Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-01-05-24-12B1 - 5/24/2001
ATTEST: RESOLUTION NO. R- 01- 05- 24 -12B1 WHEREAS, the City of Round Rock has duly advertised for bids for the purchase of a bus, and WHEREAS, National Bus Sales has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of National Bus Sales, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of National Bus Sales is hereby accepted as the lowest responsible bid and the City Manager is hereby authorized and directed to issue a purchase order to National Bus Sales for the purchase of a bus. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 24th day of May JO LAND, City Secretary a. \ WPUOCSVISSOLvr: \R10S2401.xn0/SC RO A. STLUKA, Jk@. , Mayor City of Round Rock, Texas BID TAB BID NUMBER 01 -012 BID OPENING 5/1/01 3:PM PASSENGER BUS VENDOR ATC THOMAS BUILT BUSES DELIVERY: 210 DAYS ARO TOTAL 560,040 -00 VENDOR STATE WIDE BUS SALES DELIVERY: 150 DAYS ARO TOTAL $54,72000 VENDOR ALAMO MOBILITY INC. DELIVERY. 120 DAYS ARO TOTAL $54,94300 VENDOR NATIONAL BUS SALES DELIVERY. 120 DAYS ARO TOTAL $54,16900 Item Bid item(s) QTY Unit $ Extended Unit $ Extended unit $ Extended Unit $ Extended 1 PASSENGER BUS, 16 W/ W 1 $46,600 00 $46,600.00 54,720 00 $54,720.00 50,693 00 550,693 00 49,994 00 $49,994 00 WHEELCHAIR POSITIONS THOMAS PHOENIX DIAMOND GOSHEN GCII 080RN 2,002.00 FORD OEM REBATE ($1,000.00) FREIGHTLINER FORD E-450 2 OPT 1- DIESEL ENGINE 1 3,62500 $3,62500 INCLD 03,250 00 $3,25000 $4,000 00 54,000 00 FORD 7.3L 3 OPT 6 -AM /FM RADIO CASSETTE 1 $370 00 $37000 INCLD 018400 $184.00 $12500 $12500 4 OPT 9- MANUAL PUB INFO SYSTEM 1 5351.00 $351.00 INCLD $171 00 617100 $37500 $37500 5 OPT 11- ELECT PASS DOOR 1 STANDARD INCLD $12000 612000 $225.00 $22500 6 OPT 12 -MECH DRIVERS SEAT 1 WA INCLD 552500 552500 $45000 $45000 7 OPT 13 -STEEL BODY 1 STANDARD INCLD N/A N/A NO CHARGE NON SPEC AS FOLLOWS. PARR 15 2 7 •SIDE DIRECTIONAL 1 IGHTS NOT 1 FD • Alf. UNIT Al 1 11P FRONT RY ORIVFR AND PASSENGER SEAT •• . . , • IN WHFFJ CHAIR ARFA • CAN NOT PROVIDF Fl IP SFAT AT RIGHT FRONT OF BUS TOOA .pZOg 1 301/XI] 90:1'T 1111,1, T0OZ/£0/50 t;s4,1,7 it.iii 419 ^titatOt :44• V - .I: To: Fax 1: t/ Pages following Coven lo From: • ';':.!c 51 -1Q LI Urgent iihv mt a WI otIA • For Review • Attn: 1 1 1 15 NI/I) I Date: 9'3'01 Re: cd REMEMBER TO VISIT OUR WEB SITE; WwW.NATIONALBUSSALES.COM itlatioi 800 Pickens Drive Ext. Merictta„.0A 30062 Plione: 1 800252 7142 is t . 4,, 1 1311-01e-s VD 0 Please Comment 1:1 Please Reply Ve4 IO'd 820L8122IGI 01 L00622VOLLS31US sna 18110'18N 8d Wd 00:C TOOZ CO AUW Z000 19ZO4 ON I01 / %J:1 90:VT OM, ToOZ /CO /S0 • i Memo To Goshen Coach Dealers • From Laura Berkey Cc: Randy Nemitz, Judy Miler, June Van Nevel, Mike Rozzi, Ed Parr Date: 1/17/01 Re: Ford Mobility Motoring Rebate Policy Change Ford Motor Company has recently made a policy change conceming Mobility Motoring Rebates. The end user is now able to apply for the Mobility Motoring Rebate as well as, the Ford Fleet or GPC. That means an additional 1000 dollars is now available on all 2001 buses with a wheel chair lift. This change is retroactive to September for at 2001 model year chassis. The check can only be made out to the end user and must be applied for by the end user. Your customers (end users) will need to call Ford Program Headquarters at 1-800- 952 -2248 to obtain a personalized claim form. They will fill it out and send it to you and you in tum will need to send it to Goshen Coach to my attention and I will direct it to the proper dealership. The check wit then be made out and sent directly to the end user. I am attaching the Information Ford has sent to us for you information needs. If you have any questions or concems please, do not hesitate to call me at 219.206-7000. Thank you, Laura Berkey Chassis Coordinator • Page 1 Warrick Industries, Inc. Goshen Coach Div.. 20'd e20LeI22ISI 01 L00622POLLS31tS Srla 10NOIIbN 21d Wd I5:0 1002 CO J,tiW ENO (9ZOS ON DILL] 90:IT fIILL TOOZ /CO /SO kuruc?Ul 11&G 1J.LU rtld OLJ47144010 E0•d December 13, 2000 vwsanG rvavi Iobn Bodeamiller Zone Manager +++ mwuy miller, SMD#CI -0676 2001 MOBILITY MOTORING PROGKAM • ANCEMEN1 ('GM#3006) Ford Motor Company is pleased to announce, that effective immediately, fleet units are now eligible for 2001 Mobility Motoring Program Incentive (3 in addition to any Fleet Incentive for which they qualify. We believe the more people we can help with the Mobility Motoring Program the better. That is the goal! The 2001 Mobility Motoring Program will offer financial assistance on the addition of eligible Ford, Lincoln and Mercury vehicles to physically disable drivers and passengers up to a maximum of $1000.00, except for alerting devices, lumbar seats and running boards which are limited to maximum of $200.00, for new sales or leases through August 31, 2001 wJ 820L8I22ISI 01 L0082Zb0LLSA - dS SfR 1FJNOI1tN 8d Wd SO:E 1002 CO AIW V000 I9Z06 ON XI /31,L1 90:6T naL T00Z /E0 /90 0l /02/01 TliB 13:27 FAX 81731'65:4745 • Program Detalls - program CI -0348 b0' d SMD *CI -0348 2001 MOBILI1Y MOTORING PROGRAM Lt a UPdatac Do= December 33, 2600 (Enhancer••rr announced in SMOtCZ-0 7G) August 21, 2000 Enhancement: Ford l4otof Company is pleased to unnenuma, that effective CI - 0676 Immediately, Beet units ammo eligible for the 2002 Mobil Maturing Program Incentive (43006) in addRfou to arm Fleet Inerelve for which they 9aa14. We believe the More people we ran help With the Mobility Matoria9 Program the better. That is tie goof The 2601 mobility Materio3 Progz ei trill offer anomie' assistance on the adaptation of eligible Ford, Lincoln and Mercury vehicles to physically dsabled drivers and Passenger*: up to a maximum of 51060, apt for alerting device., lumbar seats and runuing hoards rules or bates wMdi August ] 2003.. W0 of *zoo, for wee 3rmm du tiers Ford Division is pleased to announce the 2001 - Modal Mobility Mutating Program (03006). The 2001- Mob0ny Motoring Program will offer finandat aasl stance an the adaptation of eligible vehicles to physic ly disabled drivers and passengers up to a maximum of 51000 (except for alerting devices, lumbar seats and tinning beards which are Dratted to a maximun of $200), effective September 1,2000 through August 31, 2001. The 2000• Model Mobility Motoring P[ograrn which was scheduled to end September S0, 2000 will now concluder on August 31, 2000. proglom 0 tes: September 1, 2000 through August 31, 2001 ( -400[- Models are eligible retroaditia to date) grogram *3006 Nuatber. Incentive Each eligible ratan sole or lease during the prooram period quol sirs the end - araednt user /ctismmer far a cash assistance payment Earths emct cost of vehicle adaptation, up to $1,000 (except for alerting devices, lumbar seats and running boards which are limited to a maximum of $200)• AU new 2000, 2001 and 2002' -Model Ford cars and =take (through F S60) Ve le: sold or leased during the program period that require installation of equipment. qu Adaptl ve driving driving or or passenger equipment indudo but te not gdapd P q P iitnitad to - Wheelchair Litt and/or Ramp Equipment - Hand or Other priving Controls - Lifts for Cart Storage - Cher Toppers PLEASE NOTE: Factory installed option suit as air conditioning, running boards, lumbar seats and power windows are not considered eligible under the terms of the program. x2002 -Modals will be eligible If they are Introduced prier to September 1, 2001. eligible 0, 3, 6, 7, A, 0, 0, G, L, P, iL S, T, X' & 7 (Enhancement announced in Delivery Typcal SMD#CI -067 •Delivery type X Is eligible an BOTH 2000 end 2001 - Models. stevi RClJ CO Term' All Terms uLsrlit rule) -+4+ llccos min 003 � ig1 http:// CAdlfilerdet2. dealeroonnectiOricoaikend1 usealandall.criesimd =c v,2330348 17/14/00 820L8I22ISI 01 L006221 Sf18 1HN0I1HN NA Wd 20:C 1002 CO At(W 9000 I9ZOS ON 111 / %.LI 90 bT fan TOOZ /E0 /S0 ** 90' 3Wtid 1F1101 ** 01 /4t, /Ui lUb 1d: LI rns a1.r.3lL00 I • Piogam Details - Program CI -0348 Pro motional Support vr.na^ va... This well allow you to enroll the customer instantaneously via the Online Enrollment Center. -.Palm incentive via VINCENCs an -tine Clain Entilr P -ml, which w11E require oersmm's =ho es:Mon number to be entered. -print adverdting targeted at physically challenged individuals and a ppropriate medical professionals, Including both magazines and newspapers. - Point or.binl ass rntetials In driver assessment canters and adaptive equipment installer locations. - Attendance at consumer trade shows to promote the prog ram and easily adapted Ford vehicles. - Support materials will be dIstrIbuoad to d n� dve Dealers, adaptive equipm j1 ent m u(ae> rsa .Pastors, as WA assessment canters. Dariler" EaFats fndUdj - Program Administration Guide - Program Administration Guides fcrSales CoFW. Itarrta . Sample customer claim form • Program dM is also now Mailable on the Dealer - Connection Wehsite at www.fwd.com in their Doti wehsite t0 ■ Dealers can add the mom= idolisation increase ex posdfe to CUStJOrrvers who enter the desists wolmite For Moro tribt"r tl= Motoring -CaO trio tog free MobifY 9 Line at 1-600-952-7248 - Ford Motor The dealership is requited to keep all eligIbIllty Paperwork In the sales company Right Sam. and Is ultine alY roaporrsible for providing proof of eligibility. Ford to Audit Motor Company wig randomly nontest dowmenratSon to audit Dealer's reeved to 000 1110 reel c make a the le�lp records doctor rds to Ford Motor ship agrees Company personnel for eud7t of }he vehicle sales claim under tfits program. Dealers MUM retain for at least two years ■11 records and documents, Including journal and ledgrls that relate In any way, in all or In part, to covered transactions. ma Me S Dr 3 vv.. http-// coolSre- det2.dealercomaectioaCOm/cand riser /apdall.cfm ?smd= ClV.200348 12/14/00 90'd 820L81221 S i 01 L00622b0LLS21tlS SflE 1tiNOI1UN bd Wd CO o C 1002 CO MIW REM 9 CLASS & ITEM - DESCRIPTION 070 -99-03 - OTY UNIT , MAKE/MODEL UNrr PRICE EXTENSION BUSINESS ENTITY TYPE: TRANSIT BUS, 16 AMBULATORY PASSENGER SEATING WITH e8 THOMAS 46,600. 0C 46 , 600.00 960195ION5 FOR TWO WHEELCHAIR POSITIONS, WHEELCHAIR - O8ORN LIFT AND TIE GOWNS AS DEPICTED ON THE FLOOR PLAN N PG) AND IN ACCORDANCE WITH TxDOT SPECIFICATION 9070-99 -b3 - (TYPE 3) 122 PGS) AND TERMS& CONDITIONS (2PGS) ATTACHED BUS SHALL BE EQUIPPED WITH FUP TYPE SEATS AT: THE FORWARD MOST SEAT POSITION ON THE RIGHT SIDE THE FIFTH ROW POSITION 11N WHEEL CHAIR AREA) ON LEFT SIDE - 2 FUP SEATS AT REAR OF BUS ON WHEEL CHAIR AREA) OPTIONS: PLEASE PROVIDE UNIT COST OF THE FOLLOWING OPTIONS AS SPECIFIED. N OPT 91 - DIESEL ENGINE- FORD 7.3L DIESEL ENGINE OR CITY ea 3625.00 - APPROVED EQUAL _ ' OPT 96 - AM/FM RADIO & CASSETTE PLAYER ea 370.00 OPT 19 - MANUAL PUBLIC INFORMATION SYSTEM OPT 915 - ELECTRIC POWERED PASSENGER ENTRY DOOR ea e3 351.00 STD .. 091912 - MECHANICAL DRIVERS SUSPENSION SEAT ea N/A OPT 913 - IN LIEU OF COMPOSITE TYPE CONSTRUCTION, BUS ea STD SHALL BE CONSTRUCTED WITH STEEL UNITIZED BODY AS SPECIFICIEO IN PARAGRAPH 25.2.2 OF TxDOT 6070.99 -03 NOTE. NO SPLIT AWARD WILL BE MADE FOR THIS PURCHASE: HOWEVER. THE AWARD MAY BE FOR ALL ITEMS LISTED OR IN PART, WHICHEVER IS IN THE BEST INTEREST OF THE CITY. GRAND TOTAL: 50,946.00 • SEE 1,6 ON BACK FOR INSTRUCTIONS: TAX ID NO. 731199575 - - LEGAL BUS ME: ATC THOMAS BUILT BUSES ADDREBs. 0 IRVING BLVD ADDRESS.' LAS; TX. - 75247 - ' _ cONrACr: MIKE HAGAR ' TELEPHONE $77- 819 71134, - BUSINESS ENTITY TYPE: BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664.5299 BID F.O.B. DESTINATION, FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW DESTINATION:;.• City of Round Rock , City Shop 901 Luther Peterson Place Round Rock, TX 78664 INVITATION FOR BID IIFB) CITY OF FOUND PURCHASING OFFICE 22i E. Main Street : ' . Round hock, as 78664.5299 ' PASSENGER BUS _ -_- _ _. DATE:APILL19,2001_- _____- FACIMILE RESPONSES SHALL NOT BE ACCEPTED snow ®on em MIMeseP LOTOOILLFT HAND CORXe11 emeort 9 Now PpliIN ADDIIES, of e BIDDING INFORMATION: BID NUMBER 01-012 OPENING DATE: 5/1/2001 at 3:00 P.M. 8(0 LOCATION: 22i E. Main Street, 1st Floor Council Chambers, Round Rock, TX 78664 RETURN SIGNED ORIGINAL AND ONE COPY OF BID . HMOER 5(4011 SIGN BEEN( FeBura 10 sign bid wp disquaefy bid • ,{ L:: R y /g7/6/ Dare Autgorled Signature MIKE HAGAR Print Name Bidder agrees to comply with all conditions set forth below and ie reverse side of this IFB DEUVERY IN 180 TO DAYS 210 "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyon entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Fed laws, nor communicated directly or Indirectly, the bid made to any competitor or any other person engaged in such line of business." ' ATTACHMENT A: AIR CONDITIONING: Air conditioning efficiency is a paramount concern to the purchaser. Air conditioning shall be adequate to cool both the passengers and driver areas. Only vehicles offering top of the line commercial transit type air conditioning systems will be considered. The vehicle's electrical system shall be designed and integrated such that ample electrical supply is provided to maintain optimum air conditioning performance without battery discharge. The air conditioning system offered shall have a proven transit performance record and shall be provided by a nationally recognized manufacturer of bus air conditioning. Front bulkhead- mounted evaporator rated at 53,000 BTU/HR. Evaporator shall be thermostatically controlled with a multi -speed fan. Evaporator shall be mounted into steel tubing roll cage provided over the driver. This unit shall also house heater coils with minimum rated capacity of 60,000 BTU/HR. Heat or cool may be selected on driver dash control panel. The system shall include two (2) compressors and one (1) evaporator; a conventional dash mounted unit for the front of driver's area. Both units shall be equipped with multi -speed fans (minimum 2 speeds). Evaporator fans shall produce a minimum of 1300 CFM (36.8121 CMM). The system shall include a skirt mounted three (3) fan condenser rated 76,000 BTU/HR capacity. All components of the condenser unit shall be coated or constructed with a corrosion resistant material to protect the unit from road salts or other foreign substances that might be sprayed on the unit. Condenser shall have rigid metal shielding to protect it from mud and other road debris. Unit shall be positioned as not to draw air from under vehicle. All air conditioning switches will be within easy access of the driver while operating the vehicle. The compressors will be mounted on and belt driven by the vehicle's engine. *PLEASE SEE ATTACHED DOCUMENTS CUSTOMER: METROT ANSI TEXAS DDT REQUESTED B`!: MARK SLOaODIAN CAI c.l VEHICLE DESCRIPTION MEIROTRANS CIASSIC MAKE: FORD CUTAWAY EXTERIOR LENGTH (0)•2I.7 14-1, 1070 1 I IN VOLUME (cu R): NO. OF SEATSs16 ): X30 GLASS AREA ( 4 FACTORY AIR: YE .•.-,NC:7.31_ T URBO L VEHICLE PULL-DOWN TEST CRpNSIA�R vE 33 S PER SYSTEM) TIA CCS DESCRIPTION UNIT 10:11A 733 SUPER EVAP /:TIA73 EVAP 2: VA!, 3: GOND t: SMC3L GOND 2 : GOND 3 : COMP 1: 1000 COMP 2: FORD FS10 CLUTCH DIA (10)• TEST PARAMETER MEASUREMENTS BAROMETRIC PRESS (In lig :29.9 RELAT Iva ENGINE SPEED (rpm): 40 1760 COMPRESSOR SPEED (rpm): DISCH PRE : 35 SUCTION PRE SS 0.24 TEST NO: 40 REQUEST N0: COMMEN RH TESTED IN ACCORDANCE W TEXAS SPECIFICATIONS. PULL-DOWN P F ICATIONS.PULL -DOWN IN PERFORM 30 MI UT E SMISSE PULL - DONN SP BY 4 Deg F. pOWN TEST DATE: 10(010 SEC1iRlST TEST ENGINEER. m a1 TEST TRANS/AIR VEHICLE PULL -DOW S CHRISTI CUSTOMER: IVIETROTRANSI CORPUS NO: 43 C TEST DATE: 11103f98 BUS: 24' CUTAWAY CS: TIA73, SC4, SE�TEC 10 cid 120 l l j 115 I 110 8 o 105 - I x100 rn 4 to 95 ° w D 90 1 1 85 0. m 00 r 75 70 Comp rpm: 1299 Superheat: Disch Press: 245 65 Sucl Press: 2.5 4 6 8 10 12 14 16 18 20 24 26 28 30 32 34 36 38 40 42 44 46 TIME (min) 60 m fi D (4 ,.,105 LL 0) 73100 95 11 90 4 -1 g ' B5 m u m p 1 ii N .r. BUS: 24' CUTAWAY CCS: T/A 73, SMC3L, 10CID + OEM DASH 120 115 110 80 75 Comp rpm: 1760 Superheat: Disch Press: 245 Suct Press: 35 TRANS /AIR VEHICLE PULL -DOWN TEST CUSTOMER: METROTRANS/ TEXAS DOT TEST NO: 40 TEST DATE: 10/28/9B o Inside Temp Outside Temp 70 11 1 1 1 1 1 1 1 1 1 I I I I I I l l l I I I I- 0 2 4 6 8 10 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 TIME (min) 53 41 ,1 61 111 TEXAS - Agiet®n 77515 Moody & Sons Service Co. 1994 S. Velasco Rt #5 P.O. Ion 18 Glenn Moody - PHONE (409) 848 -1948 FAX (409)848-0721 Amarillo 79183 • Amarillo Thermo King • 2100 South Easter Mice Johnson PHONE (806) 376:5837 FAX (606) 374 -1865 Anthony 79921 - SAW Refrigeration & Trailer Service 3007 Mountain Pass John Watkins PHONE (915) 886 -2007 'Austin 78702. Austin Fleet Mairit., Inc. 4812 E. 7thSt,- Patrick Collar - • • PI-t•NE (512)836 -9000 PHONE (512) 385 -8427 (Ship) FAX (512) 385 -0724 Coverse 78109 • Freightliner of San Andric 8700 IH 10 East David Rogers PHONE (210) 666 -6665 FAX (210) 661 -0289 u4.;j Mobile Service TRANS /AIR DEALERS TEXAS i Dallas 75261 Ogen Aviation 1625 West 18th St Ray Srndh .PHONE (214) 574 -0 FAX • (214) 574 -9537 Denton 76201 Hemphill Bus Sales 1501 North Elm St Frank Artier' PHONE (800) 633 -8513 . FAX • (617)387-2281 • • El Paso 79925 Nash AutotTnvcx A/C 6140 Yaqui Way Schuyler Nosh - PHONE (915) 778 -6345 • FAX (915) 778 -9079 Ft. Hood 76544 Trans Met, Mc. Motor Pool Rd. Bullring 4161 Gale PHONE (440) 243 - 3959 Hooks 75561 - Pope's Autoinotive • 1007 E. Ave. %l" Hwy. 82 East Charles Pope PHONE (903) 547 -2662 FAX (908) 547 -2662 Houston 77024 . Fix -A-Car 9431 Katy Freeway Stephen Lau - • PHONE (713) 464 -2888 FAX (713) 464 -8115 Houston 77083 •Fort Bend Transporia6on Fealty 16707 Bissonnet 0 - 1464 • • Albert Lopez • PHONE (281) 834 -1930 FAX (281) 634 -1938 Tram/die lrn hallefnnnc Houston 77033 Lone Star Diesel 9926 Aldine Westfield Sem OIIvuiLenna.d Castillo Bobby Brenneman PHONE- (713)694 -3701 FAX (713)699 -3748 Houston 77028 Longhorn Bus Sales 6921 Homestead Rd. Ken Jones/RI Pickens PHONE (713) 631 -9306 FAX (713) 63f -4634 - Houstcn 77081 Yossi's Auto denier 5610 Bellaire Jay Mein PHONE (713) 665 -5222 Laredo 78641 Andy's Auto Air& Supply 4617 San Eduardo Robed Rases • PHONE (963) 593.7215 Leander 78641 ANC Auto Cooling Woodall Service Center 16808 FM 1431 Terry Woodall/Debbie Starnes PHONE (512) 258 -5685 • FAX . (512) 258=5665 - (Call First) San Antonio 78211 Carle Auto Ak -South . 1291 New Laredo - Hwy. BilIy Carlisle/ Traa Cadllsle PHONE (210) 922.5991 FAX (210) 922 -5996- • :. fly_._ ..._. x -.. -- M4T11113 FLAN BODY 0005N 1' "4 6.04 16.77 1.50 (RAPER) 80.02 FEAR OVER-IAN° 74 EGRESS 400 206.23 1 24 24 • 1 .04'UIER 04101N5. -. 01017 MAHE 1014W. climmea 304.02 OVERAI-L LEACTil 176.0. 1LEL84$E IOR LcN.3JHI FLIVR LUE 1 — 2.25 WIE11111( SPACE11 • 20.5 — 2741 10.5 2 EPA= • 34.0 ••••• 21.4 14 1( II I Rill 1 MAL" Lirt gip am at _ ' 513REBB • woo . OMPWER �1wj m WT 181 MAKUAL 04MoES 24 g4 24 3G.03 -4 • 58.00 7.25 30.0 FRONT 0VIE114003 4.0" BU34P119 C014,1112R CRIOINN, CO NOT MAKE WAR- IMMO This letter is to certify that, Thomas Built Buses, Inc. has complied with the requirements of . • Section 165 (a), or (b) of the surface Transportation Assistance Act of 1982, as amended, regarding the Buy American Certification. AautM4Wryar ans4s nzge April 4, 2001 To Whom It May Concern: Best regards, Susan Hacker, Commercial Product Manager Thomas Built Buses, Inc. PD But 2460 (27201 ) 1406 Courtesy Read High Path, NC 27260 {33e) 1178.3130,2 Rhone (336) 678 -3600 Fax FralshOkra Carpomtran la a DslmlarChrysler Company nffl£ktRA££ TVA F.G'.£I TGGT.:5(I 6G f• rat r,, oisiossmanWAMMROIMUMIER April 4, 2001 To Whom It May Concem: Best regards, assn ,Talk Commercial Product Manager rrrac Rvn'1 cna cauntT Thomas Built Buses. Inc. PO Box 2450 (27201) 1408 Courtesy Road High Point, NC 27260 (336) 878 -3802 Phone (335) 878.3800 an This letter is to certify that, Thomas Built Buses, Inc. has complied with the requirements of The ADA guidelines for transit vehicles. At time of manufacture, the bus that we bid on this contact will meet all ADA requirements, Freightliner Corporation is naimiercnryaier Company nnnearoar^_ ws 9n!rT Tnnr /an /sn t MI • am.nwrw FR67tjjjj,N erm+ April 4, 2001 To Whom It May Concern: This letter is to certify that, providing the proper equipment is ordered, the buses built by Thomas Built Buses, Inc. for this bid will comply with all applicable federal Motor Vehicle Safety Standards in effect at the time of manufacture per 49CFR Part 663 Federal Motor Vehicle Safety Standards included in this certification (where applicable) are: FMVSS — 100, 101, 102,103,104, 105 (if applicable), 106, 107,108,111, 113, 115,116, 119, 120, 121 (if applicable), I24, 125, 203, 204, 205, 208, 209, 210, 212, 217, 219, 301, and 302. Hest regards, usan usan er, Commercial Product Manager Thom; Butt Buses, Inc. PO Box 2450 (27201) 1405 Courtesy Road High Point, NC 27260 (338) 6784802 Phan* (338) 6764800 Fax Frelghtmer Corporation la 0 D86rharehryaler Company Y. =reel CM1C culortIIt AA40474110,. TL TA:fT TAAf/4A /FA / / ed li c. 1 unitized integral passengjage .1 ed 16ga. crash rail. 1 * posite exterior skin .4t1,, ctionex eeds joint strength „.i(EMVSS d roll over (FMVSS 220) qmrem thout unsightly astenerlegd1 • o y skin* s are fabricated of clTrOgion,resgiant materials to provide maximumvehicle longevity. v. $ T-heWork Horse" of bus marke t-lq„ 0 ot tis1 • Expansive driver visibility with our Curb Side Safety View window — 491sq." • Altoona Tested 4 years / 100,000 miles • Ford QVM Certified Body Builder Cl Coach & Equipment Mfg. Corp. Brown St. Extension, Penn Yan, NY 14527 Popular Floorplans I I■ no am 1■ "pi m no um Imm NI on MP ON 1 CFI I11 Ford 138" Wb SRW l ily 11■ 1■ 1■ 4I. F1 QI-1 gIR IN II II II■ II■ 111 11 11: _ .tea 2 II: 1■ �+ II■ 11■ 11 =11■ 11■ 1) 1U1 0 is sow Ia I■ II■ • Oa I■ ua I■ 8■ ■ IIi11• II• UM I■ I I1 ■I1 111 II 111 II■ I■ ■ 1 ii II■ ow ow II■ I • I■ is ow IN IIN OM In III • Ford 138" Wb DRW Ford 158" Wb DRW Ford 176" Wb DRW Some floorplans can accommodate flip seats in wheelchair positions Please note, all Boorplans are subject to a detailed weight distribution analysis. Chassis Body Standard Chassis Features Standard Body Features 5.4L V-8 gas engine (under 11,5006 GVWR) 80" Interior headroom 6.8L V -10 gas engine (14,0506 GVWR) 74" Interior headroom with flat floor Electronic 4 -speed automatic transmission 90.5" interior width at chair rail Power steering 95" exterior width Power assisted brakes Meets or exceeds all applicable FMVSS Four wheel ABS (11,5009GV WR and less) Unitued galvanized steel rage body structure Heavy duty suspension package Integral 6" -18 gauge crash rad Auxiliary transmission cooler Laminated metal composite body panels Heavy duty 130 amp alternator Curb Side Safety View window - 491sq." 35 gallon fuel tank (under 11,500# GVWR) FR polystyrene insulation (R7) 55 gallon fuel tank (14,0506 GVWR) Vandal resistant glassboard intenor walls Dual 650cca batteries 11 gauge "Z" formed floor crossmembers Radial tires Transit grade floor rubber / ribbed rubber aisle OEM chassis air conditioning Extenor grade 31" plywood subfloor Chrome front bumper Metal subfloor plywood barrier Interval windshield wipers Fully undercoated Halogen headlights Driver & entrance modesty panels Driver's side air bag Function coded electrical wiring Manual entrance door -30" or 32" c.o. Optional Chassis Features: Transit style double leaf "out -out" design a Rear emergency window 7.3L V -8 turbo diesel engine Side emergency egress windows Tilt steenng / cruise control Tinted "T" top slider windows - 24" x 30" Spare tire & wheel Sealed beam exterior stop /turn /parking lights High idle system Interior dome hghts Alternator upgrades Armored roof lights Rear air suspension systems Highback driver seat w/ arm rest & lumbar Electromagnetic brake retarder Dupont ChromaOne Acryhc Urethane paint AM /FM /cassette /dock stereo system Exterior swing away mirrors Hellwig suspension systems Wraparound, rear steel bumper Spare fire tamer Rear tow hooks P Optional Body Features Wheelchair accessible Front or rear wheelchair lift Single or double leaf lift door Front & side destination signs ADA paratransit packages Energy absorbing HELP bumpers Choice of stanchion configurations Electrically operated entrance doors Escape /roof ventilation hatch Flat floor- no wheelwells Body air-conditioning systems Underseat heating systems Interior him packages - doth /vinyl /carpet 40" Airport shuttle door Rear emergency door -34 "x 57' c.o. Choice of luggage /parcel racks LED exterior lights - stop /turn /clearance Choice of seating Flip seats- forward & aisle facing boron 6000 paint Customers choice of paint color Custom exterior graphics Public address system Heated & remote mirrors Fare boxes Others upon request Coach & Equipment Mfg. Corp. Brown St. Extension, Penn Yan, NY 14527 Note Some of the items depicted in this brochure maybe optional. Coach & Equipment Mfg. Corp. reserves the right to make changes without nonce. 04/11 /2001 10 :18 FAX 336 889 5742 Body 12 Months, 26,000 Miles 1. Molded Interior Body Panels 2. Fabric Covered interior Body Panels 3. Vinyl Covered interior Body Panels 4. Door Looks, Latches 5. Electrical Motors - Heater Fan, Other 5. Electrical Wiring 7. Glass (Except Damaged) 8. Lights (Except Bulbs) 9. Mirrors, Brackets 10. Seals - Windows, Doors 11. Beats - Purchased ' 12. Seat Bens • Passenger 13. Stanchions 14. Switches -All 15. Visors 16. Undercoating 17. Warning Devices 18. Windows, Sliding (Purchased) 19. Windows 20. Radio 21. NC System TBB CUSTOMER SUPPORT Thomas Warranty Quick Reference 1. Door Controls - An Z Paint Adhesion 3. Floor Covering Body 24 Months, 50,000 Miles Body 39 Months,100,000 Miles 1, lassie Body Structural Components 2. Roof Outer Panels 3. Sidewall Outer Panels 4. Floor, Including Wheelwells 5. Rear Suuctions 6. Aluminum Corrosion Perforation Note: Sub- system parts are covered according to the sub-system's stated warranty coverage above. I® 003 u4 /11/ZUUL aui10 rrti 040 000 oISZ an» waaua:n aurrvne. w 1 f9 vv. Thomas Eat Bases, Inc. PO Box 2450 1408 CoMtosy Rd. High Point, NC 27261 (336) *894871 Effective on all units deicered to end -user on or allot January 1, 2001 "CL SERIES" BODY LIMITED WARRANTY Thomas Built Buses of Canada, Ltd PO Box SRO Woodstock Ontario, Canada N43 7Z5 (519) 539 -1226 Thomas Built Buses, Ira.: (fro Company) warrants each new vehicle to be eve nom defects In material and wtxtrnanahip trader normal use end service vrWtin to axon= T limits sat forth herein for he various components, 1. Within 36 mantles or 100,000 mite, whiellever comas first, from the vesicle irl-eurv(ce dale, the Company wean: A Bask; body etruche al components Including roof, sidewdd, remand floor eructates. This Includes deterioration due be turplmmaslem, when M tip ComplrIfe Judgmwnt suoh deterioration )oapeNaea the 'Osmium! Integrity of the bus body or pedaet15 the exterior aluminum surfaces. 2. Within 24 months or 50,000 miles, whichever comes first hem the vehleY in- service date. the Company warrants: A. Floor covering, door and door controls. B. Paint adhesion, subject to limitations specified elsewhere herein. C. All comments manuletdurod by the Company. 3. WNdn 12 months or 26,020 mikes, whichever C see feet, From flee vehicle In eorvlca data the Company wdnonts IN original eornponenm supplied to the Dampmy by outside vendors such se eledrie motors, switches, heeler cores, air or vacuum oporaad apparatus, imp or glass, (but not bulbs). The Company n use the Mist efforts to cause e8 touch manufacturers to honor their wammtiaa m the origlmal ptachasen but In any see the Company warrants awn components (subject to limitations and exceptions specified herein) for Mahe )12) months or 26,000 sees, whichever tomes find. atter delivery b the original purchaser. The time limitations 'coedited heroin sham be governed by the beginning data worded at the lima and plate of delivery to the adrenal pvx THIS LIMITED WARRANTY SPECIFICALLY DOES NOT EXTEND TO THE FOLLOWING EXCEPTIONS: 1. Components which have been subjected to r ism e, negligence. accident, or road hazard damage, 2. Componentser systems which have been attend or modMad wttltoiti the express, prior, wuttbn authorization of the Camp.ny, 3. Demagog heuibug torn the replacement of original components with substitution not authorized by the Company. 4. �s resulting hem faille le perform regular preventive maintenance customarily accepted within the Industry Inc elm*Ir 6. Oar smee to the paint finish, or am.eaarles M the bus body tsueed by comer** atmospheric or mad chemicals. 6. All detests mmponsrta cam tied by the Chassis Manufacturer. Notwlthsmndng the time limitations othetwtse specified, bus boodbs used in 'off highway" apple:30one, such as logging, mdNng, ell Bald operations, or on unimproved roads shall be warranted fora Maximum of We (B) months after delivery to des otiose purchaser. This applies to all components and systems incorporated in such two unit. THE LIABILITY OF THE COMPANY UNDER THIS LIM)YED WARRANTY IS LIMITED 70 THE REPAIR OR REPLACEMENT TO THE PURCHASER WITHOUT CHARGE OF THE COMPONENT DR COMPONENTS ACKNOWLEDGED BY THE COMPANY TO BE DEFECTIVE REPAIR OR REPLACEMENT SHALL BEAT LOCATIONS APPROVED AY THE COMPANY. THIS fe THE EXCLUSIVE AND COMPLETE WARRANTY MADE BY THE COMPANY. THE COMPANY MAKER NO OTHER EXPRESS OR IMPUED WARRANTIES. AND DISCLAIMS ANY EXPRESS OR IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS. THIS WARRANTY IS ALSO IN LIEU OF AU. OTHER OBLIGATIONS OR LIABILITIES ON THE PART OF THE COMPANY. THE UABIUTYOF THE COMPANY UNDER THIS UNITED WARRANTY DOES NOT EXTEND TO LOSS OF TIME, INCONVENIENCE, LOSS OR USE OF THE VEHICLE (AND LOEB OF PROFIT'S RESULTING THEREFROM), INJURY TO PERSON, OR ANY OTHER CONSEQUENTIAL OR INCIDENTAL DAMAGES WHATSOEVER. . LIMITATION OF CLAIMS: All deans under this limited Wemnty must be made within the warranty period as aided herein and must be submitted In writing to and processed by an authorized dealer of the Company and approved by the Customer Support Division. If any provision of the Limited Wa ranty le found to be invalid or unenforceable, tint provision oniy Dal be voided *Mall other providers will remain in MI force and affect and valid e between the parties. T hie UMW Warranty is governed and construed by the location point of sale; (1) Thomas Built Buses, ono. Uniform Commercial Code and the laws as in force and effect In the State of North Carolina, United Stales Of Anadea, This limited warranty la tmnsferahie. When tie vehicle We h transferred be mw owner, the warranty coverage will continue from the original in -service data until the end Odra original warranty period. Walt'anty claims will be honored from the now owner only altar the "Transfer of W,n.nty" form, part 'MB 41000901 has been completed and sent to the YWmnty Department of Theme Built Bus, Inc. Part No. TBB 41000295 01101/2001 VT 6SUILT SUSESQ Introducing the latest addition to the diverse line of Thomas people movers. The "CL Series" is the rugged alternative to an all composite cut away. Its passengers are surrounded by a unitized welded steel cage covered with sleek aluminum shin for class leading safety, durability and appearance. Available in 20', 22', 24' or 28' lengths with numerous custom floor plans and flexible seating arrangements to suit your specific needs. Simply put, it is the "Thomas Built" of cut sways! Cockpit optimized for driver comfort. 71103(40114713 PO Bur 2450, HI0H POINT,, X C 27261 PHONE (336)809.4871 PAN (336) 889-2389 15:17:12N6)71 ,mmu Normubu. mm Co ng6102999,30rights,nmmn( TBI1 /a1r1 ttc,s,,o "Im(r,OlnllmCompany Passengers enlay o spacious interior with excellent visibility J YL £ ¶IT onza . VEHICLE DIMENSIONS Length Available 20' -28' Height Overall. 110" Pass. Door Clear Opening 32" x 87" Width Overall 96" Interior Height 76" Step Height First Step 12" STANDARD CHASSIS SPECIFICATIONS (24' & 28' models) • E Super Duty Cutaway /Dual • Rear Stabilizer Bar Rear Wheels • Wide Trac Rear Axle • 6.8 Liter Triton V -10 Engine • Splash Guards • 14,050 GVI%R • High Capacity Super Caohng • Power Steering Package • 4 Wheel Disc Brakes • Tinted Glass, All Windows • An Conditioning (R -134A) • Chrome Front Bumper • Dual Heavy Duty Batteries • Radial Tires (LT225/751LY16E) • 130 Amp Alternator (Minimum) • Driver and Passenger Side Airbag STANDARD FEATURES • Back - up Alarm • Welded Steel Roll Cage 24" Centers • .063 Aluminum Exterior • Romeo Rim Rear Help Bumper • Dual Stepwell Lights • Velvac 2015 Manual Mirrors • Two-leaf Elec. Operated Entry Door • Driver Dome Light • 30% Light transmission Trimline Windows (Top T- Slider) OPTIONS • Stainless Steel Inserts or Aluminum Wheels • Illuminated Front Sign , • Custom Paint /Special Logo Reproduction • Variety of W/C lifts including Braun UF • Complete ADA Packages • fumpseat w /Tiedowns • P.A. System • 4R100 Automatic Transmission • Front and Rear Heavy Duty Shocks • Manual Reset Circuit Breakers • Undercoating • Base White w /Choice of One Color Stripe • Ribbed Rubber Aisle • 3/4" Exterior Grade Plywood Floor • 2 "FiberglassInsulation • Deluxe Executive Interior • Transportation Grade Nylon Carpet or Snwoth Rubber Floor • Automatic Throttle • Retractable Seat Belts • TV /VCPPackages • 7.3 liter Turbo Diesel Engine • Overhead Interior Luggage • 165 Amp Alternator - Gas • 200 Amp Alternator - Diesel • Span Tire/Wheel • AM /FM CD Cassette Note: Floorplans shown are representative of current Thomas production. Please consult with your Thomas dealer for custom Iloorplans. We reserve the right to make changes without notice in models, equipment, specifications, prices, colors, materials and also to discontinue models Floor Plan Options Plans can be developed to meet. C011l- requirements 2 WHEELCHAIRS IS 17 AMBULATORY 24' PERIMETER SEATING - SIMMONS LUGGAGE 21' • Captains Chair for Driver and Hostess • Gauges (0i1, Temp. Volt) • Single 55- Gallon Fuel Tank • Tilt Wheel • Cruise Control • Dual Electric Horns • Bright Grill • Engine Oil Cooler • Transmission Oil Cooler • AM /FM Radio • Slim Engine Console Cover • Tag and ICC Lighting • Left /Right hand Door Grab Rails • Illuminated Aircraft-Style Switch Panel • Centrally Located Power Distribution Panel • Number Coded Elec. System • Deluxe Reclining/Side -Slide Seats • Forward Facing/Perimeter Seating • Intent r Airport Luggage or Rear Luggage • TA -71 45,000 BTU Rear Air Conditioning • TA -73 74,000 BTU Rear Air Conditioning unth Dual Compressors 1t. 1 •21 III 11. , .11 N11 •o [Tip THOMAS 810LT BUSES PO B. 2450, HIGH POINT, NC 27261 PHONE (336)889.4871 FAX (336) 8892589 LNrEBNEr wausilu ruabus rom 21 PASSENGER - REAR LUGGAGE 28 29 PASSENGERS 28' ITEM 0 CLASS & ITEM DESCRIPTION 070.99.03 QTY UNIT MAKE/MODEL UNIT PRICE EXTENSION l TRANSIT BUS, 16 AMBULATORY PASSENGER SEATING WITH 1 ea .i/�G .F7 Zro. - PROVISIONS FOR TWO WHEELCHAIR POSITIONS, WHEELCHAIR p, J/ 4 '� 1 LIFT AND TIE DOWNS AS DEPICTED ON THE FLOOR PLAN (1 PG) �"3 " AND IN ACCORDANCE WITH TxDOT SPECIFICATION 0070.99.03 (TYPE 31 122 PGSI AND TERMS & CONDITIONS 12PGSI ATTACHED ' ` BUS SHALL BE EQUIPPED WITH FUP TYPE SEATS AT: THE FORWARD MOST SEAT POSITION ON THE RIGHT SIDE THE FIFTH ROW POSITION (IN WHEEL CHAIR AREA) ON LEFT SIDE 2 FLIP SEATS AT REAR OF BUS (IN WHEEL CHAIR AREA) OPTIONS: PLEASE PROVIDE UNIT COST OF THE FOLLOWING OPTIONS AS SPECIFIED. OPT 01 • DIESEL ENGINE - FORD 7.31. DIESEL ENGINE OR CRY 1 ea il APPROVED EQUAL OPT 06 - AM/FM RADIO & CASSETTE PLAYER 1 ea OPT 09 - MANUAL PUBUC INFORMATION SYSTEM 1 ea OPT 011 - ELECTRIC POWERED PASSENGER ENTRY DOOR 1 ea OPT 012 - MECHANICAL DRIVERS SUSPENSION SEAT 1 ea OPT 013 - IN LIEU OF COMPOSITE TYPE CONSTRUCTION, BUS 1 ea SHALL BE CONSTRUCTED WITH STEEL UNITIZED BODY AS SPECIFICIED IN PARAGRAPH 25,2 2 OF TxDOT 0070.99.03 NOTE. NO SPLIT AWARD WILL BE MADE FOR TH15 PURCHASE: HOWEVER, THE AWARD MAY BE FOR ALL ITEMS USTED OR IN PART, WHICHEVER IS IN THE BEST INTEREST OF THE CITY. GRAND TOTAL: ' .4 • BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME. INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664-5299 BID F.0 B. DESTINATION, FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: City of Round Rock City Shop 901 Luther Peterson Place Round Rock, TX 78664 INVITATION FOR BID IIFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock, Texas 78664-5299 FACIMILE RESPONSES SHALL NOT BE ACCEPTED SNOW RIO OREM. DATE • NV WAREN w LOWER LOFT HAND CORNER OF SEALED MO ENVELOPE 0 SNOW RETURN ADDRESS Of NCONC FIRM. TAX 10 90.: CONTACT: �YAi� i'/s�OST TELEPHONE NO.: qj .3'ff/ #' '.3 BUSINESS ENTITY TYPE: aac14®�Ldje,.S/! Bidder agrees to comply with all conditions set forth below and on the reverse side of this IFB. WOOER CHAU. SIGN BFI nw Faders to sign bid W01 disgeardy bid PASSENGER BUS DATE: APRIL 16, 2001 1 OF 1 BIDDING INFORMATION: BID NUMBER 01 -012 OPENING DATE: 5/1/2001 at 3.00 P.M. BID LOCATION: 221 E. Main Street, 1st Floor Council Chambers, Round Rock, TX 78664 RETURN SIGNED ORIGINAL AND ONE COPY OF BID Authoried Sign lure .0 Date Print Name SEE 1.6 ON BACK FOR INSTRUCTIONS. LEGAL BUSINESS NAMES - 7;97; 4./ealie 09 ..S.49 S ADDRESS. 45 f ADDRESS: DELIVERY IN Zs d DAYS "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyon entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Fed laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business." ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BiD ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. BIDDING REQUIREMENTS: 1.1 Bidding requires pricing per and shown and extensions. If trade discount is shown on bid, it should be deducted and net line extensions shown. Bidders guarantees product offered will meel or exceed specifications identified in this Invitation For Bid (IFB). 1.2 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified See instructions on reverse side. Bids must be in the office of the City Purchasing Agent before the hour and dale specified on the reverse side of This IFB. 1.3 Late bids property identified will be returned to bidder unopened. Late bids will not be considered. 1 4 Bid F.O.B. destination. freight. prepaid, & allowed unless olhen use specified on the IFB. If otherwise, show exact cost to deliver. 1.5 Bid unit pnce on quantity and unit of measure specified, extend and show total. In case of errors in extension, uml prces shall govern Bids subject to unlimited price increasewif not be considered. 1 6 Bid prices shall be fun for acceptance 30 days from bid opening date. - Discount from Usl" bids are not acceptance unless requested. Cash discount will not be considered in deterrnining the low bid. Ail cash discounts offered 1061 be taken if earned. 1.7 Bids shall give Tax Identification Number, full name and address of bidder. Failure to sign w disquafty bid. Pelson signing bid shall show tittle and authority to bind signatories firm in a contract. Fum name should appear an each page in the block provided in Ole upper right corner. Business Entity shall be one (1) of the following: Individual, Partnership, Sole Proprietorship, Estale/rnsl, Corporation, Governmental,. Nonprofit, al others shall be speed. INDIVIDUAL: List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Secant) Number. ALL OTHERS; List legal name of entity and Tax Identification Number (fin). 1.8 Bid cannot be altered or amended after opening brae. Any Alterations made before opening time shall be initialed by bidder or an authorized agent. No bid can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not Include tax in bid. 1.10 The City reserves the right to accept or reject all or any pad of bid, waive minor Iechnicattles and award the bpd to best serve the interests of the City. Spld awards may be made at the sole discretion of the Cdy. 1.11 Consistent and continued tie bids could cause rejection of bids by the City and/or Investigation for antitrust violations. 1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB. 1.13 CAUTION: Bid mvitabon allow sufficient time for receipt of the preferred mail response The City shall not be responsible for bids received late. Illegible, incomplete. or otherwise non-responsive 2. SPECIFICATION: 2.1 Any catalog, brand name or manufactures reference used m IFB is descriptive only (not restrictive), and is used to indicate type and quality desired. Bids on brands of tike nature and quality vnf be considered unless advertised under the provisions of Section 252.022 d the Texas Local Government Code. If other than brand(s) specified is offered, illustrations and complete descnplions of product offered are requested to be made a part of the bid. If bidder takes no exceptions to specifications or reference data in bid, bidder vdli be required to furnish brand names, numbers, etc, as specified in the IFB. 2 2 All diems bid shall be new, in first class condition. including containers suitable for shipment and storage, unless otherwise indicated in IFB. Verbal agreements to the contrary well not be recognized. 2.3 Samples, when requested. must be furnished free of expense to the CM• If not destroyed in examination, they will be returned to the bidder, on request at bidder expense. Each example should be marked with bidders' name and address, City bid number and code. Do not enclose in or attach to bid. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB. 2.5 Manufacturer's standard warranty shall apply unless otherwise staled in the IFB 3. TIE BIDS: In case of tie bids, the award well be made in accordance vnih Section 271.901 of the Texas Local Government Code. 12. INQUIRIES Inquines pertaining to bid invitations must give bid number, codes, and opening date. 4. DELIVERY: 4.1 Bid should show number d days required 0 place material in ails designated localion under normal conditions. Failure to slate deliver time obligates bidder to complete defrvery in fourteen (14) calendar days. Unrealistically shat or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal horn bid list. (See 42 following ) 42 If delay Is foreseen, contractor shall give wnnen notice to the City. The City has the right to extend delivery date d reasons appear valid. Contractor must keep the City t advised at all times of status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifications, auhonzes the City to purchase supplies elsewhere and charge full increase, if any, in cost and handling to defaulting contractor. 4 3 No substitutions or cancellations permitted wllhoul written approval of the Cdy. 4 4 Delivery shall be made dunng normal woriong hours only, unless prior approval for lale delivery has been obtained horn the City, unless ohervse specified in the IFB. 5 INSPECTION AND TESTS. All goods will be subject to Inspection and test by the City to the extent practicable at all times and places. Authorized Cdy personnel shall have access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted oath the bpd or on samples taken from regular shipments If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the testing shall be borne by the supplier. Goodswhoh have been delivered and rejected in whole or in pad may, at the City's option. be returned to the Vendor or held for dsposlbon at Vendor's risk and expense. Latent defects may result in revoxtion of acceptance. 6. AWARD OF CONTRACT: A response to an IFB is an offer to contract with the City based upon the terms, condNons, and specifications contained in the IFB Bids do not became contracts unless and until they are accepted by the Cdy through its designates and a purchase order's issued. The contract shall be governed, construed, and interpreted under the Charter of the City and the laws of State of Texas. All contracts are subject to the approval of the City Council. 7. PAYMENT: Vendor shaft submit three (3) copies elan invoice shaving the purchase order number on all copies. B. PATENTS AND COPYRIGHTS. The contractor agrees to protect the City from claims involving infnngements of patents or copyrights. 9 VENDOR ASSIGHNMENTS: Vendor hereby assigns to purchaser any and all claims for overcharges associated valh this contract which arse under the antitrust laws of the Stale of Texas. Tx, Bus. And Comm. Cede Ann Sec. 15.01, et seq (1967). 10. BIDDER AFFIRMATION. 10.1 Signing This bid wdh a false statement is a material breach of contract and shag void the submitted bid or any resulting contracts, and the bidder shall be removed from all 4, 10.2 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future employment, gin, loan, gratuity, special discount, bp, favor, bid fists. By signature hereon affixed, the bidder hereby certifies that or service to a public servant in connection with the submitted bid. 103 The bidder is not currently delinquent to the payment any debt owed e d d br' d th City 10.4 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has violated the antitrust laws of This Stale codified in Section 15.01 el. Seq Texas Business and Commercial Code. or the Federal Antitrust Laws, nor communicated directly or indirectly the bid made 10 any competitor, or any other person engaged in such fined business. .. 10.5 The bidder has not received compensation for participation in the preparation of the specification for the IFB. 11, NOTE TO BIDDERS. Any perms and conditions attached to bid will not be considered unless the bidder specifically references Them on the front of this bid form. WARNING: Such lens and conditions may result in disqualification of the bid (0 g. bids vnth the laws of a state other than Texas requirements for prepayment. Limitations on remedies, etc.) The City of Round Rock can only accept bids which contain all the lens and conditions of its formal IFB; in particular. all bidders affirmations and certifications must be Included. Submission of bids on forms other than City bid tone may result In disqualdicauon of your bid. DISTRIBUTOR: STATE WIDE BUS SALES INC. SALESPERSON: RYAN FROST CUSTOMER: CITY OF ROUND ROCK, 16 &2 PROPOSAL: ROUND ROCK • , t . • DATE: 04 -19 -01 * * * EQUIPMENT LIST * * * CHASSIS 200Z-FORD E -450 RV CUTAWAY - 176" WB DRW - SUPER DUTY 176" WHEELBASE PAYLOAD PACKAGE #1 (176" WB - 14,050 #) CUTAWAY (E -450 SUPER DUTY) 7.3L V -8 DIESEL ENGINE (E -450 SUPER DUTY) ELECTRONIC 4 - SPEED AUTOMATIC TRANSMISSION (DIESEL) DUAL REAR WHEELS, LT225/75R16E STEEL BELTED RADIALS SPARE TIRE - LT225 /75RX16E SHUTTLE BUS PREP PACKAGE AUX. HEATER CONNECTOR PACKAGE AUX. IDLE CONTROL (7.3L DIESEL ONLY) DOOR RH, DELETE - RV CUTAWAY LICENCE PLATE BRACKET SPEED CONTROL / TILT STEERING WHEEL TRANSIT FUEL TANK, NOT INCLUDED ELECTRONIC AM /FM STEREO /CLOCK /CASSETTE AMBULANCE PREPARATION PKG. NOT REQUIRED FREIGHT - IN PRICED DORA FUEL FLEET.REBATE CHASSIS MODS REROUTE EXHAUST: LEFT SIDE (FORD - DIESEL) MASTER BATTERY CUT -OFF SWITCH CLUSTER GUAGE WITH AUDIBLE ALARM BATTERY DISCONNECT SWITCH LOCATED IN DRIVER COMPARTMENT PENNTEX - LARGE 170 /200 AMP ALT - FORD 7.3L DIESEL ENGINE BODY PHOENIX 176 "WB /303 "OAL -32" ENTRY -REAR LIFT PHOENIX 176 "WB /303 "OAL -32" ENTRY -REAR LIFT - SHELL 32" ENTRY DOOR - TRANSIT REAR WC LIFT DOOR EMERGENCY DOOR 3/4" EXTERIOR GRADE PLYWOOD SUB -FLOOR FMVSS 210 SEAT ANCHORAGE FREEDMAN HIGH BACK DRIVER'S SEAT (FORD) ENTRY WAY STANCHION DRIVER'S STANCHION METAGAL EXTERIOR MIRRORS - BLACK (FORD) UPGRADE BUMPER TO ANTI RIDE FEATURE CAUTION CHILDREN MAY BE EXITING DECAL USE 5/8" MARINE GRADE PLYWOOD FOR FLOOR PAGE 1 of 3 DISTRIBUTOR: STATE WIDE BUS SALES INC. SALESPERSON: RYAN FROST CUSTOMER: CITY OF ROUND ROCK, 16 &2 PROPOSAL: ROUND ROCK DATE: 04 -19 -01 * * * EQUIPMENT LIST * * * REAR EMERGENCY EXIT WINDOW(XL) ( -1) EMERGENCY DOOR REAR EMERGENCY EXIT WINDOW(XL) DOUBLE LEAF LIFT DOOR - REAR LIFT DOOR ELECTRIC DOOR CONTROL LIFT DOOR - SPRING HOLD -OPEN LIFT DOOR - 3 POINT LOCK KEYS ALIKE - BODY "T" SLIDER WINDOWS (8) TRACK SEATING: (1) SEAT (EITHER SINGLE OR DOUBLE) COLORED FLOOR RUBBER (3) YELLOW STEP NOSING COLORED / NUMBER CODED WIRING HARNESS EMERGENCY WINDOW AJAR BUZZER AMBER TURN SIGNALS LED EXTERIOR MARKER, CLEARANCE, TAIL & BRAKE LIGHTS LED THIRD BRAKE LIGHT IN REAR - ABOVE EMERG. EXIT SHIELDED EXTERIOR LIGHT DOOR & DRIVER SWITCH ACTIVATED INTERIOR LIGHTING PA SYSTEM (STAND ALONE) HAND MICROPHONE REAR HEATER - 40,000 BTU HEATER SHUT -OFF VALVES BACK -UP ALARM 5# ABC DRY CHEMICAL FIRE EXTINGUISHER ICC REFLECTOR KIT 24 UNIT FIRST AID KIT INTERIOR MIRROR - STEPWELL 6" X 16" 5" CONVEX MIRRORS FRESNEL LENS ADA WC LIFT INTERLOCK - ALL TECH (FORD) ADA LIGHTING PACKAGE FLOOD LIGHT IN LIFT AREA (2) VINYL POUCH (STD.) FOR WC RESTRAINT STRAPS ADA SIGNAGE PACKAGE EMERGENCY EXIT DECAL AC INDUSTRIES 553 -MAX A/C (FORD 7.3L DIESEL) - UP TO 67,000 BTU BRAUN ADA FULLY - AUTOMATIC LIFT L211U7OARS BRAUN LIFT (L200 SERIES) - CALIFORNIA PADDING KIT TRANSPEC ROOF HATCH - MODEL 1100 SEAT PLAN ENTRY WAY STANCHION DRIVER'S STANCHION RIGHT GRAB RAIL, STANCHION, AND CROSSBAR PAGE 2 of 3 DISTRIBUTOR: STATE WIDE BUS SALES INC. SALESPERSON: RYAN FROST CUSTOMER: CITY OF ROUND ROCK, 16 &2 PROPOSAL: ROUND ROCK DATE: 04 -19 -01 * * * EQUIPMENT LIST * * * LEFT HAND ENTRY GRAB RAIL EXTENDING TO THE BOTTOM STEP CEILING HAND RAIL MODESTY PANEL (22) BEAM 2 -POINT RETRACTABLE SEAT BELT- 70" FREEDMAN HIGH BACK DRIVER'S SEAT - MAGNUM 200 (7) FREEDMAN FEATHER TRANSIT SEAT - DOUBLE MID BACK (18) PADDED GRAB HANDLES (18) ABS PLASTIC SEAT BACK (W /KNEE -SAVER SEAT) (2) FREEDMAN 34" HOSTESS FLIP SEAT (2) FREEDMAN 3 STEP FOLD -AWAY SEAT - 34" (2) KINEDYNE FE200594 STANDARD LAP BELT (L) (2) KINEDYNE FE200599 SHOULDER BELT NON - RETRACT (L) (1.5) KINEDYNE SERIES L TRACK - RECESS & FLUSH MOUNT DEALER PREP DEALER PREP CHASSIS HOLD BACK FREIGHT PAGE 3 of 3 # TITLE # TITLR 4011 ~.-- #* Controls and Displays ' 02 ' #* Transmission shift lever sequence, starter, interlock transmission braldng effect /103) -__r #* Windshield Defrost & Defogging System 04) #* Windshield wiping and washing system 105 #* Hydraulic brake system. 406 - #* Brake hoses 107 #* Reflecting Surfaces ( ,i #* Lamps, reflective devices, & Assoc. equip /1� # New pneumatic tires 110 # Tire selection and rims. 1) #* Rearview mirrors 112 #* Headlamps concealment devices #*Hood latch system 114 # Theft Protection (not for walk in vans) 115 #* V.I.N. basic requirements 116 3 #* Motor vehicle brake fluids 117 # Retreaded pneumatic &es (to be used on rear wheels only) (18 J #Power - operated window, partitions, roof panel sys. (gvwr<10K) 119 *New pneumatic toes for vehicles other that passenger cars 120 • Tire selection & rims for vehicles other tan passenger cars ;"8 ' *Air brake system 124 ,t #* Accelerator control system 129 #New non - pneumatic tires for passenger cars. 201 ' #@ Occupant protection in interior impact 202 #Cla Head restraints 203 #@ Occupant protection in interior impact 204 # *Steering control rearward displace (not walk in vans) OS r „ #* Glazing materials 206 #Doors, Locks & door retention components 07/ #* Seating System '`l08 ' #* Occupant crash protection ( 209 1 #* Seat belt assemblies I210_,../ # *Seat belt assembly anchorages 211 # Wheels, nuts, wheel discs, & hub caps 212 #@Side impact protection (not walk in vans) rZI ' #* Child restraint system. 214 #Windshield mounting :.17_ ' *Bus emerg.exits /window retention & release 219 #@ Windshield zone intrusion 220 *School Bus rollover protection 301 #@Fuel system integrity ( +School Btu >I0K GVWR) $2 1 #* Flammability of interior materials Name of Company 5+— c. w;tie Rus s. /es .:,ic. Date fzY /v/ Printed name of Person Signing Form Si /� 17 FMVSS CERTIFICATION The undersigned Bidder hereby certifies that all vehicles furnished meet the above applicable FMVSS * Bus @ Bus with GVWR below 10,000 LBS # Passenger Car Bid #2001 -26 Type III Bus) n I have read and understood k'1 initial Page 23 of43 MOTOR VEIIICLII DIVISION Sincerely, nn 1•once Ar Texas Department of Transportation MOTOR VEHICLE DIVISION PA, BOX 2293 AUSTIN, TX 78768 (512) 416 -4800 FAX (512) 416 -1486 February 12, 2001 Dear Sir /Madam: 'Phis letter is to verify that Manufacturer License Number, 0116 is current and issued to the dealer listed below: Motor Vehicle Division COACH & EQUIPMENT MANUFACTUR NG CORP 130 HORIZON PARK DR PENN YAN NY, 14527 License Expiration Date: 2002 -02 -28 hU1p /I144.4Z.1'RS.`Le /scup Lvheenselvany_mi 1 of 1 2/12/01 8 An Ecusl Opportumry employer February 9, 2001 Gentlemen: /fl39 Texas Department of Transportation Sincerely, j/Lr2 2 2 - ✓L'�iL -� Brad Murph Franchise Licensing MOTOR VEHICLE DIVISION - FRANCHISE LICENSING PO BOX 2293 . AUSTIN, TEXAS 78768. 512/416-4800 . FAX 512/416-4893 STATE WIDE BUS SALES INC 1440 SOUTH LOOP 12 IRVING TX 75060 An Euual Opportunity Employer FEB 2 ` 200 The Motor Vehicle Division has amended License No. CO261 (P6848) to reflect Coach & Equipment Buses as a line handled by the dealership in addition to the lines previously stated. If this office can be of any further assistance to you, please do not hesitate to contact us. CORCH & EQUIPMENT Fax:315 -536 -0460 Dec 22 2000 Uy:U4 r.ui - 1EPPRD BROS INC Fax :716- 396 -1323 Dec 21 2000 14:29 P.01 /21 F2 /.4 /gtc Aesiw ✓.4- Gerald Blair Indiana County Transit Authority P.O. Box 869 1657 Saltaburg Avenue Indiana, Pennsylvania 15701 CUSTOMER REFERENCE Joe Gilbert Center Area Transportation Authority 2081 West Whitehall Road State College, Pennsylvania 16801 John Nieslen Southeast Pennsylvania Transportation Authority 1234 Market Street 13tH fLOOR Philadelphia, Pennsylvania 19107 The proposed vehicles shall be manufactured at: Coach and Equipment Mfg. Corp. P.O. Box36 Brown Street Extension Penn Yen. N.Y. 14527 (412)465 -2140 (814) 238 -6006 (275) 580 -8157 CORui 8 EQUIPMEN Fax:315- 536 -0460 SHEPRRD BROS INC Fax:716- 396 - 13 23 Dec 19 2000 15:05 P.02 Lieu 17 twv �.. �•• .. -- CHECKLIST FROM PRE -AWARD and POST AUDIT REQUIREMENTS Vehicle Type & Model: d E Urn Duty (ajrsrav3s01 Caaeb & Eauinmeut (C & E1 Pheeni: Supplier/Manufacturer Country of' Origin Percent Domestic Plant Location n n Ford Motor Co. / US 100 Ford Motor Co. / US 100 General Prod. Co./ US 100 Comvonent(s) Engine * Transmission Front Axle Assemblies " Rear Axle Assemblies *Drive Shaft Assemblies • Front Suspension Assemblies * Rear Suspension Assemblies * Air Compressor and Pnuematie systems *Generator /Alternator Motorola / US and Electrical systems * Steering System Assemblies Air Conditioning Compressor Assemblies * Air Conditioning Evaporator /Cond. Assemblies * Heater (rear) *Passenger Seats , `Window Assemblies Dana Corp. / US Ford Motor Co. / US Kelsey Hayes / US Ford Motor Co. / US N/A Ford Motor Co. / US Ford Motor Ca. /US Trans/Air /13S AmFab /US Freedman / US R3 Sampers / US Percent Cost 14.0% 4.0% 1.0% 1 o% 1.0% 1.0% 1.0°%° II /A .9% .6% 7.0% .7% 1.7% 2.0% 100 100 100 100 N/A 100 100 100 100 1 100 100 CORCH & EQUIPMENT Fax :315- 536 -0460 Dec Dec 2000 311 05 P 03 s SHE BROS INC Fax Comoonent(e) • WC Lift Door Assemblies * Front & Rear Fiberglass Transitions Entrance Door Assemblies *Bumpers • * Structural Steel *Steel Outer Slott *Floor C- Channels 'Flooring *Flooring Coveting *Lift Assembly *Paint "Primary Assembly Supplier/Manufacturer Country of Origin plant Location C &E /US • Clarance Mfg. / U5 C &E /US Romeo Rim /US US Steel / US US Steel /US American Harvester Weyerhaeuser /US RCA / US Braun / US PPG / US C &E /US ' 1I 'i,1�DC1R�"/✓•�•e'd�iL ✓ ® /7L VENDOR SIGNATURF Petc a 1.3% 0.9% 3.S% 1.3% 1.6% 1.7% 0.9% 0.6% 0,4% 7.1% 1.0% 11.0% 67.4% Percent Domestic Ord 100 100 100 100 100 100 100 100 100 100 100 100 **TM FINAL ASSEMBLY TAKES PLACE IN PENNYAN, NY. AT THIS POINT ALL TEL RAW CHASSIS PREPARED, LNSTALLED, ENTIRE BUS IS AINTED ASSEMBLED, Y EQUIPMENT AND PREPARED FOR DELIVERY. )ACf & EQUIPMENT anufacturing Corp. Manutactu�t ai auaIO stlt001 & Commercial Buse; Statement Limited Warranty Policy For the first twelve (12) months or 12,000 stiles, whichever occurs first, any part of this vehicle supplied by Coach & Equipment Manufacturing Corporation, except chassis and chassis pans, which proves defective in normal use will be repaired or replaced free of charge by your selling distributor or by Coach & Equipment. Conch & Equipment uses chassis manufactured by the large automotive and truck corporations such er, GIvIC and Intonational. Our warrant' applies only to the body and compernents as Ford, ChrYrt does not apply to the van or truck chassis and components & s Equipment supplies. This warramY ties are published by these chassis comppnenA suppliedby the above manufaemreis. Detailed warranties m anufacturers and are included in the warranty Idt supplied with this unit Your local dealer (Ford, Dodge, GMC or International) will provide the service for chasms related repairs or replacements. In addition, Coach & Equipment's warranty does not apply to: • A vehicle on which the odometer has been altered. this vehicle, Ere, aceid nt, ohs o Repairs repaired as a result of failure to properly for or main -use t. abuse or negligence. �, m o �� damages such as loss of the vehicle, s commercial xp loss of gasoline, telephone, travel or lodging, loss or damage to personal property, loss of revenue, or expense to utilize anoth_ vehicle in providing service to clients. • We wt l not provide or pay for transportation of the trait to or from the factory or The service facility designated by us. Supplementary warranty considerations are as follows: defects in paint, trim or alit= appearance items are normally • point and other ated during items - ection. For your protection, we suggest that if you noted and wi or during new vehicle i oou advisc your distributor without delay, as normal sad any paint or appearance defect, you deterioration due to use and exposure is not covered by the warranty• e the sealed rfr • Air Conditioning - because of the seasonal use of air conditioning, t frigerant portion covered eran under of the air conditioning system installed in your vehicle as original eotsimnd r is the warranty for twelve (12) months only, regardless of the mileage. make angel i2 a Production c'han-_-es - Coach & Etquipment and its dealers reserve the right vehicles built and/or sold by them at any time without incurring any obligation to make the same or similar changes on vehicles previously built and/or sold by them. ▪ Substitution - Coach & Equipment reserves the right to supply substitute parts what rmuire, r of material by the manufacturer. or other because of product improvement, discotitinuan - uncontrolled citconistances. Coach & Egniptnent's obligation tinder this warranty is limited only to Inc repair or replacemmtt of parts subject to the conditions stated herein, and the warranty is void unless the limited filled out, w arra n t y p Mfg, Corp., w "Product Complaint" farm and/or "Material Retu fors: itasu e ment Nif completely of B include Factory Authonzadon Number. and mailed to days from E t q date of the performance rp, . P.O. . Box 36,�enn Yon, New York 14527, within twenty ( ) Y the service wort;. Ten • p 00X 34, BROWN ST. EXTENSION, PENN YAN, NY 14627 315-536 - 23 21 • FAX: 315-536 -0460 fn•hT nnn7 TT tart 110101 pCC CTC :XP IAi�WaTflhl� R I -f1Hrf rasa warmly 'MiryStatenau,Coa and accessories not Coach & Equipment's warranty does not cove defects in the chassis and other parts . �� s tems may manufactured by us unless the defects result from our installation of s� a essori es . item is availabl be warranted by the manumtimu of them, and if a written warmnly for an a copy of that warranty has been included in your warartry kit. Refer to the applicable written w c.ulanation of the procedure you should follow in order to obtain warranty service. We do not adopt the u am me or ame any responsibility with respect to such warranter- war- ,sties of other maaufactus Warranty procedure for Customer Reimbursement Coach & Equipment and its dim - imams are ztretnery imerested in your conrinued satisfaction with and loyalty to our products. Therefore, should you encounter a problem in connection with this warranty, the following steps are suggested: 1. Warranty Approval Flans Marager You must make the unit available for examination at our request. If the Coach & a ce S menu servic Fe fatality we approves warranty service, y gust present the unit for service at our factory duignate, and you must leave the unit at our disposal for a suffrdzat time to affect service. the vehieLe an contact Discuss the problem with the principal of the distribrnorsbip where you purchased Coach & Equipment's Plant Manager at (315) 536 2321. (Please be prepared to state Coach & :Equipment's model number, the delivery daze to you and the cuu eut mileage on the unit). We recommend that body warranty work be performed by the distributor who sold you your vehicle because of his continued personal hat nest in you. When disrbutor service is not available in your area and wamanrl repair are needed, contact the Plant Mans; cat Coach & Equipment for the prop= procedure. Usually a reputable service facility i your area will be recomtnmided• _ item" for There is frequently a ramed Th as to wh-r efore, l ou ri I tain PRIOR APPROVAL from Coach & Equipment for which credit will be grantee 3 y any warranty wor'> to be done in which the total amount of the claim V_1.1 eis=d 5100. 2. Vehicle Repair • After the problem has be discussed with your distributor and/or Coach & Equipment, the =creed upon repairs should be uad^.rtaken. In the ev=e the work is to be done by an unaru hated service facility` and Coach & Equipment parts are requited, they should be ordered directly from Coach & Equipment Pasts ordered from Coach & Equipment will be invoice to you at full list price. Once the repairs art made and the decnive parts Pi ed to Coach A Equipment, your account will be credited for the parts in gttemon. 3. Reimbursement for wananty work performed by tmafiiiiated service fnrility' . ♦ • After the ag=ed nppn repairs have be= mad:, you resist complete infull detail the 'Product Camp hip r The act°,pied odors of antic pestormed, numbs' of hate , required for each hob and labor charge per form cth a etai. per h Paid r, csipcs from service facility (or copies) should be atta. heel labor rate will be $25 p to the "Product Complaint" form• c mrttent replacement par_, complete "Predict Complaint - • To obtain reimburemeat for Coach & ..q n f orm In full detail ba n; -vrion and returned to Coach Material e co Return" an officer cf your or Copra & • Upon completion of the w ith forms they rear be slated by have prior approval froth & Equipment, along p d:�e=dve Parts. IL^tritn of A.C.-rive pans must Equipment All shipments approved for r mrn must be r_turr fr prepai& • Upon Coach & Equipment's review and approval. a credit memo and/or Cheek will be issue'' -. • Aa nastaiiat vita acility is=a tha isnot cep- rthw;ch del=t>ta c"uainurer ace Coen &:rmpu rn•nr non: TT par .... 09b0- 9£S- S12 :xvi 1.14aldIn0 $ HJ D3 ATTACHMENT lII CHECKLIST FROM PRE -AWARD and POST AUDIT REQUIREMENTS Vehicle Type & Model: Ford E -350 / Coach & Equipment (C & E) Phoenix Comoonent(s) * Eneine * Transmission * Front Axle Assemblies * Rear Axle Assemblies *Drive Shaft Assemblies * Front Suspension Assemblies * Rear Suspension Assemblies * Air Compressor and Pnuematic systems *Generator /Altemator and Electrical systems * Steering System Assemblies * Air Conditioning Compressor Assemblies * Air Conditioning Evaporator /Cond. Assemblies * Heater (rear) *Passenger Seats *Wmdow Assemblies Supplier/Manufacturer Country of Origin Plant Location Ford Motor Co. / US Ford Motor Co. / US General Prod. Co./ US Dana Corp. / US Ford Motor Co. / US Kelsey Hayes / US Ford Motor Co. / US N/A Motocraft / US Ford Motor Co. / US Ford Motor Co. / US AC Industries / US AmFab / US Freedman / US RJ Sampers / US Percent Cost 14.0% 4.0% 1.0% 1.0% 1.0% 1.0% 1.0% N/A .9% .9% .6% 7.0% .7% 1.7% 2.0% Percent Domestic Origin 100 100 100 100 100 100 100 N/A 100 100 100 100 100 100 100 (CONTINUED) Component(s) * WC Lift Door Assemblies * Front & Rear Fiberglass Transitions * Entrance Door Assemblies * Structural Steel *Steel Outer Skin *Floor C- Channels *Flooring *Flooring Covering *Lift Assembly *Paint * *Primary Assembly Supplier/Manufacturer Country of Origin Plant Location C &E /US Clarance Mfgr. / US C &E /US US Steel / US US Steel / US American Harvester Weyerhaeuser / US RCA / US Braun / US Dupont / US C &E /US ** THE FINAL ASSEMBLY TAKES PLACE IN PENNYAN, NY. AT THIS POINT 1IiE RAW CHASSIS IS PREPARED, EEL BUS BODY IS ASSEMBLED, ALL ANCILLARY EQUIPMENT IS INSTALLED', ENTIRE BUS IS PAINTED AND PREPARED FOR DELIVERY. Coach & Equipment Manufacturing Corp. Bryan D. H ickman, President Percent Cost 1.3% 0.9% 100 3.8% 100 1.6% L7% 0.9% 0.6% 0.4% 7.1% 1.0% 11.0% 69.9% Percent Domestic Orkin 100 100 100 .100 . 100 100 100 100 100 October 15, 1998 ATTACHMENT III CHECKLIST FROM PRE - AWARD and POST AUDIT REQUIREMENTS Vehicle Type & Model: Ford E - 350 / Coach & Equioment (C & El Phoenix Comoonent(s) * En * Transmission * Front Axle Assemblies * Rear Axle Assemblies *Drive Shaft Assemblies * Front Suspension Assemblies * Rear Suspension Assemblies * Air Compressor and Pnuematic systems *Generator /Alternator and Electrical systems * Steering System Assemblies * Air Conditioning Compressor Assemblies * Air Conditioning Evaporator /Cond. Assemblies * Heater (rear) *Passenger Seats *Window Assemblies Supplier/Manufacturer Country of Origin Plant Location Ford Motor Co. / US Ford Motor Co. / US General Prod. Co./ US Percent Cost 14.0% 4.0% 1.0% Percent Domestic Origin 100 100 100 Dana Corp. / US 1.0% 100 Ford Motor Co. / US 1.0% 100 Kelsey Hayes / US 1.0% 100 Ford Motor Co. / US 1.0% 100 N/A N/A N/A Motocraft / US .9% 100 Ford Motor Co. / US .9% 100 Ford Motor Co. / US .6% 100 AC Industries / US 7.0% 100 AmFab /US .7% 100 Freedman / US 1.7% 100 RJ Sampers / US 2.0% 100 ed li�c aniz d ste passengei roll ¶h ll aes • gar mated co cbntruction ex ( MVSS 2.2.1) equire tints 1 fastener heads. lPexterior body skins are fabricated of rr resistant materials to provide niau vehicle longevity. 1 unitized integral age ed 16ga. crash rail. posite exterior skin eeds joint strength d roll over (FMVSS 220) ithout unsightly "i _ I -1 -I I i er small bus • Expansive driver visibility with our Curb Side Safety View window — 491sq." • Altoona Tested 4 years / 100,000 miles • Ford QVM Certified Body Builder Coach c " E • 114Pinent Coach & Equipment Mfg. Corp. Brown St. Extension, Penn Yan, NY 14527 Popular Floorplans III• on II■ II■ ro— I■ I■ In Ii• II 1 1■ II. 11. II■ WI = 1■ 11■ Ford 138" Wb SRW Chassis Standard Chassis Features 5 4L V -8 gas engine (under 11,5009 GVWR) 6.8L V -10 gas engine (14,050# GVWR) Electronic 4 -speed automatic transmission Power steenng Power assisted brakes Four wheel ABS (11,500#GVWR and less) Heavy duty suspension package Auxiliary transmission cooler Heavy duty 130 amp alternator 35 gallon fuel tank (under 11,500# GVWR) 55 gallon fuel tank (14,050# GVWR) Dual 650cca batteries Radial tires OEM chassis air conditioning Chrome front bumper Interval windshield wipers Halogen headlights Driver's side air bag Optional Chassis Features: 7.3L V -8 turbo diesel engine Tilt steenng / cruise control Spare Inc & wheel High idle system Alternator upgrades Rear air suspension systems Electromagnetic brake retarder AM /FM /cassette /dock stereo system Hellwig suspension systems Spare tire carrier Rear tow hooks a Ile lie 11. 1I� FIFF1 Liti MR X1 mu 0. �° II■ 11■ =11■ 11■ rE IS nal / 11 u■ = I■ II■ r — 11• 4111 II 0 pp 1111 Il. um 11■ um NI II ■11. 11.11■ •11.11■ In 11•1110 II ■11.11■ dm us II■ AO 11•111•1 = X ■..II■ ll■ RIFF � � fell 1:18 4 ■II ■II■ =11■II■iI. -- i iii ii i I 11. II. 11• dB dB 11■ FIFFEfFIR PIFER 1.1 1$ II II i"— j II■ u• Ford 138" Wb DRW Ford 158" Wb DRW Body Standard Body Features 80" Interior headroom 74" Intenor headroom with flat floor 90 5" interior width at chair rail 95" exterior width Meets or exceeds all applicable FMVSS Unitized galvanized steel cage body structure Integral 6" -18 gauge crash rail Laminated metal composite body panels Curb Side Safety View window - 491sq." FR polystyrene insulation (R7) Vandal resistant glassboard interior walls 11 gauge "Z" formed floor ceossmembers Transit grade floor rubber / ribbed rubber aisle Extenor grade 3i" plywood subfloor Metal subfloor plywood bamer Fully undercoated Driver & entrance modesty panels Function coded electrical wiring Manual entrance door- 30" or 32" c o Transit style double leaf "out -out" design Rear emergency window Side emergency egress windows Tinted "T" top slider windows -24" x 30" Sealed beam exterior stop /turn /parking hghts Interior dome lights Armored roof lights Highback driver seat w/ arm rest & lumbar Dupont ChromaOne Acrylic Urethane paint Exterior swing away minors Wraparound, rear steel bumper Ford 176" Wb DRW Some floorplans can accommodate flip seats m wheelchair posthons Please note, all floorplans are subject to a detailed weight dtstnbubon analysis. Optional Body Features Wheelchair accessible Front or rear wheelchair lift Single or double leaf lift door Front & side destination signs ADA paratransit packages Energy absorbing HELP bumpers Choice of stanchion configurations Electrically operated entrance doors Escape /roof ventilation hatch Flat floor -no wheelwells Body air- conditioning systems Undorseat heating systems Interior tun packages - cloth /vinyl /carpet 40" Airport shuttle door Rear emergency door - 34 "x 57' c.o. Choice of luggage /parcel racks LED exterior lights - stop /turn/clearance Choice of seating Flip seats - forward & aisle facing lmron 6000 paint Customer's choice of paint color Custom exterior graphics Public address system Heated & remote mirrors Fare boxes Others upon request Coach & Equipment Mfg. Corp. Brown St. Extension, Penn Yan, NY 14527 Note. Some of the items depicted in this brochure may be optional Coach & Equipment Mfg Corp reserves the right to make changes without notice TM TT 0BUILT B U SE S!!! Introducing the latest addition to the diverse line of Thomas people movers. The "CL Series" is the rugged alternative to an all composite cut away. Its passengers are surrounded by a unitized welded steel cage covered with sleek aluminum skin for class leading safety, durability and appearance. Available in 20', 22', 24' or 28' lengths with numerous custom floor plans and flexible seating arrangements to suit your specific needs. Simply put, it is the "Thomas Built" of cut aways! Cockpit optimized for driver comfort THOMAS BUILT BUSES P.O. Box 2450, HIGH POINT, N.C. 27261 PHONE (336) 889.1871 FAX (336) 889-2589 Ih7ER.NF.T vim th,,mubus Copyrtght© 2000, All rights reserved. TBB /D(C-F003 FreighlInter LLC ss a DmmkrChryster Company. Passengers enjoy a spacious interior with excellent visibility. gfiE gfiomal �L c SE , z.lE.J- VEHICLE DIMENSIONS Length Available 20' -28' Width Ovmall 96" STANDARD CHASSIS SPECIFICATIONS (24' & 28' models) • E-450 Super Duty Cutaway /Dual Rear Wheels • Wide Trac Rear Axle • 6.8 Liter Ram V -l0 Engine • 14,050 GVWR • Power Sleeting • 4 Wheel Disc Brakes • Air Conditioning (R -134A) • Dual Heavy Duty Batteries • 130 Amp Alternator (Minimum) STANDARD FEATURES • Back -up Alarm • Welded Steel Roll Cage 24" Centers • .063 Aluminum Exterior • Romeo Rim Rear Help Bumper • Dual Stepwell Lights • lelvac 2015 Manual Mirrors • Two-leaf Elec. Operated Entry Door • Dnverpome Light • 30% Light transmission Tnmhne Windows (Top T- Slider) OPTIONS • Stainless Steel Inserts or Aluminum Wheels • Illuminated Front Sign • Custom Paint /Special Logo Reproduction • Variety of W/C lifts including Braun UFL • Complete ADA Packages • Jumpseat w /Tiedowns • P.A. System MAW G l 1 ® 1111 X11 l ei�i MI REIA1 -a 1 WHEELCHAIRS A 17 AMBULATORY 24' PERIMETER SEATING - LEFT FRONT LUGGAGE 24' Height Overall 110" Interior Height 76" • Rear Stabilizer Bar • 4R100 Automatic Transmission • Front and Rear Heavy Duty Shocks • Splash Guards • High Capacity Super Cooling Package • Tinted Glass, All Windows • Chrome Front Bumper • Radial Tires (LT225 /75RX16E) • Driver and Passenger Side Airbag • Manual Reset Circuit Breakers • Undeicoatrng • Base YY7ute w /Choice of One Color Stripe • Ribbed Rubber Aisle • 3/4" Exterior Grade Plywood Floor • 2" Fiberglass Insulation • Deluxe Executive Interior • Transportation Grade Nylon Carpet or Smooth Rubber Floor • Automatic Throttle • Retractable Seat Bells • TV /YCPPackages • 7.3 liter Turbo Diesel Engine • Overhead Interior Luggage • 165 Amp Alternator - Gas • 200 Amp Alternator - Diesel • Spare Tire /Wheel • AM /FM CD Cassette THOMAS BUILT BUSTS PO Box 2450, HIGH POND; N C 27261 P110310 (336) 889 -4871 FAX (336) 889.2589 INTERNET- ,,ow thomasbus ram Caplr.ght0 2000, All nets reserved TER/MC-F-003 Fmghalma-LLC is a Datmle,Chryeler Company Pass. Door Clear Opening. 32" x 87" Step Height First Step 12" • Captains Chan for Dnver and Hostess • Gauges (011, Temp. Volt) • Single 55- Gallon Fuel Tank • Tilt Wheel • Cruise Control • Dual Electric Horns • Bright Grill • Engine Oil Cooler • Transmission Oil Cooler • AM /FM Radio • Shm Engine Console Cover • Tag and ICC Lighting • Lefl /Right hand Door Giab Rails • Illuminated AircraflStyle Switch Panel • Centrally Located PowerDislnbution Panel • Number Coded Elec. System • Deluxe Reclining/Side-Slide Seats • Forward Facing /Penmeler Seating • Interior Airport Luggage or Rear Luggage • TA -71 45,000 BTU Rear Air Conditioning • 7A -73 74,000 BTU Rear Air Conditioning with Dual Compressors Note: Floorplans shown are representative of current Thomas production. Please consult with your Thomas dealer for custom floorplans. We reserve the right to make changes without notice in models, equipment, specifications, pnces, colors, materials and also to discontinue models Floor Plan Options flans can be developed to meet your requirements in am EHTn i1 um X11 111 in !1 W MN St •n gi WI •P MI ■I11IIU 29 PASSENGER - REAR LUGGAGE 28 11 �11iRT�111 �I •J F Mint IM E1 ill !U all •1 M1 all • 'l D it n AMP' IN •l 19 PASSENGERS 18' TBB /S1C-F -003 To: CRick Atkins, Parks & Recreatiors From: Carolyn Brooks Date: 05/03 /01 Re: IFB No. 01 -012 for Passenger Bus Enclosed please find bid tab and last two copies of the four bids received on the above referenced IFB. Please review and make your recommendation to council. You will need to get the information to Administration no later than May 9"' in order to get it on the agenda for the May 24 meeting. Please note, May 24"' is the first council meeting after the election and it is recommended that only priority /mandatory items be placed on this agenda. I must also remind you that the lowest responsible bidder has 120 days delivery after receipt of order, which could push delivery of the bus into the next fiscal year if you wait and schedule for June 7th S agenda. Lastly, I have attached a copy of the Mobility Motoring Rebate information offered by National Bus Sales (low bidder). Please provide this information to the Legal department with recommendation packet and clarify the rebate does not expire until August 2002 for 2001 models. Carolyn Brooks 218 -5457 xc: Cath Martel File DATE: May 18, 2001 SUBJECT: City Council Meeting — May 24, 2001 ITEM: 12.B.1 Consider a resolution authorizing the City Manager to issue a purchase order to National Bus Sales for the purchase of a bus. This bus will be used for the Senior Center. Resource: Sharon Prete, Parks and Recreation Director History: Funding: Cost: $54,169.00 Source of funds: General Fund Outside Resources: The PARD departments presently use one van to accommodate all recreation programs including the Senior Center. Due to the size and non -ADA compliance, both participation and programming have been limited. For several years the seniors have been hosting fundraisers to help raise funds to purchase a bus that is better suited to their needs Impact: The new bus is ADA compliant and will increase the number of people to be served. Benefit: The bus being purchased will be dedicated to Senior programs and activities. Public Comment: N/A Sponsor: N/A