FLORIDA TRANSPORTATION SYSTEMS, INC. REPRESENTING …tripsflorida.org/docs/2009 MD-FTS Order Packet...

32
Florida Department of Transportation Public Transit Office Order Packet TRIPS-09-MD-FTS - 1 - March 2009 ORDER PACKET Contract #TRIPS-09-MD-FTS MEDIUM DUTY BUS FLORIDA TRANSPORTATION SYSTEMS, INC. REPRESENTING ELDORADO NATIONAL BUS Updated Mar 2012

Transcript of FLORIDA TRANSPORTATION SYSTEMS, INC. REPRESENTING …tripsflorida.org/docs/2009 MD-FTS Order Packet...

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 1 - March 2009

ORDER PACKET

Contract #TRIPS-09-MD-FTS

MEDIUM DUTY BUS

FLORIDA TRANSPORTATION SYSTEMS, INC.

REPRESENTING ELDORADO NATIONAL BUS

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 2 - March 2009

CONTRACT # TRIPS-09-MD-FTS

ORDER PACKET FOR 31’ ELDORADO NATIONAL MEDIUM DUTY BUSES

WITH 34,000 # GVWR FLORIDA TRANSPORTATION SYSTEMS, INC.

General Information The Transit Research Inspection Procurement Services (TRIPS) issued Proposal #TRIPS-09-MD-RFP to establish a series of state contracts for the purchase of Medium Duty Bus Type Vehicles. Through this process two contracts were awarded to two different vendors each representing a different vehicle manufacturer. This Order Packet is for Contract #TRIPS-09-MD-FTS, which was awarded to Florida Transportation Systems, Inc. in March, 2009 to provide Eldorado National Medium Duty Type Vehicles in lengths of approximately 31 feet. This Order Packet contains the necessary instructions and forms for agencies to place an order with Florida Transportation Systems, Inc. to purchase these vehicles. This information can also be found at the TRIPS website – http://www.tripsflorida.org. This Order Packet also provides guidance and clarity on the relationships between the seller, the buyer, and Florida DOT’s TRIPS. The complete Contract #TRIPS-09-MD-FTS is accessible from the TRIPS website and contains the following sections:

• Part 1 - General Requirements and Conditions, and Contractual Provisions (Including copies of all U.S. DOT Federal Transit Administration certifications)

• Part 2 - Technical Specifications • Part 3 - Options • Part 4 - Quality Assurance Provisions • Part 5 - Warranty Provisions • Part 6 - Paint Schemes.

For further information on the TRIPS and Contract #TRIPS-09-MD-FTS, please contact either Edward Bart (813-974-6693) or Cindy Wooten (813-974-9771) at the University of South Florida Center for Urban Transportation Research (CUTR).

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 3 - March 2009

Vendor Information To place an order for a vehicle under Contract #TRIPS-09-MD-FTS, contact Robert Frick at Florida Transportation Systems, Inc.:

• Address: Florida Transportation Systems, Inc. 7703 Industrial Lane Tampa, Florida 33637

• Telephone #: (800) 282-8617 • Fax #: (813) 864-0718 • Email: [email protected] • Contact Person: Robert Frick, Sales Manager

Ordering, Delivery, and Payment

Procedures contained in this section will be used by agencies and vendors to provide guidance in the ordering of and payment for vehicles. Agencies should understand that each order placed with and acknowledged by Florida Transportation Systems, Inc. constitutes a contract between the purchaser and Florida Transportation Systems, Inc. only. The contract implies no duties or responsibilities by the University of South Florida, Center for Urban Transportation Research, or the Florida Department of Transportation. The terms and conditions of the said contract are to be administered and enforced by and between the purchaser and vendor. All parties are advised to fully review the full contract document available on the TRIPS website. Contract #TRIPS-09-MD-FTS will be the governing document. Ordering Instructions Agencies must utilize the order forms in this Order Packet to place their orders. Agencies are encouraged to contact and work closely with Florida Transportation Systems, Inc. in finalizing their orders, to fully understand the options available, to select the floor plans and seating selections, the paint schemes, and any special options or conditions that may impact the final order and purchase price. Please submit a separate order form for each vehicle ordered. Contract #TRIPS-09-MD-FTS is to provide Eldorado National Medium Duty Buses in 31 feet length on a 34,000 lb. chassis. Among the standard components of this vehicle are:

• Cummins ISB-07, 6.7L engine • Allison B300R five (5) speed automatic transmission • Multiple floor layouts and seating options • REI Public address system • Standard paint scheme

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 4 - March 2009

Most agencies already have an idea on the type and number of seats and wheelchair positions needed to meet their floor plan requirements. A wide variety of floor plans are available. Agencies should work closely with Florida Transportation Systems, Inc. to develop and finalize their floor layout plans. Based upon this consultation, Florida Transportation Systems, Inc. will develop a proposed floor plan based on the Agency’s needs and fax a copy of the plan to the Agency for verification and approval. The Order Packet also includes illustrations of the basic vehicle paint schemes and the description of the available options to assist the Agency in completing your orders. Included in this Order Packet are the following forms and information:

• Order Form that provides: o Base vehicle prices o Unit seating and wheelchair station prices o Paint scheme options and prices o Individual option and prices o Sample choice forms

• Sample Order Form – providing an example as how to complete the order form

• Description of Options

• Available Paint Schemes

Please submit a separate order form for each vehicle ordered. After determining the length of bus, floor plan, paint scheme and desired individual options, to complete the order form place the number of items in the corresponding quantity column. Multiply the dollar figure in the cost column by the number of items in the quantity column to calculate a total cost for that item. Enter that amount in the total cost column. Add the total cost column amounts together to arrive at the grand total for the vehicle. The grand total will be the figure used on the Agency’s purchase order. Unless your vehicle is funded in part by the FTA Section 5310 grant program, the Agency deals directly with Florida Transportation Systems, Inc. Once the details of the order are finalized, an Agency Purchase Order must accompany all orders placed with Florida Transportation Systems, Inc. for those vehicles funded outside the FTA Section 5310 grant program. For all vehicles funded through the FTA Section 5310 grant program, a copy of the

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 5 - March 2009

completed order form and either an Agency purchase order or a check for the Agency’s portion payable to Florida Transportation Systems, Inc. must to mailed or faxed to the CUTR Section 5310 Program Coordinator:

Ms. Cindy Wooten CUTR Section 5310 Program Coordinator USF-CUTR 4202 E. Fowler Avenue – CUT100 Tampa, Florida 33620 Telephone: (813) 974-9771 Fax: (813) 396-9345

The CUTR Section 5310 Program Coordinator will verify the order accuracy, complete the request for the FDOT share, and forward the request to Tallahassee for the FDOT purchase order. When the FDOT purchase order number is assigned, the CUTR Section 5310 Program Coordinator will place the order with Florida Transportation Systems, Inc. and notify the Agency of the status. Florida Transportation Systems, Inc. will provide written confirmation to the Agency and/or CUTR of the receipt of the order within seventy-two (72) hours of receiving the order with purchase order. At a minimum, the acknowledgement of the order will contain:

• The agency’s P.O. number • Date order was received • Date order was placed with the manufacturer • The production / Vin number when available • Estimated delivery date (when available)

Delivery Completed units must be delivered to Agency within one hundred and eighty (180) days from receipt of chassis or purchase order, whichever occurs last. In the event of delay in completion of the delivery of vehicles beyond the date specified in the contract, in addition to any granted extensions agreed to in writing by the Agency, the Agency may assess as liquidated damages, twenty five dollars ($25.00) per calendar day per vehicle. Each vehicle purchased through the TRIPS shall be routed to the FDOT's Springhill Inspection Facility, located in Tallahassee, Florida, for an inspection prior to delivery to Florida Transportation Systems.

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 6 - March 2009

Florida Transportation Systems, Inc. should see that all noted write-ups are corrected prior to final delivery to the procuring agency. This inspection by the TRIPS is not represented as being "all inclusive" and in no way relieves the dealer from the required Pre-Delivery Inspection (PDI). Prior to the vehicle(s) being delivered, Florida Transportation Systems, Inc. must perform a PDI. Upon completion of a PDI, Florida Transportation Systems, Inc. will be required to deliver the vehicles to the Purchaser. The dealer shall notify both the purchasing Agency and the FDOT District Office a minimum of 48 hours in advance to arrange a delivery time. The vehicle shall be delivered with all Contractor/manufacturer’s quality control checklists including road test and final inspection (properly completed and signed by an authorized plant representative). Other documents/items required at delivery include:

• Manufacturer’s Certificate of Origin • Application for Certificate of Title • Bill of Sale • Warranty Papers (forms, policy, procedures) • Maintenance Schedule • Operators’ manual • Invoice (To include contract number, P.O. number, VIN#, and agency name)

Final Acceptance Delivery of the vehicle(s) by Florida Transportation Systems, Inc. does not constitute acceptance by the Agency. The vehicle will be considered “accepted” upon passing the inspection and issuance of an acceptance letter by the Agency. The terms of the contract state that an Agency has ten (10) calendar days after receiving the vehicle(s) to perform the Post Delivery Inspection and issue either a “Letter of Acceptance” or a “Letter of Rejection” to Florida Transportation Systems, Inc. and the Florida DOT District Office contact. The “Letter of Rejection” will state and describe the areas to be found in noncompliance with the bid specifications, incompleteness, or any defective or damaged parts. A vehicle should be rejected if any items are missing, defective, altered, incorrect, or incomplete. In the event a vehicle(s) is delivered incomplete or contains any defective or damaged parts, the said parts will be removed and replace by Florida Transportation Systems, Inc. New parts will be furnished and installed by Florida Transportation Systems, Inc. at no cost to the Agency. If there is work involved, warranty or otherwise, to repair or place the vehicle(s) in proper complete condition, such repairs will be made

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 7 - March 2009

by an approved firm in accordance to the warranty provisions of the contract. Placing the vehicle(s) in revenue service will automatically constitute “acceptance”. In such circumstances, a “Letter of Acceptance” should still be sent to Florida Transportation Systems, Inc. Acceptance of the vehicles shall not release the Contractor from liability for faulty workmanship or materials. Payment For vehicle purchased without funding from the FTA Section 5310 grant program, the Agency should complete all necessary paperwork and submit its request to process the Agency purchase order payment within five (5) days after the delivery and/or acceptance of the vehicle. For all vehicles funded through the FTA Section 5310 grant program, the Agency should approve and process its purchase order to allow a check for the Agency amount to be sent to Florida Transportation Systems, Inc. for its share of the vehicle. If, instead of a purchase order, a check was provided at the order request time, forward all invoices to the CUTR Section 5310 Program Coordinator along with the acceptance letter. Upon receipt of the Agency’s portion of the vehicle, Florida Transportation Systems, Inc. will contact the CUTR Section 5310 Program Coordinator with a request to process the FDOT purchase order payment approval. The total purchase price should be paid in full within sixty (60) days after acceptance of each vehicle. Agencies should note that failure to meet the net 60-day payment terms could result in the assessment of interest and other penalties. Terms are those shown in Price Proposal Form F of the contract document. A 2% monthly service charge will be added to all past due accounts.

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 8 - March 2009

EXHIBIT A

SAMPLE ORDER FORM

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 9 - March 2009

SAMPLE ORDER FORM-PAGE 1 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

AGENCY NAME: DATE:__________ PURCHASE ORDER NUMBER: ___________ CONTACT PERSON:____________________________________________ November 2009 (NAME AND TELEPHONE NUMBER)

Item Unit Cost Quantity Total Cost

Base Vehicle Type

Eldorado National E-Z Rider II 31’ 9” Length (34,000 lb) $ 268,637 1 $268,637

Center passenger doorway (single front door standard) $ 4,423

Alternative body styling (BRT exterior appearance package upgrade) $ 13,100

Cummins ISL-2010 8.7L 280HP Heavy Duty Diesel Engine + Trans. $ 34,794

BRT Front Cap Only $ 5,900

Transmission options

Alternative Drive train-Hybrid Drive Train System Allison-EP40 $209,500

Allison B400R Transmission (included with Cummins ISL engine above) $4,316

Voith 864.5E Transmission $275

ZF-6HP504C Transmission $583

Paint Scheme options

Paint scheme 1 Standard

Paint scheme 2 $ 1,500 1 $ 1,500

Paint scheme 3 $ 1,800

Driver Seat options

USSC Model 9100ALX $623.00

USSC Model 9100ALX 3 Point Belt $821.00

SUB-TOTAL PAGE ONE - - $270,137

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 10 - March 2009

SAMPLE ORDER FORM-PAGE 2 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Securement System options

American ARM System (2 positions) $3,300

Q-Straint QRT Max L Track (2 positions) $1,322 1 $1,322

Sure-Lok Titan System W/ Solo Floor Pods (2 positions) $1,322

Additional Seat Belt Extensions (2 standard) $22

Wheelchair Ramp options (Front or Center Door)

Lift U Ramp (LU-11) $8,060

Braun Ramp (RA400) $5,450 1 $5,450

Seating options

Freedman Seating- Citi-Seats AV Inserts

Standard seat (per person) $ 308 19 $5,852

Flip-Type seat (per person) $ 378 6 $2,268

Fold-Away seat (per person) $ 637 8 $5,096

American Seating-6468 VR50 Inserts

Standard seat (per person) $ 315

Flip-Type seat (per person) $ 420

Fold-Away seat (per person) $ 762

Destination Sign options

Transign Curtain Roller Type Destination Signs (front & side) $1,683 1 $1,683

Twin Vision Elyse Electronic Destination Signs (front,side,rear) $7,567

SUB-TOTAL PAGE TWO - - $21,671

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 11 - MARCH 2009

SAMPLE ORDER FORM-PAGE 3

TRIPS-09-MD-FTS (31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Fire Suppression System (Mandatory)

Amerex Fire Suppression System (Amerex V-25 System) $3,500 1 $3,500

JoMarr Fire Suppression System (JoMarr VTS-12) $4,312

Wheel options

Brushed Aluminum Wheels $2,950.00

Polished Aluminum Wheels $3,350.00

Bike Rack options

Two (2) position bike rack with tell-tale notification $ 1,534 1 $1,534

Three (3) position bike rack with tell-tale notification $ 2,178

Other Equipment Options

Emco-Wheaton Dry Break Fuel System $ 750.00

Engine Coolant Filter $ 134.00

90 Gallon Fuel Tank $156.00

Keyed Alike Ignitions $80.00

Block/Run Number Box $311.00

AM/FM/CD Stereo MP3 Player $550.00

Rear Backing Camera System $800.00

Drivers Fan $49.00

Public Address System Standard 1 $0 Microphone Cable 10 Feet Extension (includes a spare hand held micro phone with cord extension, jack, clip) $104.00

Hub Meter $130.00

SUB-TOTAL PAGE THREE - - $5,034

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 12 - MARCH 2009

SAMPLE ORDER FORM-PAGE 4 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Altro Flooring $840.00 247 (4) Camera Surveillance System added to the data recorder $2,457.00

Add (1) Camera to Surveillance System $377.00

Teleflex Morse adjustable brake and accelerator pedal $1,190.00

Special Tools and Spare Parts

Differential center section (drop-in unit only) $ 4,905

A/C compressor, complete with clutch assembly $ 4,985

Engine Door $ 516

Heater core $ 109

Set of wiper motors $ 90

Set of windshields $ 558

Set of type window glazing $ 3,200

Complete set of skirt panels $ 1,628

Spare Power-Train Pack 2010 ISB 280 HP + B400R Trans. $ 49,932

Spare Engine $ 33,601

Spare Transmission $ 15,458

Destination Sign package (Including; front, side(s), and rear $ 7,567

Set of Entrance Doors $ 4,867

Door Motor $ 1,850

Left Rear corner panel $ 295

Right Rear corner panel $ 295

Rear Bumper $ 1,119

SUB-TOTAL PAGE FOUR - - $0.00

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 13 - MARCH 2009

SAMPLE ORDER FORM-PAGE 5 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Front cap excluding windshield $ 1,172

Set of Access door(s) and exterior door(s) $ 1,117

Set of Diagnostic tools* $ 6,687 * Includes diagnostic tools for: engine, transmission, Multiplex, ABS and Thermo-King HVAC system. Also

includes one (1) laptop computer and one (1) DPA4 USB package connector.

SUB-TOTAL PAGE FIVE - - $0.00

SUB-TOTAL PAGE FIVE - - $0

SUB-TOTAL PAGE FOUR - - $0

SUB-TOTAL PAGE THREE - - $5,034

SUB-TOTAL PAGE TWO - - $21,671

SUB-TOTAL PAGE ONE - - $270,137

GRAND TOTAL (SUM OF SUB-TOTALS 1 THROUGH 5) - - $296,842

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 14 - MARCH 2009

SAMPLE CHOICES FORM-PAGE 1

TRIPS-09-MD-FTS (31’ Medium Duty Bus Type Vehicles) Florida Transportation Systems, Inc.

SEATING AND FLOORING CHOICES Seating Colors: (circle one) blue beige Flooring Colors: (circle one) gray blue tan black Paint Scheme: (circle one) #1 #2 #3 Agencies will select two (2) colors for the background and stripe when orders are placed. If an agency requires a paint and lettering scheme that is NOT GENERALLY covered by one of those listed, they may make separate arrangements with Florida Transportation Systems, Inc. to provide these services. Base price reflects white base coat with reflective stripe.

SECUREMENT DEVICE CHOICES

W/C securement (circle one) Sure-Lok Q’Straint American A.R.M.

RAMP CHOICES

Ramp (circle one) Lift-U Braun

FIRE SUPPRESSION SYSTEM Suppression System (circle one) JoMar Amerex

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 15 - MARCH 2009

SAMPLE CHOICES FORM-PAGE 2

TRIPS-09-MD-FTS (31’ Medium Duty Bus Type Vehicles) Florida Transportation Systems, Inc.

PLANNED SERVICE REQUIREMENT

Planned Usage (circle one) Fixed Route Demand Response

TWO-WAY RADIO WIRING SETUP

Radio works with (circle one) Ignition On Only Ignition On or Off

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 16 - MARCH 2009

EXHIBIT B

ORDER FORM

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 17 - MARCH 2009

ORDER FORM-PAGE 1

TRIPS-09-MD-FTS (31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

AGENCY NAME: DATE:_________________ PURCHASE ORDER NUMBER: ___________ CONTACT PERSON:____________________________________________ Revised November 2009 (NAME AND TELEPHONE NUMBER)

Item Unit Cost Quantity Total Cost

Base Vehicle Type

Eldorado National E-Z Rider II 31’ 9” Length (34,000 lb) $ 268,637

Center passenger doorway (single front door standard) $ 4,423

Alternative body styling (BRT exterior appearance package upgrade) $ 13,100

Cummins ISL-2010 8.7L 280HP Heavy Duty Engine + B400R Trans. $ 34,794

BRT Front Cap Only $ 5,900

Transmission options

Alternative Drive train-Hybrid Drive Train System Allison-EP40 $209,500

Allison B400R Transmission (included in $4,316

Voith 864.5E Transmission $275

ZF-6HP504C Transmission $583

Paint Scheme options

Paint scheme 1 Standard

Paint scheme 2 $ 1,500

Paint scheme 3 $ 1,800

Driver Seat options

USSC Model 9100ALX $623.00

USSC Model 9100ALX 3 Point Belt $821.00

SUB-TOTAL PAGE ONE - -

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 18 - MARCH 2009

ORDER FORM-PAGE 2

TRIPS-09-MD-FTS (31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Securement System options

American ARM System (2 positions) $3,300

Q-Straint QRT Max L Track (2 positions) $1,322

Sure-Lok Titan System W/ Solo Floor Pods (2 positions) $1,322

Additional Seat Belt Extensions (2 standard) $22

Wheelchair Ramp options (Front or Center Door)

Lift U Ramp (LU-11) $8,060

Braun Ramp (RA400) $5,450

Seating options

Freedman Seating- Citi-Seats AV Inserts

Standard seat (per person) $ 308

Flip-Type seat (per person) $ 378

Fold-Away seat (per person) $ 637

American Seating-6468 VR50 Inserts

Standard seat (per person) $ 315

Flip-Type seat (per person) $ 420

Fold-Away seat (per person) $ 762

Destination Sign options

Transign Curtain Roller Type Destination Signs (front,side) $1,683

Twin Vision Elyse Electronic Destination Signs (front,side,rear) $7,567

SUB-TOTAL PAGE TWO - -

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 19 - MARCH 2009

ORDER FORM-PAGE 3 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Fire Suppression System (Mandatory)

Amerex Fire Suppression System (Amerex V-25 System) $3,500

JoMarr Fire Suppression System (JoMarr VTS-12) $4,312

Wheel options

Brushed Aluminum Wheels $2,950.00

Polished Aluminum Wheels $3,350.00

Bike Rack options

Two (2) position bike rack with tell-tale notification $ 1,534

Three (3) position bike rack with tell-tale notification $ 2,178

Other Equipment Options

Emco-Wheaton Dry Break Fuel System $ 750.00

Engine Coolant Filter $ 134.00

90 Gallon Fuel Tank $156.00

Keyed Alike Ignitions $80.00

Block/Run Number Box $311.00

AM/FM/CD Stereo MP3 Player $550.00

Rear Backing Camera System $800.00

Drivers Fan $49.00

Public Address System Standard Microphone Cable 10 Feet Extension (includes a spare hand held micro phone with cord extension, jack, clip) $104.00

Hub Meter $130.00

SUB-TOTAL PAGE THREE - -

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 20 - MARCH 2009

ORDER FORM-PAGE 4 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Altro Flooring $840.00 247 (4) Camera Surveillance System added to the data recorder $2,457.00

Add (1) Camera to Surveillance System $377.00

Teleflex Morse adjustable brake and accelerator pedal $1,190.00

Special Tools and Spare Parts

Differential center section (drop-in unit only) $ 4,905

A/C compressor, complete with clutch assembly $ 4,985

Engine Door $ 516

Heater core $ 109

Set of wiper motors $ 90

Set of windshields $ 558

Set of type window glazing $ 3,200

Complete set of skirt panels $ 1,628

Spare Power Pack 2010 ISB 280HP + B400R Trans $ 49,932

Spare Engine $ 33,601

Spare Transmission $ 15,458

Destination Sign package (Including; front, side(s), and rear $ 7,567

Set of Entrance Doors $ 4,867

Door Motor $ 1,850

Left Rear corner panel $ 295

Right Rear corner panel $ 295

Rear Bumper $ 1,119

SUB-TOTAL PAGE FOUR - -

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 21 - MARCH 2009

ORDER FORM-PAGE 5 TRIPS-09-MD-FTS

(31’ Medium Duty Type Vehicles) Florida Transportation Systems, Inc.

Item Unit Cost Quantity Total Cost

Front cap excluding windshield $ 1,172

Set of Access door(s) and exterior door(s) $ 1,117

Set of Diagnostic tools* $ 6,687 * Includes diagnostic tools for: engine, transmission, Multiplex, ABS and Thermo-King HVAC system. Also

includes one (1) laptop computer and one (1) DPA4 USB package connector.

SUB-TOTAL PAGE FIVE - -

SUB-TOTAL PAGE FIVE - -

SUB-TOTAL PAGE FOUR - -

SUB-TOTAL PAGE THREE - -

SUB-TOTAL PAGE TWO - -

SUB-TOTAL PAGE ONE - -

GRAND TOTAL (SUM OF SUB-TOTALS 1 THROUGH 5) - -

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 22 - MARCH 2009

CHOICES FORM-PAGE 1

TRIPS-09-MD-FTS (31’ Medium Duty Bus Type Vehicles) Florida Transportation Systems, Inc.

SEATING AND FLOORING CHOICES Seating Colors: (circle one) blue beige Flooring Colors: (circle one) gray blue tan black Paint Scheme: (circle one) #1 #2 #3 Agencies will select two (2) colors for the background and stripe when orders are placed. If an agency requires a paint and lettering scheme that is NOT GENERALLY covered by one of those listed, they may make separate arrangements with Florida Transportation Systems, Inc. to provide these services. Base price reflects white base coat with reflective stripe.

SECUREMENT DEVICE CHOICES

W/C securement (circle one) Sure-Lok Q’Straint American A.R.M.

RAMP CHOICES

Ramp (circle one) Lift-U Braun

FIRE SUPPRESSION SYSTEM Suppression System (circle one) JoMar Amerex

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 23 - MARCH 2009

CHOICES FORM-PAGE 2 TRIPS-09-MD-FTS

(31’ Medium Duty Bus Type Vehicles) Florida Transportation Systems, Inc.

PLANNED SERVICE REQUIREMENT

Planned Usage (circle one) Fixed Route Demand Response

TWO-WAY RADIO WIRING SETUP

Radio works with (circle one) Ignition On Only Ignition On or Off

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 24 - MARCH 2009

EXHIBIT C

PAINT SCHEMES

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 25 - MARCH 2009

EXTERIOR PAINT STANDARD

WHITE BASE COLOR ONE 6” REFLECTIVE VINYL STRIPE AROUND BUS

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 26 - MARCH 2009

EXTERIOR PAINT SCHEME #1

BASE COLOR WHITE 2 COLOR STRIPE DESIGN

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 27 - MARCH 2009

EXTERIOR PAINT SCHEME #2

BASE COLOR WHITE 2 COLOR STRIPE DESIGN

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 28 - MARCH 2009

EXHIBIT D

OPTIONS

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 29 - MARCH 2009

OPTIONS

TRIPS-09-MD-FTS (31’/34’ Medium Duty Bus Type Vehicles)

Florida Transportation Systems, Inc. 3.1.0 Rear and center passenger doorway – base vehicle is a front door only.

Center door same construction as front entry door.

3.2.0 Alternative body styling – BRT exterior appearance package upgrade 3.5.0 Engine upgrade - Cummins ISL-07, 8.7L 250HP Heavy Duty Diesel Engine 3.6.0 Fueling apparatus - Emco-Wheaton Dry Break Fuel System 3.9.0 Engine Coolant Filter 3.10.0 Alternative drive train - Hybrid Drive Train System Allison-EP40 3.11.0 Transmissions 3.11.1 Allison B400R Transmission 3.11.2 Voith 864.5E Transmission 3.11.3 ZF-6HP504C Transmission 3.12.0 Fire Suppression System 3.12.1 Amerex Fire Suppression System (Amerex V-25 System) 3.12.2 JoMarr Fire Suppression System (JoMarr VTS-12) 3.13.0 90-Gallon Diesel Fuel Tank 3.14.0 Wheels 3.14.1 Brushed Aluminum Wheels 3.14.2 Polished Aluminum Wheels 3.15.0 Destination Signs

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 30 - MARCH 2009

3.15.1 Transign Curtain Roller Type Destination Signs (front,side) 3.15.2 Twin Vision Elyse Electronic Destination Signs (front,side,rear) 3.16.0 Alternative Driver Seating – 3.16.1 Driver Seat USSC Model 9100ALX 3.16.2 Driver Seat USSC Model 9100ALX 3 Point Belt 3.17.0 Keyed alike ignitions– multiple buses keyed alike 3.18.0 Bike Rack 3.18.1 Two (2) Position Bike Rack W/Tell-Tale Notification 3.18.2 Three (3) Position Bike Rack W/Tell-Tale Notification 3.19.0 Block/Run Number Box 3.20.0 AM/FM/CD Stereo MP3 Player 3.21.0 Rear Backing Camera System – a one camera system with dashboard color

monitor which permits the driver to see directly behind the bus when backing. The system immediately activates/deactivates each times the bus transmission is shifted into and out of reverse; and is designed for day and night operations

3.22.0 Driver’s fan 3.23.0 Public Address System 3.23.1 Radio engineering Industries Public Address System w/4 speakers - (Standard) 3.23.2 Microphone Cable Extension – Microphone Cable 10 Inch Extension (includes

a spare hand held micro phone with cord extension, jack, clip) 3.24.0 Hub Meter – Stemco 3.25.0 Alternative floor covering – Altro Transflor slip-resistant sheet vinyl flooring, smooth, all welded seams, customer to supply color selection. Include Altro step tread material with yellow nosing. 3.26.0 Digital Security Camera System

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 31 - MARCH 2009

3.26.1 247 (4) Camera Surveillance System added to the data recorder 3.26.2 Add (1) Camera to Surveillance System 3.27.0 Securement System 3.27.1 American ARM Securement System (2 positions) 3.27.2 Q-Straint QRT Max L Track Securement System (2 positions) 3.27.3 Sure-Lok Titian System W/ Solo Floor Pods Securement System (2 positions) 3.27.4 Additional Seat Belt Extensions (2 standard) 3.28.0 Entrance Ramp 3.28.1 Lift U Ramp (LU-11) 3.28.2 Braun Ramp (RA400) 3.29.0 Teleflex Morse adjustable brake and accelerator pedals 3.30.0 Special Tools and Spare Parts-See Sheet

• (1) Differential center section (drop-in unit only) • (1) A/C compressor, complete with clutch assembly • (1) Heater core • (1) Set of wiper motors • (1) Set of windshields • (1) Set of type window glazing • (1) Complete set of skirt panels • (1) Spare Power Pack (see description below) • (1) Spare Engine • (1) Spare Transmission • (1) Destination Sign package (Including; front, side(s), and rear • (1) Set of Entrance Doors • (1) Door Motor • (1) Left Rear corner panel • (1) Right Rear corner panel • (1) Rear Bumper • (1) Front cap excluding windshield • (1) Engine Door • (1) Set of Access door(s) and exterior door(s)

Upd

ated

Mar

201

2

Florida Department of Transportation Public Transit Office Order Packet

TRIPS-09-MD-FTS - 32 - MARCH 2009

EXHIBIT E

FLOOR-PLAN LAYOUT

Most agencies already have an idea on the type and number of seats and wheelchair positions needed to meet their floor plan requirements. A wide variety of alternative floor plans are available.

Agencies should work closely with Florida Transportation System, Inc. to develop and finalize their passenger seating floor layout plans. Based upon this consultation, Florida Transportation System, Inc. will develop a proposed floor plan based on the Agency’s needs and fax a copy of the plan to the Agency for verification and approval.

Upd

ated

Mar

201

2