1. APPENDICES E-1 – E-57
    2. APPENDIX A: DELIVERY PRICE INFORMATION BY BUS MANUFACTURER E
    3. APPENDIX F: OPTIONAL TIRE INFORMATION E-35 – E-38
    4. APPENDIX G: OPTIONAL BAGGAGE COMPARTMENT INFORMATION E-39 –
    5. APPENDIX H: ADDITIONAL OPTION INFORMATION BY MANUFACTURER E-
    6. APPENDIX I: NON-CONTRACT OPTION PRICES BY BUS MANUFACTURER E
    7. APPENDIX J: MANUFACTURERS’ NOTES E-56 – E-57
      1. BODY MANUFACTURERS
        1. MANUFACTURERS’ FLORIDA DEALERS
    8. EXAMPLE TYPE C COMPLETE BUS PURCHASE ORDER (THOMAS NORTH FLO
    9. Hilldale, Florida 32399
    10. TOTAL COST

 
1

 
 
  
 
2
 
 
TABLE OF CONTENTS
 
ORDERING INSTRUCTIONS FOR DEPARTMENT OF EDUCATION (DOE)
PAGE
SCHOOL BUS BID #2005-15:
 
TIMELINES
for purchase orders (P.O.s) and bus delivery, ordering information,.................................
3
 
ordering checklist, example P.O., payment instructions, vendor addresses, etc...............................
 
PRICES FOR TYPE A SCHOOL BUSES AND OPTIONAL EQUIPMENT...............................
A-1 – A-3
 
PRICES FOR TYPE C SCHOOL BUSES AND OPTIONAL EQUIPMENT ..........................
C-1 – C-35
 
 
Type C Parent Bore Engine - 29 Capacity............................................................................... C-2
Type C Parent Bore Engine - 47 Capacity......................................................................C-3 – C-8
Type C Parent Bore Engine - 65 Capacity....................................................................C-9 – C-14
Type C Parent Bore Engine - 71 Capacity..................................................................C-15 – C-19
Type C Parent Bore Engine - 77 Capacity..................................................................C-20 – C-21
Type C Wet Sleeve Engine - 29 Capacity ..................................................................C-22 – C-24
Type C Wet Sleeve Engine - 47 Capacity ..................................................................C-25 – C-27
Type C Wet Sleeve Engine - 65 Capacity ..................................................................C-28 – C-30
Type C Wet Sleeve Engine - 71 Capacity ..................................................................C-31 – C-33
Type C Wet Sleeve Engine - 77 Capacity ..................................................................C-34 – C-35
 
 
PRICES FOR TYPE D SCHOOL BUSES AND OPTIONAL EQUIPMENT ............................
D-1 – D-30
 
Type D Front Engine - 71 Capacity.................................................................................D-2 – D-6
Type D Front Engine - 77 Capacity...............................................................................D-7 – D-11
Type D Front Engine - 83 Capacity.............................................................................D-12 – D-15
Type D Front Engine - 89 Capacity.............................................................................D-16 – D-17
Type D Rear Engine - 72 Capacity..............................................................................D-19 – D-22
Type D Rear Engine - 78 Capacity..............................................................................D-23 – D-26
Type D Rear Engine - 84 Capacity..............................................................................D-27 – D-30
 
APPENDICES.........................................................................................................................
E-1 – E-57
 
APPENDIX A: DELIVERY PRICE INFORMATION BY BUS MANUFACTURER .....................E-1 – E-8
 
APPENDIX B: WHEELCHAIR LIFT BUS SEATING CAPACITY INFORMATION..................E-9 – E-15
APPENDIX C: OPTIONAL WHEELCHAIR LIFT/TIEDOWN INFORMATION........... ...........E-16 – E-19
 
APPENDIX D: STANDARD AND OPTIONAL AIR CONDITIONING INFORMATION..........E-20 – E-27
APPENDIX E: OPTIONAL ENGINE INFORMATION ...........................................................E-28 – E-34
APPENDIX F: OPTIONAL TIRE INFORMATION.................................................................E-35 – E-38
APPENDIX G: OPTIONAL BAGGAGE COMPARTMENT INFORMATION..........................E-39 – E-42
APPENDIX H: ADDITIONAL OPTION INFORMATION BY MANUFACTURER...................E-43 – E-46
APPENDIX I: NON-CONTRACT OPTION PRICES BY BUS MANUFACTURER ................E-47 – E-55
APPENDIX J: MANUFACTURERS’ NOTES ......................................................................E-56 – E-57

 
  
 
3
 
 
 
 
SCHOOL BUS BID #2005-15 ORDERING INSTRUCTIONS
 
1
.
PURCHASE ORDER (P.O.) DEADLINES
 
 
Units ordered under purchase orders received by the School Transportation Management
Section (STMS)
by the dates specified below
will be delivered by the indicated dates
(subject to bidder's compliance with required timelines):
 
TYPE A, C, and D COMPLETE BUS TIMELINES
 
ACTION
 
PLAN A
 
PLAN B (later delivery)
Purchase order received
by STMS:
 
Date of award through
October 24, 2005
 
October 25, 2005, through
March 24, 2006
 
Complete bus delivered or ready
for pickup by (guaranteed by
performance bond):
 
Not later than
June 9, 2006
 
Not later than
November 28, 2006
 
P.O.s may be submitted by facsimile transmission to (850) 245-9935, but hard copy originals
should be sent within one week of fax transmission. Please call (850) 245-9795 to confirm
proper receipt of any fax transmissions.
 
2.
PAYMENT INSTRUCTIONS AND INFORMATION
 
Payment for Type A, C, and D complete buses
will be due upon delivery and acceptance by
the purchaser, or within forty-five (45) calendar days after receipt of invoice, or within forty-five
calendar days of receipt of Manufacturer’s Certificate of Origin (MCO), whichever is later.
Purchaser has no more than ten business days to accept or reject the bus.
Rejection of
any unit must be immediately confirmed through the Department.
 
Under the provisions of Section 215.422, Florida Statutes, vendors may charge interest
penalties if payment for chassis and bodies is not received according to the above
requirements.
 
3.
PURCHASE ORDER INFORMATION
 
a.
All purchase orders must be sent to
:
School Transportation Management Section
Department of Education
325 West Gaines Street, #1134
Tallahassee, Florida 32399-0400
Attention: Mr. Bill Schroyer
NOTE
: If your purchase orders are inadvertently sent directly to the vendor,
it will add a
delay of two to three weeks to the final processing of your order and the
manufacture of your buses
. All manufacturers that were awarded bids have been
instructed to return any unprocessed P.O.s back to the Department of Education, School
Transportation Management Section, for processing.
 
b. Once your purchase orders are received by the DOE, they will be processed and
forwarded to the vendor as quickly as possible. A confirmation of receipt of your

purchase orders will be returned to your school district superintendent and transportation
director.
If you do not receive a receipt for your order
within two weeks, please
contact the School Transportation Management Section at (850) 245-9795.
This
confirmation is important since it is your only assurance that your order has been
transmitted to the vendor
.
 
 
c.
Purchase orders for school buses with air conditioning
WILL NOT BE PROCESSED
until
the air conditioning system has successfully passed the Florida School Bus Specifications
 
performance test for air conditioning. Vendors must successfully complete air
conditioning performance testing by September 1, 2005. It is strongly recommended that
districts wait until the performance tests have been completed before preparing purchase
orders. Pricing information shown on pages herein is provided for planning purposes
only. On or about September 6, 2005, the Department will notify school districts by
electronic communication of all air conditioning units that successfully completed the pilot
testing.
 
d.
BUS ORDERING CHECKLIST
:
 
    
For Types A, C, and D complete bus P.O.s,
 
the following information must be
included. On all P.O.s, have you:
 
 
(1)
Inserted the body manufacturer's (or dealer's) name and address, including the
contact person?
 
(2)
Inserted the quantity of bodies ordered, pupil capacity, body model number, type
engine, unit price, total price, and other basic body configuration (lift and/or air
conditioning, or straight floor as applicable)?
 
(3)
Specified the location of the wheelchair lift in front of or behind rear wheels
for wheelchair lift buses? Did you specify the lift manufacturer?
 
 
(4)
Inserted options using option numbers as shown in this pricing and ordering
information?
 
(5)
Inserted the correct unit and option prices, total P.O. price, and indicated the
correct Purchase Plan (Plan A or Plan B)?
 
 
(6)
Inserted local school district bus numbers to be put on buses by the body
company?
For tracking purposes, all body purchase orders processed must
include local school district bus number(s). P.O.s will be delayed if required
local bus number(s) are not supplied.
 
 
(7)
Indicated whether buses are to be delivered (include price from appropriate
manufacturer's delivery schedule attached) or picked up by the district at the body
plant?
 
 
e.
Please review all options available for this year
. The list varies by manufacturer, so
review what is available for the type and capacity of bus ordered.
 
 
  
 
4
 
 

f.
The purchase of a NON
-
CONTRACT OPTION
is permitted subject to the following
limitations:
 
(1)
The option is listed on the purchase order as a separate option.
 
(2)
The option is clearly identified by the purchaser on the purchase order as a NON-
CONTRACT OPTION.
 
(3)
The price for each individual NON-CONTRACT OPTION is clearly indicated on the
purchase order.
 
(4)
The purchaser acknowledges the fact that the NON-CONTRACT item is not part of
the DOE’s approved contract and has not been reviewed by the STMS. It is the
purchaser’s responsibility to determine if state or local purchase regulations affect
the purchase of these NON-CONTRACT items.
 
g.
Private schools meeting the requirements of Section 1002.42(15), Florida Statutes, are
authorized to purchase buses from this bid.
 
h.
  
Purchase orders for Plan A delivery must be in the STMS office no later than
October 24, 2005. Purchase orders for Plan B (later delivery) units will be accepted
until March 24, 2006
.
 
 
i.
  
Thomas Built Buses, Inc., utilizes a fuel tank mounted between the frame rails on all
conventional (Type C) school bus configurations. This location requires a
left side body
fuel fill
on all conventional
REAR LIFT
bus configurations.
 
 
4.
GENERAL INFORMATION
a.
Each district ordering Type C or Type D buses will receive one service manual, CD, or
on-line access authorization per shop location from the manufacturer covering the
chassis model(s) purchased.
  
 
    
  
  
b.
The vendor is required to deliver one parts manual, CD, or on-line access authorization
per shop location to each district purchasing one or more buses.
 
 
c.
Type A, C, and D final stage manufacturers shall agree to accept electronic notification of
school district in-service dates provided by the DOE in lieu of forms or update forms.
Such notification shall serve to update actual warranty start dates for all chassis, chassis
components, and body warranties.
 
d.
Names, addresses, and phone numbers of dealers or manufacturers awarded bids are
provided on page 7.
These persons may be contacted regarding equipment,
production, delivery, or other information pertaining to your bus purchases.
 
 
e.
Thomas Built Buses, Inc., has designated two separate dealers who will accept orders
and complete delivery of buses purchased from this contract within their defined areas of
responsibility. These areas of responsibility are defined below.
 
First Class Coach and Equipment
is designated as the dealer representative for the
following districts: Alachua, Baker, Bay, Bradford, Brevard, Calhoun, Citrus, Clay,
 
  
 
5
 
 

Columbia, Dixie, Duval, Escambia, Flagler, Franklin, Gadsden, Gilchrist, Gulf, Hamilton,
Hernando, Hillsborough, Holmes, Jackson, Jefferson, Lafayette, Lake, Leon, Levy,
Liberty, Madison, Manatee, Marion, Nassau, Okaloosa, Orange, Osceola, Pasco,
Pinellas, Polk, Putnam, Santa Rosa, Sarasota, Seminole, St. Johns, Sumter, Suwannee,
Taylor, Union, Volusia, Wakulla, Walton, and Washington.
 
Freightliner of South Florida
is designated as the dealer representative for the following
districts: Broward, Charlotte, Collier, Dade, DeSoto, Glades, Hardee, Hendry, Highlands,
Indian River, Lee, Martin, Monroe, Okeechobee, Palm Beach, and St. Lucie.
 
Please see page 8 for a map that designates the areas of responsibility.
 
Thomas Built Buses, Inc., will notify each Florida school district, as well as eligible local
and state agencies, about which dealer is responsible for providing services associated
with this contract.
 
All purchase orders issued by Florida school districts and any other eligible local or state
agency will be required to be made out to the identified dealer for their area. The entity
will then submit its purchase order(s) for processing as specified in Section 3 above.
 
5. BUS SEATING CAPACITIES
 
  
a.
All capacities listed in the order guide are based on the maximum capacity of that shell
size using 13 inches of rump width per seating position, per National School
Transportation Specifications and Procedures, 2000 Revised Edition, and Florida School
Bus Specifications. Purchasers should call manufacturers to determine actual capacities
for the specific configuration they are ordering. Please also see Appendix A for a general
guide for wheelchair lift buses.
 
 
  
b.
The addition of C.E. White Toddler Seats may reduce capacity. Please contact dealer for
specific seating capacity before placing your order.
 
6. PRICING PAGES TERMS
The following definitions and terms are used throughout the Pricing Pages.
Price
Base Unit or Option Price
STD Standard
Equipment
N/A
Not Available or Not Applicable
N/C
No Charge Item; Item Must be Ordered to Receive
 
7.
 
  
 
6
 
 

 
DEALER CONTACT INFORMATION
 
BODY MANUFACTURERS
MANUFACTURERS’ FLORIDA DEALERS
 
 
Integrated Coach Corp. (IC)
Highway 65B
Conway, Arkansas 72032
Rivers Bus & RV Sales
10626 General Avenue
Jacksonville, Florida 32220
Jim Searcy, School Bus Sales Manager
(904) 783-0313
bussales@riversbus.com
 
Blue Bird Corporation
P.O. Box 937
Ft. Valley, Georgia 31030-0937
 
Florida Transportation Systems, Inc.
7703 Industrial Lane
Tampa, Florida 33637-6775
Robert Frick, School Bus Sales Representative
(813) 980-0174
rfrick@fts4buses.com
P.O.s: Attn: Chris Rustman, President
 
 
 
 
 
 
Thomas Built Buses, Inc.
P. O. Box 2450
High Point, North Carolina 27261
North and Central Florida Districts (see map, page 8)
First Class Coach & Equipment
88 East Broad Street
Winter Garden, Florida 34787
Nancy Burke, Sales Coordinator
(407) 656-1175
nancy@1stclasscoach.com
 
South Florida Districts (see map, page 8)
Freightliner of South Florida
2840 Center Port Circle
Pompano Beach, Florida 33064
Steve Murphy, Sales Manager
(954) 545-1000
smurphy@freightlinersf.com
 
 
  
 
7
 
 

8.
THOMAS DEALER AREAS OF DEFINED RESPONSIBILITY
 
 
First Class Coach and Equipment
Freightliner of South Florida
Alachua
  
Hamilton
Osceola
Broward
Baker
  
  
  
Hernando
Pasco
Charlotte
Bay
  
  
  
Hillsborough
Pinellas Collier
Bradford
  
Holmes
Polk
Dade
Brevard
  
Jackson
Putnam DeSoto
Calhoun
  
Jefferson
Santa
Rosa
Glades
Citrus
  
  
  
Lafayette
Sarasota
Hardee
Clay
  
  
  
Lake
Seminole
Hendry
Columbia
  
Leon
St.
Johns
Highlands
Dixie
  
  
  
Levy
Sumter
Indian
River
Duval
  
  
  
Liberty
Suwannee
Lee
Escambia
  
Madison
Taylor
Martin
Flagler
  
  
Manatee
Union
Monroe
Franklin
  
Marion
Volusia Okeechobee
Gadsden
  
Nassau
Wakulla
Palm
Beach
Gilchrist
  
Okaloosa
Walton
St.
Lucie
Gulf
  
  
Orange
  
Washington
 
Florida School for Deaf and Blind
 
  
 
8
 
 

 
9.
EXAMPLE PURCHASE ORDER
 
EXAMPLE TYPE C COMPLETE BUS PURCHASE ORDER (THOMAS NORTH FLORIDA)
PANHANDLE COUNTY SCHOOL BOARD
Purchasing Department
Phone (850) 555-1212
444 Big Bend Parkway
Hilldale, Florida 32399
 
V
E
N
D
O
R
 
First Class Coach & Equipment
88 East Broad Street
Winter Garden, FL 34787
ATTN: Nancy Burke, Sales Coordinator
(407) 656-1175
 
S
H
I
P
 
T
O
Panhandle County School Board
Transportation Department
121 Live Oak Drive
Hilldale, Florida 32399
ATTN: Transportation Director
LINE
NO.
ACCT.
CHG.
QTY
UNIT
DESCRIPTION
UNIT PRICE
TOTAL PRICE
 
  
2
  
Freightliner/Thomas 47 Cap, Straight Floor,
$66,970
$133,940
 
  
  
2
 
Front Ricon lift, A/C, Cat C7
B5B. Intercom/AM/FM Radio
 
$430 $860
 
  
2
  
B6. Locking Door at Fuel Tank
$25
$50
 
  
2
  
B7. CE White Toddler Seat
$545
$1,090
  
2
2
 
B15. Flip-Up seat behind Driver's Seat
B18. Underseat Rear Heater
$135
STD
$270
$0
  
2
2
 
C1. Front Tow Hooks
C2. Spare Disc Wheel
STD
$85
$0
$170
 
  
2
  
C6b. 270 Amp L'N 4864 Alternator
$205
$410
 
  
2
  
Delivery from IC plant to Hilldale, FL (Region
1)
$1,083 $2,166
 
  
  
  
Bodies to be numbered 2006-01 and 2006-02
  
  
SHIPPING INSTRUCTIONS:
Call Mr. Transportation Q. Director at
(850) 555-1212 when buses are ready.
 
TERMS:
 
Purchase Plan:
Plan A
 
 
TOTAL COST
$138,956
 
BID OR S/C NUMBERS:
 
Florida Department of
Education Bid #2005-15
MAIL INVOICES TO:
Panhandle County School Board
Finance Department
 
444 Big Bend Parkway, Hilldale, FL 32399
INSTRUCTIONS TO VENDOR:
 
1. The above purchase order number must appear on the invoice and shipping
documents. Payment will only be made on itemized invoices. Original and 2
copies of itemized invoice must be furnished.
2. Back orders will not be accepted unless prior approval is obtained from
Purchasing Office.
3. Collect shipments will not be accepted. If freight is to be paid by Sunshine
County Schools, freight charges must be prepaid and included on invoice.
4. No substitutions of items ordered or price changes will be allowed without
prior approval from Purchasing Office.
5. Checks will only be made payable to the vendor specified on this purchase
order. Invoice must be issued by the same vendor specified on this purchase
order.
6. Vendor indemnifies Sunshine County School Board against all damages and
expenses resulting from patent infringements.
FLORIDA SALES TAX EXEMPT NUMBER
 
00-000-00-00-00
 
FEDERAL EXCISE TAX EXEMPT NUMBER
 
00-00-0000H
 
PANHANDLE COUNTY SCHOOL BOARD
PURCHASING DEPARTMENT
 
 
By
______________________________________
_
AUTHORIZED SIGNATURE
 
 
  
  
VENDOR
  
  
 
  
  
  
  
  
 
  
 
9
 
 

 
 
  
 
10
 
 

Back to top