. • All movements of the field force should be made known to the EOC. • Ensure escorts are provided to support, i.e. Miami Fire Department, Solid Waste (Sanitation), Motor Pool. • A debriefing should occur after the transfer of the first shift. Final Report 457 30 • Incorporate civil disorder plan with field force training to cover all aspects of the plan. • Field force training (in classroom first) for lieutenants and sergeants to addresz--lministrative responsibilities. • The Policy Review Committee should approve the course of training for Officer Survival before implementation. • Establish Field Force committees for each district. Each district should be responsible for maintaining a daily listing of personnel in respective ALPHA/BRAVO assignments. • Consider having field forces remove obstructions from road%vays, i.e. bus benches. • Have field forces put out small fires with fire extinguishers. • There should be a debriefing after every mobilization for the purpose of self -critique. MUTUAL AID: ' • Ensure "Rules of Engagement", mission, and instructions are consistent and are clearly explained to all supporting agencies. 03- 457 Final Report 31 • The Dade County Chief's of Police should develop an agreement under Mutual Aid (Memorandum of Understanding). which includes verbiage that states. "...when deployed to a Mutual Aid agency. the mission. directions, and/or instructions shall be dictated by the requesting agency..." • When requesting the assistance of a Mutual Aid agency, the mission, directions, and/or instructions shall be dictated by the requesting agency. • Conduct mutual field force training with other agencies. • Obtain same radio frequencies. • Make request for backup from other agencies once decision to mobilized department wide is approved. • Emergency Operation Center Commanders, Emergency Planners, and others involved with critical incident or contingency planning should start to work together, establishing countywide participation and standardization. • Field Force Commanders participate in field force training with Miami -Dade. Projected date of training is February 2001. Oil: 457 Final Report 32 I OUTSIDE RESOURCES: • Sanitation (Solid Waste) should be readily available. • Motor pool should be readily available. • Notify Miami -Dade i , ansit Authority of situation. • Obtain assistance from community - Citizens on Patrol, Crisis Response Team, Community Relations Board members, etc. MEDIA: • Restrict presence in affected area. — U` - ,a • Designate a press area. - -{'5 `7 • Meet ,vith media to establish agreement, etc. - _, ';- 0 • Solicit assistance from media in maintaining order. - ,,(c,5 . DE-ESCALATION: • Constant assessment and adjustments by the department should be conducted according to activities occurring in the field. Begin de-escalation immediately upon restoration of order. o3- 457 Final Report 33 • All personnel should be apprised of adjustments made (mission). permissible beha%-iors. etc. prior to confronting demonstrating crowds. • All personnel should ride as two-man units in Patrol and maintain equipment (shields). If needed, can be mobilized from wherever they are assigned. Final Report 03— 457 57 34 Page 1 of Rodriguez, Lourdes From: Scott, Makelly Sent: Wednesday, September 04, 2002 4:35 To: Rodriguez, Lourdes Subject: RE: Blck Grant VII Lou, The account number is 142023.290539.6.840. FYI we have not yet drawn -down the monies.. -----Original Message ----- From: Rodriguez, Lourdes Sent: Wednesday, September 04, 2002 3:22 PM To: Scott, Makelly Subject: Blck Grant VII As soon as you get an account code for the purchase of the buses, please e-mail me the number. thanks 9/23/2002 03— 457 Charlie Crist Commissioner July 31, 2002 FLORIDA DEPARTMENT OF EDUCATION DAVID A. MORRIS, CHIEF BUREAU OF SCHOOL BUSINESS SERVICES MEMORANDUM CHARLIE HOOD, DIRECTOR OF SCHOOL TRANSPORTATION SCHOOL TRANSPORTATION MANAGEMENT TO: District School Superintendents Finance Officers Transportation Directors FROM: Charlie Hood, Director School Transportation Management Section SUBJECT: Award of Bid for School Buses (DOE Bid Number 2002-32) Attached please find pricing and ordering information for school buses as established in bids received by the Department of Education on June 14, 2002. The award of bid (DOE #2002-32) was made in accordance with applicable state purchasing laws and rules. Bids were received and awarded on Type A, C, and D complete school buses, Type C school bus bodies, and Type C chassis. Buses ordered under Plan A are required to be produced and completed by May 9. 2003. Purchase orders for these buses must be received in our office no later than October 11, 2002, due to manufacturing requirements and lead-time. Buses ordered under Plan B are required to be produced and completed by December 12, 2003. Purchase orders for these buses must be received in our office no later than March 21, 2003. The contract requirements for the above delivery dates are insured by performance bonds that were required from the manufacturers, and per -day liquidated damages provisions for late delivery are specified in the contract. 325 WEST GAINES STREET • ROOM 1114 • TALLAHASSEE, FLORIDA 32399-0400 • (850) 488-4405 • FAX (850) 487-8608 www.myfloridacdtication.com An affirmative action/equal opportunity employer 03- 457 Award of Bid for School Buses July 31, 2002 Page 2 All of the above timelines for ordering and delivery and other applicable ordering information (base prices, options, etc.) are included in the School Bus Pricing and Orderinq Guide. The timelines and ordering instructions are on pages 1-9. The bid includes a provision for awards to multiple suppliers within each bus configuration. All approved suppliers that were within ten percent of the low bid for each configuration were given an award. This system provides flexibility to each school district in determining the type and manufacturer of the equipment that best fits their needs. If you order a Type C school bus with a Blue Bird body and an International chassis, you will need to provide two separate purchase orders. All Type C school buses provided by Integrated Coach (IC) as well as Type A and Type D school buses from all manufacturers, are considered complete school buses and require just one purchase order. Pages 3 and 4 of the Pricing and Ordering guide explain how to complete the purchase orders. Pages 7 and 8 also provide examples for completing purchase orders for 65 passenger Type C straight floor school bus with air conditioning and lift. The first example shows a Blue Bird/International with separate purchase orders. The first purchase order for the Blue Bird body will be made out to Florida Transportation Systems, Inc. The second purchase order for the International 3800 chassis is made out to International Truck and Engine. The second example shows the same configuration as a complete IC bus requiring just one purchase order to Rivers Bus & RV Sales. The options shown in each example are identical. If you have questions or need any other assistance with the bus ordering process, please call Ms. Terri Egler or Bill Schroyer at (850) 488-4405 or Suncom 278-4405. CFH cc: Service Managers 325 WEST GAINES STREET • ROOM 1114 • TALLAHASSEE, FLORIDA 32399-0400 . (850) 488-4405 • FAX (850) 487-8608 www.myfloridaeducation.com An affirmative action/equal opportunity employer 03- 457 Pricing and Ordering Information for School Buses Spring 2002 Florida Department of Education Bid No. 2002-32 Jim Horne Secretary Charlie Crist Commissioner 03- 457 TABLE OF CONTENTS ORDERING INSTRUCTIONS AND RELATED DEPARTMENT OF EDUCATION (DOE) SCHOOLBUS BID #2002-32 DATA....................................................................................................2 (including Purchase Order Deadlines, Ordering Information, Bus Ordering Checklist, Sample Purchase Orders, Delivery Timelines, Payment Instructions, Vendor Addresses) PRICES FOR TYPE A SCHOOL BUSES AND OPTIONAL EQUIPMENT ......................... A-1— A4 PRICES FOR TYPE C SCHOOL BUSES AND OPTIONAL EQUIPMENT ..................... C-1 — C-25 (Listed by capacity; Lift, A/C, and Straight Floor configurations within each capacity) Type C Wet Sleeve 29 Capacity .................................... ..... .............................................. C-2 — C-7 TypeC Wet Sleeve 47 Capacity ............................... ...................................................... C-8 — C-13 Type C Wet Sleeve 65 Capacity ................................................................................. C-14 — C-49 Type C Wet Sleeve 71 Capacity...................................................................................0-20 — C-25 PRICES FOR TYPE D SCHOOL BUSES AND OPTIONAL EQUIPMENT .......................... D1 — D26 (Listed by capacity; Lift, and A/C configurations within each capacity; Straight Floor listed separately) Type D Front Engine Wet Sleeve 71 Capacity ................................................................ D-2 — D-5 Type D Front Engine Wet Sleeve 77 Capacity ................................................................ D-6 — D-9 Type D Front Engine Wet Sleeve 83 Capacity ............................................................ D -10—D-13 Type D Front Engine Parent Bore Engine buses - All capacities ................................. D-14 - D-16 Type D Rear Engine 72 Capacity ................................................................................ D-17 — D-21 Type D Rear Engine 78 Capacity ................................................................................ D-22 — D-25 TypeD Rear Engine 84 Capacity ............................................................................................ D-26 APPENDICES.......................................................................................................................... E-1 - E-26 MANUFACTURERS' DELIVERY COST FOR TYPES A, C, AND D ............................ ........ E-1 - E-7 BlueBird............................................................................................................................E-1 - E-4 IC........................................................................................................................................ E-5 - E-6 MidBus....................................................................................................................................... E-7 APPENDIX A: SEATING CAPACITY FOR WHEELCHAIR LIFT BUSES ........................ E-8 - E-10 APPENDIX B: OPTIONAL WHEELCHAIR LIFT/TIEDOWN INFORMATION ........... .. E-1 I - E-13 APPENDIX C: OPTIONAL AIR CONDITIONING INFORMATION ............................................ E-14 APPENDIX D: OPTIONAL ENGINE INFORMATION .......................................................E-15 - E-19 APPENDIX E: OPTIONAL BAGGAGE COMPARTMENT INFORMATION ................... E-20 - E-22 APPENDIX F: NON -CONTRACT OPTIONS & INFORMATION.....................................E-23 - E-26 DOE School Bus Bid #2002-32 Page 1 03- 457 SCHOOL BUS BID 2002-32 ORDERING INSTRUCTIONS AND RELATED BID DATA PURCHASE ORDER (P.O.) DEADLINES Units ordered and purchase orders received by the School Transportation Management Section (STMS) by the dates specified below will be delivered by the indicated dates (subject to bidder's compliance with required timelines): TYPE 'A, C, and D SCHOOL BUS TIMELINES PLAN A PLAN (later delive Purchase Order Received by Date of Award through October 12, 2002, DOE: October 11, 2002 through March 21, 2003 Type C Chassis, if applicable, Not later than Not later than released to Carrier (for delivery to January 20, 2003 July 15, 2003 body plant) by: Completed Bus Delivered Not later than Not later than or Ready for Pickup b May 9, 2003 1 December 12, 2003 *P.O.s may be submitted by facsimile transmission to (850) 487-8608, but hard copy originals shall be sent within one-week of Fax transmission. Please call (850) 488-4405 to confirm proper receipt of any Fax transmissions. 2. PAYMENT INSTRUCTIONS AND INFORMATION a. Type C Separate Chassis and Body P.O.s 1. Payment for Type C chassis is due and shall be made no later than forty-five (45) calendar days following receipt of both (1) an invoice from the chassis manufacturer and (2) a chassis receiving and inspection report from the body manufacturer (indicating the chassis arrival at the body plant), or other written confirmation that the chassis was received and signed for by the body company. The forty-five (45) days shall commence upon receipt of the latter of the two above -referenced documents. 2. Payment for Type C bodies will be due after delivery and acceptance by the purchaser. Purchaser has no more than ten business days to accept or reject the bus b. Tvpe A, C, and D Complete Buses (One P.O.) Payment for Type A, C, and D complete buses will be due upon delivery and acceptance by the purchaser or within forty-five (45) calendar days after receipt of invoice, or within forty-five calendar days of receipt of Manufacturer's Certificate of Origin (MCO), whichever is later. Purchaser has no more than ten business days to accept or refect the bus. DOE School Bus Bid #2002-32 Page 2 03- 457 Under the provisions of Section 215.422, Florida Statutes, vendors may charge interest penalties if payment for chassis and bodies is not received according to the above requirements. 3. PURCHASE ORDER INFORMATION a. All purchase orders must be sent to: School Transportation Management Section Department of Education 325 West Gaines Street, #1114 Tallahassee, Florida 32399-0400 Attention: Mr. Bill Schroyer NOTE: If your purchase orders are inadvertently sent directly to the vendor, it will add a delay of two to three weeks to the final processing of your order and the manufacture of your buses. All manufacturers awarded bids have been instructed to return all nonprocessed P.O.s back to the Department of Education, School Transportation Management Section, for processing. b. Once your purchase orders are received by the DOE, they will be processed and forwarded to the vendor as quickly as possible. A confirmation of receipt of your purchase orders will be returned to your school district superintendent and transportation director. If vou do not receive a receipt for your order within two weeks, please contact the School Transportation Management Section at (850) 488-4405. This confirmation is important since it is your only assurance that your order has been transmitted to the vendor. BUS ORDERING CHECKLIST: The following information must be included on purchase orders: (1) For Type C Chassis P.O.s (see sample chassis purchase order page 8), have you: 7 Inserted the chassis manufacturer's (or dealer's) name and address, including contact person? El Under "Ship to" or "Deliver to" did you show body manufacturer's name, not the School Board's address, since Type C chassis are to be delivered to the body company? El Inserted the quantity of chassis ordered, pupil capacity, chassis model number, configuration (i.e., lift, a/c, or straight floor), diesel engine model, air brakes (standard on all Tvpe C chassis), unit price, total price, and any other basic chassis information? Inserted options desired, using option numbers as shown in this pricing and ordering information? DOE School Bus Bid #2002-32 Page 3 457 7 Identified any non -contract option ordered as a NON -CONTRACT OPTION and clearly indicated the correct price? Inserted the correct unit and total prices for base chassis, all options and total P.O., and indicated the correct Purchase Plan (Plan A or Plan B)? (2) For Type C Bodies and Types A, C, and D Complete Bus P.O.s (see sample body purchase order page 9), have vou: C Inserted the body manufacturer's (or dealer's) name and address, including the contact person? Inserted the quantity of bodies ordered, pupil capacity, body model number, type engine, unit price, total price, and other basic body configuration (lift and/or air conditioning, or straight floor as applicable)? 17 For wheelchair lift buses, did you specify location of wheelchair lift in front of or behind rear wheels? Did you specify lift manufacturer? Inserted options using option numbers as shown in this pricing and ordering information? -i Inserted the correct unit and total prices for base chassis, all options and total P.O., and indicated the correct Purchase Plan (Plan A or Plan B)? _J Inserted local school district bus numbers (to be put on buses by body company)? For tracking purposes, all body purchase orders processed must include local school district bus number(s). P.O.s will be delayed if required local bus number(s) are not supplied. 0 Indicated whether buses are to be delivered (include price from appropriate manufacturer's delivery schedule attached) or picked up by the district at the body plant? D Inserted the correct unit and total prices for base units, all options, and total P. O. price. d. Please review all options available for this year. The list varies by manufacturer so review what is available for the type and capacity bus ordered. e. The purchase of a NON -CONTRACT OPTION is permitted subject to the following limitations: (1) The option is listed on the purchase order as a separate option. (2) The option is clearly identified by the purchaser on the purchase order as a NON- CONTRACT OPTION. (3) The price for each individual NON -CONTRACT OPTION is clearly indicated on the purchase order. DOE School Bus Bid #2002-32 Page 4 03- 457 (4) The purchaser acknowledges the fact that the NON -CONTRACT item is not part of the DOE's approved contract and has not been reviewed by the STMS. It is the issuer's responsibility to determine if state or local purchase regulations affect purchase of these NON -CONTRACT items. If ordering Type C lift buses, please note that the base price of some chassis for lift - equipped buses is higher than non -lift chassis due to the high output alternator required as standard equipment for buses to be equipped with wheelchair lifts. Be sure to select the chassis price and the body price from the appropriate (lift bus) section of this pricing information. g. Private schools meeting the requirements of Section 234.301, Florida Statutes, are authorized to purchase buses from this bid. h. Purchase orders for Plan A Delivery must be in the STMS office no later than October 11, 2002. Purchase orders for Plan B (later delivery) units will be accepted until March 21, 2003. 4. GENERAL INFORMATION Each district ordering Type C or Type D buses will receive one service manual per shop location from the manufacturer covering the chassis model(s) purchased. b. The body company is required to deliver a parts manual to each district purchasing one or more buses. C. The body company is responsible for submitting a chassis receiving notice to the purchasing district as proof that the Type C chassis has been delivered to the body plant. d. Type A, C, and D final stage manufacturers and Type C chassis manufacturers shall agree to accept electronic notification of school district in-service dates provided by the DOE in lieu of forms or update forms. Such notification shall serve to update actual warranty start dates for all chassis, chassis component, and body warranties. e. Names, addresses, and phone numbers of dealers or manufacturers awarded bids follow. These persons may be contacted regarding equipment, production, delivery, or other information pertaining to your bus purchases. DOE School Bus Bid #2002-32 Page 5 03- 457 CHASSIS MANUFACTURERS MANUFACTURERS' FLORIDA DEALERS Base Unit or Option Price STD International Truck and Engine Corp. International Truck and Engine Corp. 2400 Commerce Ave. Bldg. 1100, Suite 100 2400 Commerce Avenue Duluth, Georgia 30096 Bldg 1100, Suite 100 Mike McCullough Duluth, Georgia 30096 National Account Manager 678 584-2700 TYPE C CHASSIS TO BE DELIVERED TO Blue Bird Corporation P.O. Box 807 Lafayette, Georgia 30728 BODY MANUFACTURERS MANUFACTURERS' FLORIDA DEALERS Integrated Coach (IC) Corp. Highway 65B Conway, Arkansas 72032 Rivers Bus & RV Sales 10626 General Avenue Jacksonville, Florida 32220 Jim Searcy Mid -Bus School Bus Sales Manager 505 East Jefferson Street (904) 783-0313 Bluffton, Ohio 45817-1398 Florida Transportation Systems, Inc. Blue Bird Corporation 7703 Industrial Lane P.O. Box 937 Tampa, Florida 33637-6775 Ft. Valley, Georgia 31030-0937 Chris Rustman, President 813)980-0174 5. BUS SEATING CAPACITIES All capacities listed in the order guide are based on the maximum capacity of that shell size using 13 inches of rump width per seating position, per National School Transportation Specifications and Procedures, 2000 Revised Edition, and Florida School Bus Specifications. Purchasers should call manufacturers to determine actual capacities for the specific configuration they are ordering. Please also see Appendix "A" for a general guide for wheelchair equipped buses. 6. PRICING PAGES TERMS The following definitions and terms are used throughout these Pricing Pages. Price Base Unit or Option Price STD Standard Equipment N/A Not Available or Not Applicable N/C No Charge Item, Item Must be Ordered to Receive Will Not Come as Standard Equipment.) DOE School Bus Bid #2002-32 Page 6 03- 457 SAMPLE TYPE C BODY PURCHASE ORDER SUNSHINE COUNTY SCHOOL BOARD Purchasing Department Phone (305) 555-1212 888 Sun n' Fun Parkway Solarville, Florida 33333 Florida Transportation Systems, Inc. H Sunshine County School Board E 7703 Industrial Lane Transportation Department N Tampa, FL 33637 P 121 Back in the Woods Drive D Solarville, Florida 33333 O ATTN: Chris Rustman R T ATTN: Transportation Director O LINE ACCT. QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE NO. CHG. 2 Blue Bird Model SBCV6600 65 Capacity Straight $30,280 $60,560 Floor With Rear Lift and Air Conditioning 2 13513. Intercom/AMIFM Radio $287 $574 2 B6. Locking door at fuel tank S14 $28 6 B7. CE White Toddler Seat 5300 $1,800 2 B15. Flip -Up Seat behind Driver's Seat $48 $96 2 B 18. Underseat Rear Heater 5275 $550 2 Delivery from Blue Bird plant to Solarville, FL 5735 $1,470 Bodies to be numbered 2002-01 and 2002-02 SHIPPING INSTRUCTIONS: TERMS: TOTAL COST $65,078 Call Mr. Transportation Q. Director at Purchase Plan: Plan A (305) 555-1212 when buses are ready. BID OR S/C NUMBERS: MAIL INVOICES TO: Sunshine County School Board Florida Department of Finance Department Education Bid #2002-32 1888 Sun n' Fun Parkway, Solarville, FL 33333 INSTRUCTIONS TO VENDOR: FLORIDA SALES TAX EXEMPT NUMBER I. The above purchase order number must appear on the invoice and shipping 00-000-00-00-00 documents. Payment will only be made on itemized invoices. Original and 2 copies of itemized invoice most be furnished. FEDERAL EXCISE TAX EXEMPT NUMBER 2. Back orders will not be accepted unless prior approval is obtained from Purchasing Office. 3. Collect shipments will not be accepted. If freight is to be paid by Sunshine County 00-00-000OH Schools, freight charges must be prepaid and included on invoice. 4. No substitutions of items ordered or price changes will be allowed without SUNSHINE COUNTY SCHOOL BOARD prior approval from Purchasing Office. PURCHASING DEPARTMENT 5. Checks will only be made payable to the vendor specified on this purchase order. Invoice most be issued by the same vendor specified on this purchase order. 6. Vendor indemnifies Sunshine County School Board against all damages and 13 y expenses resulting from patent infringements. AUTHORIZED SIGNATURE VENDOR DOE School Bus Bid #2002-32 Page 7 03— 4-i SAMPLE TYPE C CHASSIS PURCHASE ORDER SUNSHINE COUNTY SCHOOL BOARD Purchasing Department Phone (305) 555-1212 888 Sun n' Fun Parkway Solarville, Florida 33333 V International Truck and Engine Corp. S E 2400 Commerce Avenue 1 Blue Bird Corporation N Building 1100 — Suite 100 P. O. Box 807 D Duluth, Georgia 300964955 Lafayette, Georgia 30728 O .I. R ATTN: Mike McCullough O LINE ACCT. QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE NO. CHG. International 3800 65 capacity Straight Floor 2 with lift and Air Conditioning, DT -466E Diesel $37,150 $74,300 Engine 2 C 1. Two Front Tow Hooks $32 $64 2 C2. Spare Disc Wheel $93 $186 2 C6c. 270 Amp L/N 4864 Alternator 5214 $428 2 1 1 C10. Air Ride Suspension STD $0 SHIPPING INSTRUCTIONS: TERMS: TOTAL COST $74,978 f.o.b. Purchase Plan: Plan A Blue Bird Corp. BID OR S/C NUMBERS: MAIL INVOICES TO: Lafayette, GA Sunshine County School Board Florida Department of Finance Department Education Bid #2002-32 888 Sun n' Fun Parkway, Solarville, FL 33333 INSTRUCTIONS TO VENDOR: FLORIDA SALES TAX EXEMPT NUMBER 1. The above purchase order number must appear on the invoice and shipping 00-000-00-00-00 documents. Payment will only be made on itemized invoices. Original and 2 copies of itemized invoice must be furnished. 2. Back orders will not be accepted unless prior approval is obtained from FEDERAL EXCISE TAX EXEMPT NUMBER Purchasing Office. 3. Collect shipments will not be accepted. If freight is to be paid by Sunshine County 00-00-0000H Schools, freight charges most be prepaid and included on invoice. 4. No substitutions of items ordered or price changes will be allowed without SUNSHINE COUNTY SCHOOL BOARD prior approval from Purchasing Office. PURCHASING DEPARTMENT 5. Checks will only be made payable to the vendor specified on this purchase order. Invoice must be issued by the same vendor specified on this purchase order. 6. Vendor indemnifies Sunshine County School Board against all damages and B y expenses resulting from patent infringements. AUTHORIZED SIGNATURE VENDOR DOE School Bus Bid #2002-32 Page 8 03- 45►" SAMPLE COMPLETE BUS PURCHASE ORDER SUNSHINE COUNTY SCHOOL BOARD Purchasing Department Phone (305) 555-1212 888 Sun n' Fun Parkway Solarville, Florida 33333 V Rivers Bus & RV Sales S E 10626 General Avenue H Sunshine County School Board N Jacksonville, Florida 32220 I Transportation Department D (904) 783-0313 P 121 Back in the Woods Drive O ATTN• Jim Searcy Solarville, Florida 33333 R T ATTN: Transportation Director O LINE ACCT. QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE NO. CHG. 2 IC Model IC3S530 65 Capacity Straight Floor S64,437 $128,108 With Rear Lift and Air Conditioning, DT466E 2 B5B. Intercom/AM/FM Radio 5424 $848 2 B6. Locking Door at Fuel Tank $406 $8I2 6 B7. CE White Toddler Seat $637 $3,822 2 B15. Flip -Up seat behind Drivers Seat S76 $152 2 B 18. Underseat Rear Heater $484 $732 2 CI. Heavy Duty Tow Hooks S32 $64 2 C2. Spare Disc Wheel S90 $180 2 C6c. 270 Amp L'N 4864 Alternator 5214 $428 2 Delivery from IC plant to Solarville, FL $1,200 $2,400 Bodies to be numbered 2002-03 and 2002-04 SHIPPING INSTRUCTIONS: TERMS: Call Mr. Transportation Q. Director at TOTAL COST :r $137,546 (305) 555-1212 when buses are ready. Purchase Plan: Plan A BID OR S/C NUMBERS: MAIL INVOICES TO: Sunshine County School Board Florida Department of Finance Department Education Bid #2002-32 1 88 Sun n' Fun Parkway, Solarville, FL 33333 INSTRUCTIONS TO VENDOR: FLORIDA SALES TAX EXEMPT NUMBER I. The above purchase order number must appear on the invoice and shipping 00-000-00-00-00 documents. Payment will only be made on itemized invoices. Original and 2 copies of itemized invoice must be furnished. 2. Back orders will not be accepted unless prior approval is obtained from FEDERAL EXCISE TAX EXEMPT NUMBER Purchasing Office. 3. Collect shipments will not be accepted. If freight is to be paid by Sunshine County 00-00-0000H Schools, freight charges must be prepaid and included on invoice. 4. No substitutions of items ordered or price changes will be allowed without SUNSHINE COUNTY SCHOOL BOARD prior approval from Purchasing Office. PURCHASING DEPARTMENT S. Checks will only be made payable to the vendor specified on this purchase order. Invoice must be issued by the same vendor specified on this purchase order. 6. Vendor indemnifies Sunshine County School Board against all damages and By expenses resulting from patent infringements. AUTHORIZED SIGNATURE VENDOR DOE School Bus Bid #2002-32 Page 9 03" 45.*i PRICES FOR TYPE D - FRONT ENGINE SCHOOL BUSES UAM OPTIONAL EQUIPMENT Note: Pictures are to illustrate general configuration of Type D buses, but may not represent actual available model(s). NOTE: 1) For wheelchair lift equipped buses you must specify desired lift make and location - front or rear. 2) See Appendix B for optional lifts available from bus manufacturers. 3) See Appendix A for actual seating capacities of wheelchair lift equipped buses. 4) Please contact the manufacturer to determine if bus capacity is affected due to the installation of the C.E. White Toddler Seat. 5) See Appendix C for optional air conditioning systems available from bus manufacturers. D-1 o3- 457 WET SLEEVE DIESEL 79 Ca aci Type D Front Engine Bus WITHOUT Lift Standard. rr BLUEBIRD Purchase Order (P.O.) Complete Bus Supplier:j Florida Transportation Systems' WITHOUT A/C Rivers Bus 8RV Sales"` Body Make and Model: Blue Bird A3FE7200S IC GA39530 Chassis Make and Model: Blue Bird A3FE7200S IC GA39530 Standard Transmission: Allison MD 3060(5) Allison 2000 Standard Engine, HP/LB-FT: Cummins ISC 2601660 DT466E,195/520 A/C model N/A N/A Lift model N/A N/A Complete Bus Base Price:] $60,449• Wadude lois pace on complete bus P.O.) $54,730" (Induce aus price on compote bas P.O,) Include complete bus price and optional equipment prices on one P.O. made out to Florida Transportation Systems, Inc. See page 9 for sample complete bus P.O. and page 6 for specific P.O. addressing information. " Include complete bus price and optional equipment prices on one P.O. made out to Rivers Bus and RV Sales. See page 9 for sample Complete Bus P.O. and page 6 for specific addressino information, Optional [B2] Dual Powered Roof Vents 1 521 610 [83] Vandal Box w/key lock 8 buzzer 250 60 [134] 77" High Headroom 253 450 [BSA] Intercom/PA 266 295 [1358] PA with Radio 325 406 [85C] Stereo Radio (no PA) 232 312 [136] Locking Door at Fuel Tank 7 18 [B7] CE White Toddler Seat 300 637 [138] Exterior Body Light Monitor 246 291 [6121 Diesel Noise Package 435 423 [8126] Full Perforated Ceiling Panel 404 82 [613] Bus Lockup System 93 203 [B14] Wire Pupil Crossing Arm 61 22 [B15] Flip -Up Seat behind Driver's Seat NIA NIA [B17] Red Light at Emergency Door 7 19 [B18] Underseat Rear Heater 275 380 [1319] Tailpipe through Bumper 9 NIA [B20] Powder Coated Windows NIA 396 [B21] Track Seating NIA N/A [6271 Delete Seat - Add W/C N/A N/A [6281 Track Seating Seat NIA NIA [C1] Heavy Duty Tow Hooks 42 32 [C21 Spare Disc Wheel 75 90 [C3] Auto Trans Warranty (5 yr unlimited) 525 350 [C4] 75-100 Gallon Fuel Tank 196 (90 GALLON) NIA [C5] Low Profile Radial Tires NIA N/A [C6a] 160 Amp UN 9800 Alternator 113 88 [C6b] 200 Amp UN 4860 Alternator 266 432 [C6c] 270 Amp UN 4864 Alternator 403 644 [C9] Front Bumper w/Flex Ends NIA NIA [C10] Air Ride Rear Suspension 1 852 892 D-2 03- 4ai' WET SLEEVE DIESEL 71 Capaci Type D Front En ine Bus WITH Lift, WITHOUT AIC Standard -. IC Purchase Order (P.O.) instructions: [issue one purchase order] [issue one purchase order) Complete Bus Supplier: Florida Transportation Systems' Rivers Bus & RV Sales" Body Make and Model: Blue Bird A3FE7200S IC GA39530 Chassis Make and Model: Blue Bird A3FE7200S IC GA39530 Standard Transmission: Allison MD 3060(5) Allison 2000 Standard Engine, HP/LB-FT: Cummins ISC 260/660 DT466E, 195/520 A/C model: N/A N/A Lift model: Braun L9171B Braun L-917 Complete Bus Base Price: $67,066' (tndwe this pnce on complete bus P.O.) $58,449" (indude this price on complete bus P.O.) Include complete bus price and optional equipment prices on one P.O. made out to Florida Transportation Systems, Inc. See page 9 for sample complete bus P.O. and page 6 for specific P.O. addressing information. " Include complete bus price and optional equipment prices on one P.O. made out to Rivers Bus and RV Sales. See page 9 for sample Complete Bus P.O. and page 6 for specific addressing information. Optional . e [132] Dual Powered Roof Vents 521 610 [133] Vandal Box w/key lock & buzzer 250 60 [64] 77" High Headroom 253 450 [B5A] Intercom/PA 266 295 [656] PA with Radio 325 406 [65C] Stereo Radio (no PA) 232 312 [B6] Locking Door at Fuel Tank 7 18 [B7] CE White Toddler Seat 300 637 [138] Exterior Body Light Monitor 246 291 [B12] Diesel Noise Package 435 STD [B12B] Full Perforated Ceiling Panel 404 82 [613] Bus Lockup System 93 203 [B14] Wire Pupil Crossing Arm 61 22 [1315] Flip -Up Seat behind Driver's Seat N/A N/A [617] Red Light at Emergency Door 7 19 [B18) Underseat Rear Heater 275 380 [B19] Tailpipe through Bumper 9 N/A [B20] Powder Coated Windows N/A 396 [B21] Track Seating 2,966 5,250 [1327] Delete Seat - Add WIC 392 550 [B28] Track Seating Seat 132 335 [C1] Heavy Duty Tow Hooks 42 32 [C2] Spare Disc Wheel 75 90 [C3] Auto Trans Warranty (5 yr unlimited) 525 350 [C4] 75-100 Gallon Fuel Tank 196 (90 GALLON) N/A [C5] Low Profile Radial Tires NIA NIA [C6a] 160 Amp UN 9800 Alternator STD STD [C6b] 200 Amp UN 4860 Alternator 266 345 [C6c] 270 Amp UN 4864 Altemator 403 557 [C9] Front Bumper w/Flex Ends NIA N/A [C10] Air Ride Rear Suspension 852 892 D-3 03- 457 71 Ca acit T Purchase Order (P.O.) instructionz- Complete Bus Supplier: WET SLEEVE DIESEL e D Front En ine Bus (WITH AIC WITH UT Lift [Issuc 011c purchasic �,rderj Florida Transportation Systems* Rivers Bus & RV Sales" Body Make and Model: Chassis Make and Model: Blue Bird A3FE7200S Blue Bird A3FE7200S IC GA39530 IC GA39530 Standard Transmission: Allison MD 3060(5) Allison 2000 Standard Engine, HP1LB-FT: Cummins ISC 260/660 DT466E, 1951520 A/C model: TRANSIAIR TA733/963FB Carrier AC 121133 Lift model: N/A N/A Complete Bus Base Price: $68,404* U we nus price on complete bus P.o.) $63,296*" (mcawe "s PACO - mmplaft bus P.o.) Include complete bus price and optional equipment prices on one P.O. made out to Florida Transportation Systems, Inc. See page 9 for sample complete bus P.O. and page 6 for specific P.O. addressing information. " Include complete bus price and optional equipment prices on one P.O. made out to Rivers Bus and RV Sales. Seep e 9 for sample Com ete Bus P.O. and pa e 6 for specific addressin information. Optionai Equipment [B21 Dual Powered Roof Vents 521 610 [831 Vandal Box w/key lock & buzzer 259 60 [B4] 77" High Headroom 253 450 [B5A] Intercom/PA 266 295 [B58] PA with Radio 325 406 [135C] Stereo Radio (no PA) 232 312 [66] Locking Door at Fuel Tank 7 18 [BT] CE White Toddler Seat 300 637 [1381 Exterior Body Light Monitor 246 Y91 [812] Diesel Noise Package STD STD [8128] Full Perforated Ceiling Panel 404 82 [B13] Bus Lockup System 93 203 [B14] Wire Pupil Crossing Arm 61 22 [B15] Flip -Up Seat behind Driver's. Seat N/A N/A [B17] Red Light at Emergency Door 17 19 [618] Underseat Rear Heater 275 380 [B191 Tailpipe through Bumper 9 NIA [620] Powder Coated Windows N/A 396 [B211 Track Seating N/A NIA (827] Delete Seat - Add W/C N/A N/A [B28] Track Seating Seat NIA N/A [C9] Heavy Duty Tow Hooks 42 32 [C2] Spare Disc Wheel 75 90 [C3] Auto Trans Warranty (5 yr unlimited) 525 350 (C4] T5-100 Gallon Fuel Tank 196 (90 GALLON) N/A [C5] Low Profile Radial Tires N/A N/A [C6aj 160 Amp UN 9800 Alternator N/A NIA [C6b] 200 Amp UN 4860 Alternator STD STD [C6c] 270 Amp UN 4864 Alternator 403 214 [C9] Front Bumper w/Flex Ends NIA N/A [C101 Air Ride Rear Suspension 852 892 71 Capacit T standard Purchase Order (P.O.) Instructions:. Complete Bus Supplier: WET SLEEVE DIESEL pe D Front En ine Bus WITH A/C AND Lift -. IC [issue one purchase order] [issue one purchase order] Florida Transportation Systems' Rivers Bus & RV Sales" Body Make and Model: Blue Bird A3FE7200S IC GA39530 Chassis Make and Model: Blue Bird A3FE7200S IC GA39530 Standard Transmission: Allison MD 3060(5) Allison 2000 Standard Engine, HP/LB-FT: Cummins ISC 260/660 DT466E, 195/520 A/C model: TRANS/AIR TA733/963Fts I Carrier AC 121133 Lift model: Braun L9171B I Braun L-917 Complete Bus Base Price: $74,320 (Include this once on complete bus P.O.) 1 $66,567" (Include ties price on complete bus P.O.) Include complete bus price and optional equipment prices on one P.O. made out to Florida Transportation Systems, Inc. See page 9 for sample complete bus P.O. and page 6 for specific P.O. addressing information. " Include complete bus price and optional equipment prices on one P.O. made out to Rivers Bus and RV Sales. See page 9 for sample Complete Bus P.O. and page 6 for specific addressing information. Optional e [62] Dual Powered Roof Vents 521 610 [63] Vandal Box w/key lock & buzzer 250 60 [B4] 77" High Headroom 253 450 [BSA] Intercom/PA 266 295 [B5B] PA with Radio 325 406 [BSC] Stereo Radio (no PA) 232 312 [66] Locking Door at Fuel Tank 7 18 [67] CE White Toddler Seat 300 637 [68] Exterior Body Light Monitor 246 291 [B121 Diesel Noise Package STD STD [B12B] Full Perforated Ceiling Panel 404 82 [613] Bus Lockup System 93 203 [B14] Wire Pupil Crossing Arm 61 22 [6151 Flip -Up Seat behind Driver's Seat N/A NIA [B17] Red Light at Emergency Door 17 19 [618] Underseat Rear Heater 275 380 [B19] Tailpipe through Bumper 9 N/A [B201 Powder Coated Windows N/A 396 [B21] Track Seating 2,966 5,250 [827] Delete Seat - Add WIC 392 550 [B28] Track Seating Seat 132 335 [C1] Heavy Duty Tow Hooks 42 32 [C2] Spare Disc Wheel 75 90 [C3] Auto Trans Warranty (5 yr unlimited) 525 350 [C4] 75-100 Gallon Fuel Tank 196 (90 GALLON) N/A [C5] Low Profile Radial Tires NIA N/A [C6a] 160 Amp LIN 9800 Alternator N/A N/A [C6b] 200 Amp UN 4860 Alternator STD STD [C6c] 270 Amp LIN 4864 Alternator 403 214 [C9] Front Bumper w/Flex Ends NIA NIA [C10] Air Ride Rear Suspension 852 892 D-5 03- 457 DELIVERY PRICE INFORMATION BY BUS MANUFACTURER E-1 03- 457 FROM: ADDRESS: BLUE BIRD TYPE D BUS DELIVERY PRICING Blue Bird North Georgia 1198 Shattuck Industrial Boulevard Post Office Box 807 Lafayette, Georgia 30728 The schedule of rates for delivery of completed school buses to each county seat is as follows: REGION 1 COUNTY SEAT DELIVERY REGION 3 COUNTY SEAT DELIVERY Bay Panama City Citrus Inverness Calhoun Blountstown $346 Flagler Bunnell $480 Escambia Pensacola Hernando Brooksville Franklin Apalachicola Hillsborough Tampa Gulf Port St. Joe Lake Tavares Holmes Sonifay Marion Ocala Jackson Marianna Orange Orlando Liberty Bristol Pasco New Port Richey Okaloosa Crestview Pinellas Clearwater Santa Rosa Milton Putnam Palatka Walton Defuniak Springs St. Johns St. Augustine Washington Chipley Seminole Sanford Sumter Bushnell Volusia DeLand REGION 2 COUNTY SEAT DELIVERY REGION 4 COUNTY SEAT DELIVERY Alachua Gainesville Brevard Cocoa Baker Macclenny $380 Charlotte Punta Gorda $574 Bradford Starke DeSoto Arcadia Clay Green Cove Springs Glades Moore Haven Columbia Lake City Hardee Wauchula Dixie Cross City Hendry LaBelle Duval Jacksonville Highlands Sebring Gadsden Quincy Indian River Vero Beach Gilchrist Trenton Lee Fort Myers Hamilton Jasper Manatee Bradenton Jefferson Monticello Martin Stuart Lafayette Mayo Okeechobee Okeechobee Leon Tallahassee Osceola Kissimmee Levy Bronson Polk Bartow Madison Madison St. Lucie Fort Pierce Nassau Fernandina Beach Sarasota Sarasota Suwannee Live Oak Taylor Perry REGION 5 COUNTY SEAT DELIVERY Union Lake Butler Broward Ft. Lauderdale Wakulla Crawfordville Collier Naples $735 Miami -Dade Miami Monroe Key West Palm Beach W. Palm Beach E-4 y A � � Li APPENDIX A WHEELCHAIR LIFT BUS SEATING CAPACITY INFORMATION BY BUS MANUFACTURER E-8 03=- 4 a BLUE BIRD SEATING CAPACITY FOR STRAIGHT FLOOR WHEELCHAIR LIFT BUSES SEATING CAPACITY BLUE BIRD FOR WHEELCHAIR LIFT BUSES Maximum # WITH FRONT MOUNTED LIFT WITH REAR MOUNTED LIFT Capacity Type Standard Wheelchair Spaces Maximum # Passengers in Regular Seats (with 3 wheelchairs) Maximum # Wheelchair Spaces Available (reduces regular seating) Standard Wheelchair Spaces Maximum # Passengers in Regular Seats (with 3 wheelchairs) Maximum # Wheelchair Spaces Available (reduces regular seatin ► 23 Al 1 N/A N/A 1 12 1 29 C 3 6 3 3 4 3 47 C 3 14 3 3 14 3 65 C 3 26 7 3 42 9 71 C 3 30 9 3 48 9 71 F.E. D 3 30 7 3 39 8 77 F.E. D 3 34 8 3 45 8 83 F.E. D 3 38 8 3 49 8 72 R.E. D 3 42 5 3 N/A N/A 78 R.E. D 3 48 5 3 N/A N/A 84 R.E. D 3 48 5 3 N/A N/A BLUE BIRD SEATING CAPACITY FOR STRAIGHT FLOOR WHEELCHAIR LIFT BUSES WITH FRONT MOUNTED LIFT WITH REAR MOUNTED LIFT Maximum # Maximum # Maximum # Maximum # Passengers in Wheelchair Passengers in Wheelchair Standard Regular Seats Spaces Available Standard Regular Seats Spaces Available Wheelchair (with 3 (reduces regular Wheelchair (with 3 (reduces regular Capacity Type Spaces wheelchairs) seating) Spaces wheelchairs seating) 29 C 3 4 5 3 12 5 47 C 3 12 7 3 24 7 65 C 3 26 11 3 42 11 71 C 3 30 1 11 1 3 48 11 E-9 APPENDIX B OPTIONAL WHEELCHAIR LIFT AND STANDARD AND OPTIONAL WHEELCHAIR TIEDOWN/OCCUPANT RESTRAINT SYSTEM (WTORS) INFORMATION E-11 03- 457 4 W BLUE BIRD OPTIONAL LIFT INFORMATION Optional Wheelchair Lift #1 Bus Type Lift Make _ Lift Model Additional Price " Type A Ricon S-2005 ADA $151 Type C Ricon S-5005 ADA $195 Type D i I Optional Wheelchair Lift #2 Bus Type Lift'Make Lift Model . Additional Price Type A Ricon Klearvue K-2005 ADA -$188 Type C Ricon Klearvue K-5005 ADA -$184 Type D Standard Wheelchair Tiedown/Occupant Restraint System WTORS Bus Type WTORS Make MORS Model Type A Sure -Lok FF612S-4C-3 Type C Sure -Lok FF612S-4C-3 Type D Sure -Lok FF612S-4C-3 Optional Wheelchair Tiedown/Occu ant Restraint System WTORS Bus Type MORS Make WTORS Model Additional Price Type A Q'Straint Q -8206(L) Per Position $8 Type C Q'Straint Q -8206(L) Per Position $8 Type D Q'Straint Q -8206(L) Per Position $8 E-12 APPENDIX C OPTIONAL AIR CONDITIONING INFORMATION BLUE BIRD OPTIONAL AIR CONDITIONING SYSTEM # 1 Body 'i ype A/C A/C Body Type and Size MAKE MODEL PRICE: 23 Cap Type Al CARRIER AC -572T 250 29 Cap Type C CARRIER AC -81722 250 47 Cap Type C CARRIER AC -81722 250 65 Cap Type C CARRIER AC -11133 -200 71 Cap Type C CARRIER AC -121133 250 71 Cap Type D (FE) CARRIER AC -121133 250 77 Cap Type D (FE) CARRIER AC -121133 250 83 Cap Type D (FE) CARRIER AC -121133 250 72 Cap Type D (RE) CARRIER AC -121133 250 78 Cap Type D (RE) CARRIER AC -121133 250 84 Cap Type D (RE) CARRIER AC 121133 250 • The A/C systems above are equipped with mechanical controls E-14 03— 457 IC OPTIONAL AIR CONDITIONING SYSTEM # 1 Body Type A/C A/C and Size MAKE MODEL PRICE: 23 Cap Type Al Trans Air TA71 NIC 29 Cap Type C TransAir TA712 Tie -In -300 47 Cap Type C TransAir TA712 Tie -In -300 65 Cap Type C TransAir TA7331963 FB -300 71 Cap Type C TransAir TA7331963 FB -900 72 Cap Type D (RE) TransAir TA733/963 FB -300 7a rnn Tvne D (REI TransA r TA733/963 FB -300 E-14 03— 457 APPENDIX E OPTIONAL BAGGAGE COMPARTMENT INFORMATION BY BUS MANUFACTURER E-20 o3- BLUE BIRD BAGGAGE COMPARTMENTS OFFERED PRICE IS 1 PER BUS Size Price 29 47 AN "X" INDICATES TYPE AND SIZE WHERE AVAILABLE C DFE DRE 65 71 77 71 75 83 89 72 78 84 89 Single Door 19"H x 55"L, 16.7 cf 260 X X X X X X X X Single Door 22"H x 55"L, 19.3 cf 270 X X X X X X X X Double Door 19"H x 75"L, 22.5 cf 405 X X X X X X X X Double Door 22"H x 82"L, 28.8 cf 414 X X X X X X X Double Door 22"H x 97"L, 34.2 cf 459 X X X X X I X X Double Door Pass Through 104 cf 2498 X Double Door Pass Through 132 cf 2737 X X Single Door With Pass Through Only) 22"H x 55"L, 17.5 cf 318 X X X Options, such as air conditioning, may affect baggage compartment availability. Please consult Florida Transportation Systems for assistance when orderin . E-21 APPENDIX F - NON -CONTRACT OPTION PRICES BY BUS MANUFACTURER E-23 03- 457 BLUE BIRD TYPE A NON -CONTRACT OPTIONS Option Description Capacity Price Video Monitoring Systems" Safety Vision Observer System - B & W 950 REI Bus -watch System - B & W 950 Safety Vision Cbserver - Color 1075 REI BusWatch System - Color 1075 Digital Video System - B & W 2100 Rear Vision Lens 25 Route Sign Changers 50 Video Monitoring System with either Safety Vision Observer, installed 250 Sure -Lok W/C Belt System, FF612-4C-3 in lieu of standard N/C Q'Straint W/C Belt System, Q -8106-L, per W/C position 75 TYPE C NON -CONTRACT OPTIONS Option Description Capacity Price Rear Tow Hooks 69 Dual Stage Air Filter N/A Video Monitoring Systems*" Safety Vision Observer System - B & W 950 REI Bus -watch System - B & W 950 Safety Vision Observer - Color 1075 REI BusWatch System - Color 1075 Di ital Video System - B & W 2100 Electric Stop Arms, Type C 29 passenger capacity 28 Rear Vision Lens 25 Route Sign Changers 50 Video Monitoring System with either Safety Vision Observer, installed 250 Sure -Lok W/C Belt System, FF612-4C-3 in lieu of standard N/C Q'Straint W/C Belt System, Q -8106-L, per W/C position 75 Electric Stop Arms, Type C over 35 passenger capacity 25 TYPE D NON -CONTRACT OPTIONS Option Description Capacity Price Swing out Radiator FE 195 Rear Tow Hooks 68 Dual Stage Air Filter RE 189 Video Monitoring Systems— stems"Safet Safety Vision Observer System - B & W 950 REI Bus -watch System - B & W 950 Safety Vision Observer - Color REI BusWatch System - Color 1075 1075 Digital Video System - B & W Electric Stop Arms 2100 25 Rear Vision Lens 25 Additional Defroster Fan in Driver Area 39 Route Sign Changers 50 Trans nd Transmission Fluid, installed w/AT2000 Transmission 105 MonitoringSystem with either SafetyVision Observer, installed 250 -Lok W/C Belt System, FF612-4C-3 in lieu of standard N/C LVideo raint W/C Belt System, Q -8106-L, per W/C position 75 synd Transmission Fluid, installed w/MD3060 Transmission 158 E-24 03— 457 Aug -05-02 12:53P Fla. Transportation Sys_ 813 9357874 TO IPW fmw /J P.0 FLORIVA TR,4NSPORT,-. 7G'N SYSTEMS. /NC. 17 7703 /,,V,0Z1 FrR1AL LA.YE • TAMPA. FL 0 RZOA ?-76'-77-6775 15:3/ 980-0!74 FAX iBJ3: 993 '674 FL TOLL FREE /BOO/ 2P3 8617 -.E 'r Ai COVER Frk;; : / OF 2 Bs:,Lss FRC`i R,.DSS RAYNER-,�- SALES —REPRESENTATIVE MESSAGE e e --n— 4. G BLCE BIRD SCHOOL & COMMERCIAL BUSES 03- 457 AND OTHER QUALITY TRANSPOP.TATiON PRODUCTS 101-29-02 08:35A Fla. Transportation Sys- 81.3 9857874 P-01 r r FL OR/OA TRANSRORTA T/ON SYSTEMS, 11vc 7703 /NOUSTfi'/AL LANE • TAMPA. FL ORICA 92637-6738 /Bl�l 980-0174 - FAX /Bl9/ 98.x'-7874 A -L TOL L FREE /800/ 262 -6617 July 29, 2002 Sit. Michael Marquez Cin, of Miami Fax page i of .i The foliowing two pages are the cover page and signature page: of our distributor contract with Blue Bird_ The signature page is signed by Richard Maddox, president of' Blue-. Bird and our president, Chris Rustman. (:ordially, Ross Rayner South Florida Sales Representative HH'F, NIRF) SCHOOL & COMMERCIAL DUSES AND OTHER QUALITY TRANSPORTATION PRODUCTS 03- 457 J!tl-29-02 08:35A Fla. Transportation Sys. 813 9857874 P.02 GENERAL COMMERCIAL BUS DISTRIBUTION CONTRACT between BLUE BIRD BODY COMPANY of FORT V ALLEY, GEORGIA and FLORIDA TRANSPORTATION SYSTEMS, INC. of Tampa, Florida AREA OF RESPONSIBILITY The entire state Florida. 03- 457 I )u 1 -G!::P-uff uts: r is _ i ransporrtation Sys . 813 9857874 P.03 shall deliver to Blue Bird the names and addrCsses of Distributor's customers and prospective customers for the Agreed Products. 27. R.iehts on Termination. Except as provided herein, neither party shall be liable to the other for damages of any kind by reason of termination of the distributorship, but such termination shall be without prejudice to any rights of either party prior to such termination. BLUE BIRD BODY COMPANY By: JLVhi Richard Maddox Title: President Date Signed: DISTRIBUTOR: Florida Transportation Systems,Ir �1) Chris Rustman Title: President Date Signed: —July 15, 2002 Lo 03- 457 Priscilla A. Thompson TO: City Clerk lui FROM:4hief F. Tim' of Police CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: FILE: Request to Publish Notice for sua,ECT : public Hearing REFERENCES: Blue Bird Corporation via Florida Transportation Systems, Inc. ENCLOSURES: LEG 7-2 Please make arrangements to publish a Notice of Public Hearing for objections to the waiving of the requirements for formal sealed bids for the conversion of a school bus into prisoner transport bus, by Blue Bird Corporation via their authorized distributor Florida Transportation, Inc., a non- minority/non-local vendor, located at 7703 Industrial Lane, Tampa, Florida 33637, in a total amount not to exceed $54,774. Attached is the advertisement. The date and time of this public hearing will be g .20 d 3 , at a.m. Wi G. Alonso Agenda Coordinator JFT/lr Attachment 03- 457 (REVISED) CITY OF MIAMI NOTICE TO THE PUBLIC A public hearing will be held by the City Commission of the City of Miami, Florida, on May 8, 2003, at 9:00 a.m., in the City Commission Chambers at City Hall, 3500 Pan American Drive, Miami, Florida, for the purpose of waiving the requirements of obtaining sealed bids for the conversion of a school bus into prisoner transport bus, by Blue Bird Corporation, via their authorized distributor Florida Transportation, Inc., a non-minority/non-local vendor, located at 7703 Industrial Lane, Tampa, Florida 33637, in an amount not to exceed $54,774. Inquiries from other potential sources of such a package who feel that they might be able to satisfy the City's requirement for this item may contact Pamela Burns, Sr. Procurement Contracts Officer, at the City of Miami Purchasing Department at (305) 416-1905. (City Seal) Priscilla A. Thompson (# 11026) City Clerk 03- 457 AWARD SOLE SOURCE 02-03-110 ITEM: Conversion of one (1) school bus into a prisoner transport bus DEPARTMENT: Police TYPE OF PURCHASE: Short Term Contract REASON: The Miami Police Department is seeking, from Florida Transportation Systems, Inc., the sole source provider, services to convert one (1) Blue Bird Type D Front Engine (FE) School Bus, into a Prisoner Transport Bus. The Department is seeking the purchase of a new prisoner transport bus, as existing prisoner transport buses were purchased in 1983 and are in poor operating condition, unreliable, and involve safety issues. One (1) Blue Bird Type D Front Engine School Bus, with optional equipment, is being sought under an existing State of Florida Department of Education Bid No. 2002-32. The Department is then seeking to have Florida Transportation Systems, Inc., via sole source finding, convert the bus into a prisoner transport bus. RECOMMENDATION: It is recommended that the Miami Police Department be authorized to secure the sole source services of Florida Transportation Systems, Inc., the sole source provider, to convert one (1) Blue Bird Type D Front Engine (FE) School Bus, into a Prisoner Transport Bus The sole source conversion cost for the bus is $106,461 ($51,687 cost of the bus and $54,774 cost of the conversion), with funding provided from the Local Law Enforcement Block Grant VII, Account Code No. 14223.290539.6.840. c C4�� Michael A. Rath Acting Director of Purchasing bate SoleSou=02-03-110PrisonerBuses s� 0 3 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dada County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the SUPERVISGH, Legal Notices of the Iviiami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of P.O. 11021 CITY OF MIAMI - REVISED NOTICE TO THE PUBLIC PUBLIC HEARING 5/1/2003 in the XXXX Court. was published in said newspaper in the issues of 04/16/2003 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this ddertisem publication in the said „MVe.-o a' C- Sworn to andAubscribed before 16 jdayRILLj UMYCOMMISSION (SEAL) NOTARY SEAL LLERENA O.V. FERBEYRE peCSTATEOFFLORIDA ON NO. CC 912958 ON EXP. JUNE 23,2004 oy n iC W M SAM A P4pl billia! , will, bet1e(d by?the City C 'of`1fie City of. Miami, Fbtid .-on.MttV 1, 2003, at 900 a .m, 16 "Cjty Comrrissionl i Chambers at City Hail, 3500 P&n Atrwican D**.— flodda, for the purocW.of ywl ;illi! rerrleirta _of ob0bg bids for thel, conversion of a.sphipsll bus into prisoner VW4p*".tfy Blue Bird rnrnnuat on_ viatttew illildhorind diatrbutor Florida Tmtepoftation, Inc., a � rrvu�a .awv,r „r .... ...................ter.. r r•- .... -. yi Inq *#W PoWtkd MUM of Oucha paclasWYAWfeel that they might be able to sal * the City's negtstgrtaiNt for #Qi Aem may contact Pflr 4114 6if ia,'Sr. Proaxement Con( ""66r, ak t3 City of Miami PW$*&gg4%VGrantst(305)410-1805:. ;� Prfscil(81 A'f'hOtttrt , „ City Clek (#11021) - 4AS 03 J355f35SM': MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the SUPERVISOR, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Lcgai Holidays) newspaper. published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of P.O. 11012 CITY OF MIAMI PUBLIC HEARING 4/24/2003 in the XXXX Court, was published in said newspaper in the issues of 04;09/2003 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and nas been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attache=d copy of advertisernent; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing th dvertis t for publication in the said newspaper p B Sworn to and subscribed before i 09 day 34/APRIL (SEAL) UFFICIAL N0rARY3VXU— JANEiT LLERFWA O.V. FERBEYRE91YIPW MEOFFLORIDA COitYcSMMISSION NO, CC 912958 INTYMNIAM . My v% R 7TO TM PUBM pt blit hearinyl wtp be hold by the d Owwr is,lort of the CNy of Florida, on AprN ?4,,003, at Man.; in- the 06trlrt7>s �On, Chambers at Cky+W, 3500 Part American Otfve, Apia*, for ft purpose of waiving -" mWfrt ffw is of obta hkV ssfettkils' tar the conversion of a ZQ bus into prisoner iftisil bus, fly floe bkd Corporation, via theiratathortmddisttfbutorPkddiTh"UMOMInoor Inc.,a non-rtlirtorityhan f whclloF low atlft(13 htdlstW mune, Tamp&, Plod ay3 3733637,, int a n amount not to exycceeed $54,774. " 'AncrA Wom V" nIV t be We to so* dw Cdo requirement for this ilom may oonfact faarrteta Milift, Sr. ko mmint Contracts Offim, at tM City of (�tOf2j _-.. .03.3-29195�it31M MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the SUPERViSOR, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of P O. 11026 CITY OF MIAMI REVISED PUBLIC HEARING 5/8/2003 - RE: BLUE BIRD CORPORATION in the XXXX Court, was published in said newspaper in the issues of 04/23/2003 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commiss' or refund for the purpose of securing th' advertis nt for ublication in the said newspaper Sworn to and sube;otibed before 23 doy_Qt AFrr L , (SEAL) U EMYCJANEO.V. FICIAL NOTARY SEAL FERBEYRE personally kLLERSt A PUBLICSFA�'Ia tnA MISSION Na t. MISSION EXP: p,,;.; cmiverefon of s-'Ww pts 1 ft" io taint; by: Ate, ON Coapoaiattritt�Iltlli+ithitleil fon, Irlc , a ib edalt'. Tampa. l FlDdda 33637, M InWirieA from tlMie1" i0liMtlF eeuaa�ar a H11Cli a1R iMhp kel tpeit_ i I they might ba ata7a io sant the �' , _.rid may jj conte it MF--ums. Sr. Ftbnfa ism Contr�i<�� at the Co of i i Mieaak�tl� ga�etpNlnt'at (3�) X1:6.1 QOb. - i ism CkyOArk I (#11026) 4123 _t)Ci 7.91IM