Preview only show first 10 pages with watermark. For full document please download

Special Conditions Of Bid 1. Scope

   EMBED


Share

Transcript

WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 1 of 15 SPECIAL CONDITIONS OF BID 1. SCOPE The Wisconsin Department of Transportation (WisDOT or DOT), through its Purchasing Unit (Purchasing), requests bids for a Motorcycle Rider Education Mobile Classroom. See attachments regarding floor plan, specifications and aesthetics. The attached Standard Terms and Conditions shall govern this bid unless specifically modified in the Special Conditions of Bid. Conditions of bid that include the word "must" or "shall,” describe a mandatory requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply with a given specification or condition of bid, Purchasing reserves the right to delete that specification or condition of bid. Failure to meet a mandatory requirement shall disqualify your bid. If you have any questions regarding the specifications, or special conditions of bid, please contact the purchasing agent shown on the bid cover sheet via email at [email protected] no later than 12/16/09. If the answer requires written notification to other bidders, purchasing will issue an official addendum. Any correspondence, documents, price lists, etc. to support your bid, must include the bid number and be sent to: U.S. Mail: Purchasing WI Department of Transportation 4802 Sheboygan Ave., Room 751 PO Box 7396 Madison, WI 53707-7396 UPS, Fed Ex, Airborne, etc.: Purchasing WI Department of Transportation 4802 Sheboygan Ave., Room 751 Madison, WI 53705 Retain a copy of these Special Conditions of Bid for your files. Should you receive an award, these Special Conditions of Bid become your contract terms and conditions. Questions regarding this bid shall be answered by the following: Jane DeRosia at e-mail [email protected] 2. BID REQUIREMENTS AND BIDDER/CONTRACTOR QUALIFICATIONS To be eligible for a contract award, you must be qualified and able to provide the following. Response includes attached “Vendor Information Sheet” and “References Sheet”. 2.1 Bidder must be an original manufacturer, or distributor, or dealer authorized by manufacturer with service and repair capabilities for the product. 2.2 Bidder must supply a client list of three (3) firms to which similar products have been provided during the past five (5) years to a comparable sized institution or company. If contacted, all of those references must verify that a high level of satisfaction was provided. Use attached References Sheet for this listing. 2.3 Bidder must be in the business of custom 5 wheel construction for the past five (5)years. 2.4 Bidder is requested to quote on maintenance agreements available after expiration of the warranty term. Please include terms, which components shall be covered and annual cost. A sample agreement form, including the terms and conditions, should be included with the bid submittal. Available maintenance quote will not be considered as part of the award. 2.5 Contractor must provide designated WisDOT personnel with instructions on set-up and operation of the system and/or products. th WISCONSIN DEPARTMENT OF TRANSPORTATION 2.6 3. BID #266759 Page 2 of 15 Contractor must be prepared to honor the manufacturer’s standard warranty. Indicate warranty term and enclose standard warranty documents with your bid. SPECIFICATIONS See SPECIFICATIONS and/or BID PRICE SHEET for the minimum acceptable specifications for products desired. Floor plan, specifications and aesthetics are attached. Bid must be clearly identified by manufacturer and catalog/model/stock number and/or appropriate identification as requested on the BID PRICE SHEET. Adequate detailed specifications of the product offered must be included with your bid to insure that the product being bid meets all specifications. For the optional items listed in the specifications, please include a separate piece of paper indicating additional cost for each option. Failure to provide product specifications and information may disqualify your bid. WisDOT shall be the sole judge of equivalency and acceptability. Bid specifications may not be revised without an official written addendum issued by Purchasing. 4. DELIVERY Delivery is desired as soon as possible after receipt of a purchase order. Most desirable delivery date is April 12, 2010 or prior to. The department will provide an incentive of $500.00/week for delivery each week prior to April 12, 2009 up to a maximum of $2500.00 will be accessed. Penalty of $500.00/week for delivery each week beyond April 12, 2009 will be assessed. Completed delivery will be based on customer satisfaction of product. Timeline is as follows: A) Bid requests out to potential vendors by December 8rd B) Bid responses received no later than 2:00 PM, December 29th C) Bids reviewed the week of January 4th D) Bid awarded to vendor no later than January 11th E) Review of trailer configuration specifications by January 18th F) Finalization of trailer specifications by January 29th G) Finalization of component specifications by February 5th H) Customer supplied components on order by February 12th I) Basic trailer "in place" the week of March 15th J) Receipt of all outfitting components the week of March 15th K) Begin outfitting of trailer the week of March 15th L) Completion of Mobile Classroom the week of March 29th M) Shake-down of completed M/C at vendor facility week of April 5th N) Make adjustments, tweak details, etc. April 8th through April 15th O) Take delivery of Mobile Classroom the week of April 12th P) Hands-on training and familiarization of staff the week of April 20th Q) Formal debut of WMSP Mobile Classroom the week of April 26th Please indicate on the Bid Cover Page your estimated delivery time in calendar days. 5. F.O.B. DESTINATION FREIGHT INCLUDED Bid prices should include all packing, transportation, insurance charges and installation/operation manuals. Failure to bid FOB Destination Freight Included may disqualify your bid. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 3 of 15 In carrying out the scope of this contract, the Contractor may be required to perform services on WisDOT property. Bidders must include all transportation and insurance charges. Failure to include these costs may disqualify your bid. 6. METHOD OF BID Bidder must submit a unit price and extended total for each item. All prices must be quoted in U.S. Dollars. For the optional items listed in the specifications, please include a separate piece of paper indicating additional cost for each option. Bids requiring an order minimum shall be disqualified. 7. BID RESPONSE REQUIREMENTS In order for your bid to be considered, the following information must be provided. Fill out and submit one copy (unless stated otherwise) by the due date and time listed on the bid cover page. Include: 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 7.9 7.10 7.11 Bid Cover (Signature) Pages Addendum Cover (Signature) Page(s), if applicable to this bid request Bid Price Sheet(s) Vendor Information Sheet References Sheet MBE Program Awareness, Compliance & Action Plan Two (2) copies of complete specifications and descriptive brochure or detail for the product(s) bid Quote on maintenance agreements available after expiration of the warranty term (see 2.4). Instructions on set-up and operation of the system and/or products (see 2.5). Warranty term and standard warranty documents (see 2.6). Costs for each option (see 3 and 6) Failure to provide these forms/information with your bid submittal may disqualify your bid. Bids may not be submitted via facsimile. It is the bidder’s responsibility to ensure that all documents are readable and completely delivered at the DOT Purchasing Office by the due date and time. Because of increased building security, access to the WisDOT Purchasing Office is restricted and may cause delay if hand delivering your bid. Allow ample time for security clearance to room 751. 8. METHOD OF AWARD Award(s) shall be made on the basis of the lowest total cost from a responsive, responsible bidder who meets the specifications. Options will not be included in the lowest total cost for award but should be submitted on a separate piece of paper. Timeliness of delivery may be considered when making this award. Most desirable delivery date would be March 1, 2010 or prior to. 9. INVOICING REQUIREMENTS WisDOT must meet a statutory mandate to pay or reject invoices within 30 days of receipt by WISDOT. Before payment is made, it also must verify that all invoiced charges are correct. Only properly submitted invoices shall be officially received for payment. Thus, your prompt payment requires that your invoices be clear and complete in conformity with the instructions below. All invoices must be itemized showing: a. b. c. purchase order number vendor name remit to address d. e. complete product description as stated on your bid. prices WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 4 of 15 The original invoice and one copy must be sent to the Bill To address shown on the Purchase Order. 10. MINORITY BUSINESS PARTICIPATION The Wisconsin Department of Transportation is committed to the promotion of minority businesses in the State’s purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2), 16.75(3m), and 16.755. Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to statecertified Minority Business Enterprises (MBE) and/or by using such enterprises to provide goods and services incidental to this purchase order (second-tier suppliers), with a goal of awarding 5% of the order dollar amount to such enterprises. An MBE means a business certified, or certifiable, by the Wisconsin Department of Commerce under Statute 560.036(2). Bidders must submit the attached WisDOT MBE Program Awareness, Compliance & Action Plan (Attachment C) indicating their proposed utilization of state-certified minority businesses for this purchase order. Contact the State’s Minority Business Manager for assistance in locating certified firms at (608) 267-3293 or the WisDOT Minority Business Program Coordinator at 608-267-2886. A listing of State of Wisconsin certified minority businesses, as well as the services and commodities they provide, is on the State-certified MBE web site: www.doa.wi.gov/mbe 11. SUBCONTRACTING OR THIRD PARTY PAYMENTS All subcontracting shall be pre-approved by WisDOT. Subcontractors must abide by all terms and conditions of the bid. The prime contractor shall be responsible for all subcontractor(s) work and payment. The WisDOT will not pay any subcontractor or third parties directly. 12. CERTIFICATION FOR COLLECTION OF SALES AND USE TAX The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any existing contract, if the vendor or contractor has not met or complied with the requirements of s.77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 5 of 15 STATE OF WISCONSIN DOA-3477 (R05/98) ATTACHMENT A VENDOR INFORMATION 1. BIDDING COMPANY NAME FEIN (Federal Employer ID Number) OR Phone ( ) Toll Free Phone FAX ( ) E-Mail Address Social Security # (if sole proprietorship) ( ) Address City 2. State Zip + 4 Name the person to contact for questions concerning this bid. Name Title Phone ( ) Toll Free Phone FAX ( ) E-Mail Address ( ) Address City 3. State Zip + 4 Any vendor awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel / Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan. Name Title Phone ( ) Toll Free Phone FAX ( ) E-Mail Address ( ) Address City 4. State Zip + 4 Mailing address to which state purchase orders are mailed and person the department may contact concerning orders and billings. Name Title Phone ( ) Toll Free Phone FAX ( ) E-Mail Address Address ( ) WISCONSIN DEPARTMENT OF TRANSPORTATION City BID #266759 Page 6 of 15 State Zip + 4 WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 7 of 15 STATE OF WISCONSIN DOA-3478 (R12/96) ATTACHMENT B REFERENCES VENDOR: Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided to customers similar to those requested in this solicitation document. Potential subcontractors cannot be references. Any subcontractor arrangement for the completion of this work shall be listed on a separate bid page. Company Name Address (include Zip +4) Contact Person Phone No. Product(s) and/or Service(s) Used Company Name Address (include Zip +4) Contact Person Phone No. Product(s) and/or Service(s) Used Company Name Address (include Zip +4) Contact Person Phone No Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Product(s) and/or Service(s) Used Phone No. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 8 of 15 ATTACHMENT C WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN As a matter of sound business practice, the Wisconsin Department of Transportation is committed to “supply diversity” by promoting the use of minority business whenever and wherever possible. Further, as an agency of the State of Wisconsin, WisDOT shares in the state goal of placing five (5) percent of its total annual purchasing dollars with state-certified minority businesses. State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) certified by the Wisconsin Department of Commerce, Bureau of Minority Business Development should have the maximum opportunity to participate in the performance of its contracts/projects. You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to minority-owned business enterprises or by using such enterprises to provide goods and services incidental to this agreement (second-tier suppliers), with a goal of awarding 5% of the contract price to such enterprises. Monthly or Quarterly reports are requested to be submitted to the Department of Transportation Purchasing Unit, itemizing the costs of services and goods provided by certified firms. Reports should state the costs for the previous contract/project month or quarter. Authority for the MBE program is found in Wisconsin Statutes 15.107(2), 16.75(4), and 16.755 and 560.036(2), and details about the program can be found at: http://www.doa.state.wi.us/category.asp?linkcatid=677&linkid=113&locid=0 Your complete response on the following form must address the following components of your company’s/organization’s commitment/action plan: a) Indication that you understand the WisDOT’s goal, b) Listing of any MBE vendors with which you intend to subcontract, c) Description of the various second tier MBE expenses (goods and services procured that are incidental to the contract/project; examples are: specific office supplies to perform the contract, percentage of cost for uniforms for contract staff, travel to perform the contract/project, percentage of facility maintenance services for your facility used directly by your staff during the contract/project period) your company/organization will be able to report that are in direct connection with the administration of this contract, d) Statement expressing your commitment to complete the required monthly or quarterly reports that will reflect your subcontracts and second-tier expenditures for the period. For information on certified State of Wisconsin minority business enterprises, please contact: JoAnn Moore MBE Program Coordinator WisDOT Division of Business Management 4802 Sheboygan Avenue, Room 751 Madison, WI 53705 Phone: 608-267-2886 Fax: 608-267-4892 www.dot.wisconsin.gov/business/mbe [email protected] A complete listing of certified minority businesses, as well as the services and commodities they provide, is available on the web at: www.doa.wi.gov/mbe and Information regarding certification of minority businesses is available at: http://commerce.wi.gov/BD/BDMBD-Index.html WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 9 of 15 ATTACHMENT C WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN Complete and sign Failure to complete this form as a component of your bid may result in rejection of your bid. Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE).  Yes  No Our company/organization is a minority business but has not yet received Wisconsin certification (please provide details): _____________________________________________  Yes  No We are aware of the WisDOT’s goal to spend at least 5% of their total annual purchasing dollars with state-certified MBE firms.  Yes  No  Yes  No  Yes  No We are aware that if awarded this contract/project our company/organization will provide monthly or quarterly reports to WisDOT reporting all expenditure activity directed to MBE subcontractors or second-tier MBE suppliers that directly relate to this contract. (Any noncertified minority businesses could be a potential subcontractor/second-tier supplier--indicate these on your plan. WisDOT will work with those businesses for possible certification.) Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume with certified MBE firms listed below (names, addresses, telephone numbers): Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT achieve the 5% goal by managing your second-tier minority purchases. Second-tier business refers to incidental business expenses your company may spend with Wisconsin-certified MBE firms as it pursues the normal course of business supplying the WisDOT-contracted products or services. Here are some examples: Percentage of your office supplies specifically used during the course of this contract/project. Percentage of uniform costs for staff performing this contract/project. If you travel to perform this contract/project, you could use a state-certified MBE travel agency and report that expense. Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of this contract/project. These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT. The percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to your total sales volume. Per the terms of your contract, you should actively pursue directing business towards these types of companies, and report your efforts in this regard on a monthly basis. ************************************************************************************************************************************* In paragraph form, describe your company/organization’s commitment/action plan with regard to the planned use of state-certified MBE businesses in subcontracting efforts, as well as developing MBE second-tier suppliers. Please list your specific commitments (attach sheet, if necessary). SIGNATURE: ______________________________________ DATE: _________________________________ PRINTED NAME & TITLE: ___________________________________________________________________ COMPANY: _______________________________________ PHONE NUMBER: _______________________ WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 10 of 15 ATTACHMENT D MINORITY BUSINESS PARTICIPATION REPORT Wisconsin Department of Transportation DT1230 8/2006 s.16.75(3m) Wis. Stats. Return via FAX to: OR Return via e-mail to: 608-267-3609, ATTN: Purchasing Minority Business Coordinator Report Date Contract / Purchase Order # [email protected] Time Period Covered by Report Monthly: Quarterly: #1 #2 through #3 #4 Project Name / Contract Title Prime Vendor / Contractor Name Minority Vendor Contractor Name, Address and Telephone Number Federal Employer Identification Number – FEIN Product / Service Purchased Subcontract $ Amount Second Tier $ Amount If no business was awarded to Minority Business Enterprises (MBE) for this period, please describe the efforts made to encourage minority business participation. If you have questions, please call the WisDOT Minority Business Program Specialist, 608-2672886. ________________________________________________________________________________________________________ ________________________________________________________________________________________________________ ___________________________________________________________ I certify that the information contained on this report is true and correct. I also certify that I am an authorized representative of the above-identified Prime Vendor / Contractor. (Prime Vendor/Contractor Authorized Representative Name) (Title) WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 11 of 15 Wisconsin Motorcycle Safety Program Motorcycle Rider Education Mobile Classroom Proposal MOBILE CLASSROOM OUTFITTING: (Reference Proposed Floor Plan Layout Drawing) ● Project to request purchase of a 5th wheel/gooseneck travel trailer, approximately: ◦ 8 Feet (Approximate) interior width with flat floor ◦ 8 Foot (Approximate) interior ceiling height ◦ Minimum 44 to 48 Feet interior length including gooseneck ◦ Maximum GVW (maximum payload trailer) @ 17,800 Lb ◦ Three torsion axels, E-Z lube hubs with grease caps, radial tires, all-wheel electric brakes Trailer will come equipped with a (maximum width) drop down tail section (spring assisted) and compartment for transporting of three mid-size training motorcycles. This compartment area should: ◦ Incorporate durable, easy clean-up, chemical resistant, non-slip flooring ◦ Adequate tie-downs for three, 400 Lb, mid-size training motorcycles, or two, 1000 Lb full-dress police motorcycles ◦ Include fire extinguishers and mounting brackets throughout Maximum width drop-down tail section will serve dual role as main entry point for students and visitors as well as board/disembark of motorcycles Trailer will come equipped with a total of three slide-out sections to expand the simulator training area and central area of the classroom for increased capacity Interior design and components of the trailer will be custom-built by the manufacturer per program specifications in unison with the following: ◦ Floor mounted and overhead-mounted R/V style storage cabinets, drawers, and closets for stowage of instructional and promotional materials placed in ALL areas where possible to maximize available storage. All storage cabinets, drawers, and closets must be R/V style securable for security during transport. ◦ Floor covering, interior walls, and interior ceiling should be conducive to a classroom type of environment… floor, walls, and ceiling shall be insulated Trailer will also contain side exit/entry doors, (36” Width) with steps and exterior handrail for access to/from the interior… all doors will include: ◦ Safety-spring chain and door hold-back ◦ A window ◦ Dead-bolt lock/keys ◦ Screen section Windows located in motorcycle simulator trainer compartment and classroom/kitchenette area as indicated on the reference floor plan layout drawing Interior doors will be of the pocket-door configuration to maximize available work space Minimum items: o Auto leveling system o Auto-electric front jacks o Power awning/s with weather-guard o Generator: 20 KW (Vendor to specify appropriate capacity) o Electrical: • Recessed interior overhead lighting throughout the trailer interior • Interior outlets: Minimum (8) eight – Motorcycle simulator training compartment Minimum (12) twelve - Classroom/kitchenette compartment Minimum (4) four - Motorcycle storage compartment • Interior 12 Volt back-up lighting in each compartment and at each exit/entry. • Exterior (GFI) outlets: Two on each side of trailer, two at the rear • Exterior lighting at each exit/entry point to the trailer with wall switches on the trailer interior in close proximity to corresponding door. • Exterior lighting: Six (6) 500 Watt, recessed quartz exterior lights, two each side of trailer, two at the rear. Three wall switches on interior of trailer. • Appropriate breaker panel with 110v AC to 12v DC converter • Surge-protection for computers in simulator and classroom compartments • Connection available to exterior/on-site 110/3/60 power source WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 12 of 15 • DOT approved “trailer” lighting - see link: http://www.nhtsa.dot.gov/portal/site/nhtsa/template.MAXIMIZE/menuitem.a17d2848031e27a1ba7d9d1046108a0c/?javax.portlet.tpst=4427b997caacf504a8 bdba101891ef9a_ws_MX&javax.portlet.prp_4427b997caacf504a8bdba101891ef9a_viewID=detail_view&itemID=05c39134db1bff00VgnVCM1000002c567 798RCRD&viewType=standard&detailViewURL=/portal/site/nhtsa/template.MAXIMIZE/menuitem.a17d2848031e27a1ba7d9d1046108a0c/!2014429427!1312700801?javax.portlet.tpst=4427b997caacf504a8bdba101891ef9a_ws_MX o o o o o o o o o o o o o o o o o o Alternate power supply, minimum of two deep-cell battery-pack back-up (Runs the basics) LP Gas heater with thermostat (Vendor to specify appropriate capacity) Rooftop air conditioning units: Three (Vendor to specify appropriate capacity) Kitchenette area with (single) stainless-steel kitchen sink and overhead light Compact Refrigerator/freezer, under-counter, 6 Cu Ft (LP Gas/Electric) Microwave Oven, 1.0 Cu Ft, 900 Watts, built-in Fresh water holding tank, 30 gallon capacity Grey water holding tank, 40 gallon capacity with pump-out plumbing Hot water heater, 6 gallon DSI (LP Gas) Tank heaters as appropriate Roof ladder Smoke detector/s and LP gas detector/s in each compartment Exterior trailer surfaces shall be conducive to be wrapped/finished in BOTS graphics ( per Staples Marketing recommendations) Exposed steel and undercarriage painted epoxy black Undercarriage framework should be adequate to support mounting of motorcycle simulator/s in training area Optional bathroom with toilet, sink, and black water holding tank Optional power roof vents Optional aerodynamic nose The trailer should be designed to accommodate as many as 25 people at any given time with various stations throughout the unit, offering interactive and static educational outreach Adequate interior trailer space will be necessary to accommodate: ◦ One SSI EF-Bike motorcycle simulator or two HONDA SMARTrainer motorcycle rider simulators units NOTE: Compartment where simulators are located should incorporate sound suppression materials and should include securement capabilities for simulators during transport ◦ Breath-testing device (Classroom) (approximate size of a kitchen microwave oven) ◦ Computer work station/desk area (Classroom) ◦ Seating for eight to twelve people (Classroom) Three video/television monitors/LCD monitors will be strategically placed for airing of promotional & educational material (In Classroom) (Trailer vendor will provide (3) three 37” to 42” (Diagonal) monitors and installation including appropriate wiring… size and final location to be determined) One six-foot (electric up/down) wall-mounted roll-up/down projection screen and associated ceiling mounted projector -or- 65” video/television monitor/LCD monitor (In Classroom) (Trailer vendor will provide equipment, installation, and appropriate wiring) Lockable access to gooseneck storage area. Gooseneck storage area should incorporate 12 Volt dome-type lighting Adequate lower exterior access storage area/s should be available to accommodate a 24’ x 100’ foot tent, tent support materials, and other program support equipment One exterior spare tire compartment with wheel and tire to match those on the trailer Trailer vendor will provide an outside public address system, as an integrated component of the trailer unit… the outside public address system should be capable of providing high-volume sound projection through four outside speakers The trailer should be capable of after-market additions and retrofitting of advanced communication equipment and tools including: ◦ Exterior TV antenna/dish with two jacks inside the unit ◦ Exterior Cable TV connection with two jacks inside the unit ◦ Exterior telephone landline connection with two jacks inside the unit Trailer-brakes are applied upon disconnect from tow vehicle Minimum documentation provided as follows: ◦ Certifications as appropriate ◦ Serial numbers ◦ Instruction plates, labels, etc. ◦ Safety inspection as appropriate ◦ Manuals ◦ Warranty ◦ Vehicle service life ◦ GVW ratings WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 13 of 15 WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 14 of 15 WISCONSIN DEPARTMENT OF TRANSPORTATION BID #266759 Page 15 of 15 Proposed Floor Plan Layout WMSP Motorcycle Rider Education Mobile Classroom WMSP Motorcycle Rider Education Program Fifth-Wheel Mobile Classroom Proposal Drawing Greg N. Patzer, October 30, 2008 Revision 3 Slide-Out Entry Entry 24" Pocket Door Kitchenette and Storage Desk Breath Test and Desk Honda SMARTrainers Slide-Out Storage Generator Storage Etc Three Liquid-Crystal Display Monitors Storage Storage Gooseneck Front of Trailer Storage Entry Classroom 24" Pocket Door 6' Roll Down Screen Slide-Out Police Motorcycles