Purchase of Used Bused
Louisiana > Morehouse Parish School Board
Solicitation: 92721583
Listing Information/Advertisement:


INVITATION TO BID
_______________________________
Name of School District
_______________________________
Mailing Address
_______________________________
City, State, & Zip
_______________________________
Contact Name & Title
_______________________________
Contact Telephone Number
 
Morehouse Parish Schools invites your company to bid on the following school bus, equipped as per these specifications.
 
All sealed bids must be received, no later than September 7, 2023.
 
Buses must meet and/or exceed all State & Federal Minimum Requirements for School Buses.  To facilitate a comparison of all brands of school buses being bid, all bids must be submitted on this form.
 
************************************************************************************************************
GENERAL DESCRIPTION OF EQUIPMENT
 
Quantity: (1) or more 2020 Model Conventional School Buses, 71 Passenger seating with a minimum Body Length of 33 feet.  Bus must meet or exceed all Federal, State, and Morehouse Parish specifications and National Minimum Standards.
 
Open Contract:  The award of this bid shall be an “open contract” and thus shall be open to Morehouse Parish Schools as well as other Louisiana Public entities to make additional purchases for a period of 12 months from the date of award with vendor consent.  This contract may be extended for an additional two (2) twelve (12) month terms with mutual consent.
 
************************************************************************************************************
BID SPECIFICATIONS 
Air Conditioning::  A/C  126,000 BTU free-blow unit with dual TM-21 engine run compressors.  Evaporators shall be recessed into both the front and rear bulkheads of the bus. Front evaporator shall have a duct blowing directly on driver with remaining ducts blowing towards rear of bus
Alternator:                                  240 amp minimum
Axles, Springs, & Shock absorbers:   

Front Axle:             12,000# rating minimum, lubed bearings
Rear Axle:               21,000# minimum, lubed bearings minimum
Rear Axle Ratio:    6.14:1 ratio
Rear Suspension:  21,000# capacity spring type
Shock Absorbers:  Front and Rear

Back Up Alarm:                          Safety alarm per state law      
Battery:                                        (3) 12 Volt, Group 31 batteries 2100 CCA Minimum, Heavy duty batterycompartment with key lock
Body Electric Panel:                  Exterior under driver window, with key lock
Brake System:                            Air operated with dryer 
CAMERAS                     REI (3) camera system installed

Cell Phone Adapter:   Mounted in driver’s area
Child Check:                  Sleeping child check monitor requiring driver to walk to rear of bus
Cowl Steps & Handles: Mounted LH & RH at windshield
Construction                 Buses must be certified to meet the “Colorado Rack Test” for additional bus roll overpassenger protection and the “Kentucky Pole Test” for additional side impact passenger protection.   Certifications shall be provided upon delivery
                                        
Crossing Arm:               Bumper mounted electric crossing control arm
Cup Holder:                   Fold out cup holder for driver
Doors:
Entrance:         double outward type with manual type controls only

Vandal Locks – Entrance door equipped with key lock

Exit:     Rear center mounted with upper/lower glass panel with security lock. Retainer to hold door    open.
Header Pad:    Entrance & Exit Doors, Padded Upholstery
Emergency Exits:        

Push-out Windows – 1 per side – 2 per body
Roof Hatch – 2 escape roof hatchesEngine:        
        6.8L V-10, gasoline engine
        320 H.P. / 460lb-ft Torque
        Engine must be EPA and CARB certified at the time of bid opening and OBDII compliant through 2018.
        Engine and Transmission to have a 5 year/unlimited mile warranty. 
      
An engine warning system with tell-tale warning on dash to alert driver of high engine temperature or low oil pressure shall be installed.Low coolant warning required.An electric hi-idle switch and cruise control switch shall be mounted on driver dash.Engine electronics flashed to maximum vehicle speed of 70mph.
 
Exhaust System:          Tailpipe exits driver side of bus
Floor Covering:             Heavy Duty Rubber with aluminum aisle trim5/8 inch marine grade plywood Sub-Floor. The plywood shall be screwed down to steel floor.
Fuel Tank:                      Minimum 100 gallon capacity mounted between frame rails for added safetyRight side fill opening with spring loaded locking door
Removable floor mounted inspection plate for ease of working on tank sending unit
Gauges:                          speedometer with trip meter, tachometer, hour meter, dash mounted clock,Voltmeter, oil pressure, water temperature, fuel gauge
Glove Box:                     Right side in dash with lockable latch.  Armrest with storage located to LH of driver.
Grab Rail:                      Two (2) to be located to LH and Rh of stepwell
Headlights:                    Daytime Running lights
Headroom:                    77 inches at center aisle
Heaters:                        

Left front heater & Defroster – 90,000 BTU, ducted to 3rd passenger seat for equal heat distribution
Rear heater under seat Mounted – 80,000 BTU
Auxiliary Defroster Fan – 2 driver defroster fans, one upper left and one upper center
Silicone heater hoses for extended life

Hood & Fenders:         Tilting hood
Horns:                             Dual, electric
Lettering:                       Name of school on both sides of bus body, as well as bus numbers in four locations

Lights:                            

Back-up lights – LED type
Brake lights – LED Type
Clearance lights – LED type, 2 amber front/2 red rear
Cluster lights – 3 amber front/3 red rear - LED type
Directional lights – Side directional signals mounted at front of beltline, LED type
Reflectors – as required by state law
Step well light – operates with door control
Stop & tail Lights – 2-4” and 2-7” red lens, LH/RH LED type
Strobe Light – 16 joule roof mounted with guard
Warning lights – 8 light system with protective hoods.
Mileage                          Bus will have no more than 50,000 miles.

Mirrors:                          all exterior mirrors to be heated type
Mud Flaps:                    Black rubber, front and rear
Noise Reduction:         Acoustical headliner in driver area. First two roof sections.  All roof panels to beattached with .
Paint:                             

Exterior – National School Bus Yellow with black trim
Interior – Manufacturer’s standard
Exterior Roof – White

Parking Brake:              Air Operated.
AM/FM/MP3/UBS/PA system with 8 interior speakers located in trim above passenger     windows.

Reflective Tape:           3M Diamond Grade reflective vinyl“School Bus” 8” on roof cap emboss, front and rear
Side & rear marker strips, marker strip surrounds each emergency exit
Rub Rails:                      4 exterior body rub rails, painted black
Safety Equipment:     

Body Fluid Kit:        Per State Specifications
Fire Extinguisher:  5# dry type with hose and gauge
First Aid Kit:            Per state specifications
Reflectors:              3-triangle warning devices

Seats:

Passenger:               71 passenger capacity
Upholstery:            Fire Block Upholstery to be equal to Prevail or Kevlar.  Passenger seats and    barriers must meet the “Bag burn Test” for school bus upholstery.
Driver:                     Hi-back seat with dual armrest, cloth inserts with vinyl trim, shoulderHarness & lap belt restraint
Steering:                        Hydraulic power, tilt & telescopic steering wheel.No switches to be located on the steering wheel.
 
Stepwell:                       To be a 3 step stepwell. The Stepwell shall be bolted on for ease of replacement in-lieuof welded type.
Stop arm:                       (2) 18” octagon electric sign with flashing lights, LED type
Sun visor:                       6.5 x 30, green plexi-glass
Tires & Wheels:

Front:         11R22.5G, tubeless radial  8/32 minimum tread
Rear:           11R22.5G, tubeless radial 8/32 minimum tread
Wheels:     22.5 x 8.25, 10-stud, hub piloted, disc rim

Tow Hooks:                   (2) front bumper
Transmission:               Ford 6R140 or pre-approved equal 
Undercoating:              Complete undercoating of bus body prior to mounting of body onto chassis.

Warranty:                      5 year engine minimum5 year transmission minimum
1 year base minimum
 
Water Test:                   All buses shall be water tested in a high pressure multi-angle test chamber.Manufacturer shall take all necessary action to correct any leaks that may be found. Documentation of test information shall be furnished with the bus upon delivery
Windows:

Side – tinted to allow 30% light transmittal
Rear – tinted to allow 30% light transmittal 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
Bidder Requirements:            
Must be a licensed dealer for the sale of new motor vehicles in Louisiana per R.S. 32:1251
Signed T-10 form for each bus as required by the BESE board 
Vendor Services:          Must have the following:
a toll free phone number
a website to assist customers in placing orders and product support
an on premises service facility capable of providing pre-delivery service for new and used buses, all major body repairs, all DOT inspections, and the ability to provide mobile service to school district facilities

a parts facility stocking a complete line of parts, with the ability to provide next day shipment for major body and chassis components, and to provide mobile parts sales including regularly scheduled on site retail visits.
The parts facility must be an integral part of the bus distributorship and directly controlled by the same.
 
 
 
 
 
 
 
 
Price Page
************************************************************************************************************
 
Bid Price
 
Total Unit Cost:                                                     $_______________________________________________
 
Date of Delivery:                                                                 _______________________________________________
 
 
 
 
************************************************************************************************************
 
Bidder Information
 
Signature of Bidder:                                             _______________________________________________
 
Company Name:                                                   _______________________________________________
 
Address:                                                                  _______________________________________________
 
City/State/Zip:                                                       _______________________________________________
 
Telephone Number:                                             _______________________________________________
 
Date of Bid:                                                            _______________________________________________
 
 
 
 
 
 
 

SUBMITTAL INFORMATION
Creator Username: MPSBDSF
Bidding Privacy: Bid encryption
Started: 20-Aug-2023 7:00:00 PM CDT
Ends: 07-Sep-2023 2:00:00 PM CDT ( Expired )
History: 100 Views, 0 Messages
Event Status: Expired since 07-Sep-2023 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::