Loading...
HomeMy WebLinkAboutAgenda Report - May 19, 2004 E-05AGENDA ITEM EN05 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Approving Specifications and Authorizing the Advertisement for Bids for a Public Education Trailer, Storage Cover, Public Education Equipment and Supplies, and further authorizing the City Manager to Accept or Reject Bids, Award the Contract and Appropriate Funds ($15,000 — City's portion of cost) MEETING DATE: May 19, 2004 PREPARED BY: Michael Pretz RECOMMENDED ACTION: That Council approve the specifications, authorize the advertisement for bids for a Public Education Trailer, storage cover, public education equipment and supplies, and further authorize the City Manager to accept or reject bids, award the contract and appropriate funds. BACKGROUND INFORMATION: In March 2003, Council approved the filing of a grant application to the Assistance to Firefighters Grant Act (FIRE ACT) for the development and purchase of a fire prevention trailer. The trailer is designed to demonstrate fire safety programs to children and elder adults, as well as the general population. The trailer will be utilized during Fire Prevention Week at all Lodi School District elementary schools, at community events such as the Grape Festival, and various civic, business, and senior groups. These types of fire safety programs have been very successful for at risk populations and creating lifetime learning in fire safety, as well as household safety. The Lodi Fire Department received confirmation that the grant proposal had been awarded in January 2004. The total cost approved by the grant is $69,642. The funding split is 70130. The City's match is $20,887 and the Federal grant is $48,737. The grant includes a mobile fire safety trailer, fire extinguisher training props, an outside storage cover, equipment and supplies for public education. The Lodi Fire Department has received $5,250 in donations designated for the purchase of a fire safety trailer from senior groups, businesses, and individuals. City Council approved $15,000 in the 2003-04 capital budget for the purchase of the trailer provided the grant was approved. The Lodi Fire Department Public Education Committee has visited numerous regional fire departments that currently have public education trailers to develop specifications and a program to best utilize the trailer. Upon approval of the City Council, the bid process will be implemented with an estimated delivery time of year end. APPROVED: H. Dixoh Flynn, City Adopt Rss"o*AA wDhV SpeCHioatia n and Aultrorizing the Advertisement for Bids for a Public Education Trailer, Storage Cover, Public Educadon EquipWWW and SLWes, and (Wher authorizing the City Manager to Accept or Reject Bids, Award the Contract and Appropriate Fun* ($14000 — City portion of coat) May 19,2W4 Page Two FUNDING: FIRE ACT Grant through Homeland Security Agency, Federal Emergency Management Agency will fund 70% ($48,737). City of Lodi match responsibility is 30% ($20,887) from the Capital Equipment Budget, $5,250 from the account designate for the Public Education Trailer, with the remainder from the Fire Department operating account. Ruby P40e, Acting Finance Director � �t P etz Fire Chie Attachments LFD Public Education'I7aller Specifications clod CITY OF LORI FIRE DEPARTMENT PUBLIC EDUCATION TRAILER SPECIFICATIONS GENERAL SCOPE OFTHE BID: The Loch F=ire Department is seeking bids from qualified contractors to manufactua-e and deliver a fire public education trailer Mrs is an "Erigineer, Design, Construct, and Delivery" type specification and it is not the contention of the City ofLod; to write out vendors or manufacturers of similar or equal equipment .�f the type specified. Bids or alternate bids for any equipment that Will efficiently accomplish the same €Ersk will be given careful consideration. City of Lodi shall be the sole judge of equipment that is the most advantageous and the decision of the City shall be final. Vtacl ed is an example of the type of trailer and the typical components desired on the unit. This example rs taken from national manufacturers whose equipment is acceptable to the Department. it is the intent of the proposal that the contractor provide the best overall trailer and components nneeting the needs of the Lodi Fire Department at the best price. i'he Ijeomi rent is aware that dilTerent manufacturers use different processes, materials and components When building fire public education trailers. Therefore, it is the responsibility of tyre marrtiaciurci to provide the specifications and justification for other than the listed specifications attach"d with each bbl, Lace proposal shah he accompanied by a set of "Contractor's Specifications" consisting of a detailed description of he trailer and equipment proposed and to which the trailer furnished tender contract, niust conform. These specifications shall indicate size, type, model, and make of III[ components, parts and equipment. l'u`ll EXCEPTIONS. The SUC esslirl contractor will not be allowed to take advantage of any error or omission in the specifications or in the "Contractor's Specifications". Full instructions will always be given when such error or omission is discovered and the Lodi Fire Department representative is notified concerning such error or omission. Contractor shalt immediately notify the Lodi Fire Depa3mient in writing when any such error or omission is discovered. The ability of the bidder to properly execute the contract to specification and to deliver the apparatus within 180 days from receipt of order shall be deemed major considerations when evalLIAing each bid. BIi)DI<.ItS RESI ONS!Rll I'I'Y A.'4tI ALAI IIr!LA I'IQ1VSe Bidders shall have in operation a factory adequate for and devoted to the manufacture of the trailer herein specified. If equipment is proposed other than of his/her own manufacture, lie/she will provide with the bid a written statement LFB Public Education Trailer Specifications 51104 that such equipment oft'ered is in compliance with this specification. The intent of this section is to ensure single source responsibility for all equipment proposed by the bidder. A list of Fire Departments with contact names and telephone mtmbers to which the bidder has sold similar or identical equipment within the last three years shall be supplied with each bid. Fach bid shalt disclose any pending or anticipated litigation between the bidder and sub -contractors, other parties and the bidder or other parties and the sub -contractors. The bidder shall submit a list of designated warranty and repair facilities, for the trailer and equipment, within a 50 .mile radius of the City of Lodi. f' XAt'dl1NA`i jON OF SPECIFICATIONS: IONS: Each bidder is required, before submitting their bid, to be thoroughly familiar with the specifications contained herein. No additional allowances will be made because of Lack of sno a -ledge of these conditions. It is the responsibility of the successful bidder to ascertain if any ccmpOnent(s) of the specification ale unsafe ordo(es) not meet or exceed all applicable state and federal sull dards. if ajry unsafe oa poorly designed criteria are contained herein, they shall be thoroughly explained to the purchaser in the bid by noting exception or exclusion. The City of Lodi will be advised, and excnsption/exclusion noted within the bid. This item may be negotiated or renegotiated dtnin.g the period of mranufacturing. The manufacturer's Tabor contracts, if up for renewal, shall be noted with the expiration date of- the fthe contract and anticipated outcomas. PRICES AND PAYMENTS: All bad prices shall be on a F.O.B. destination, delivered, and accepted basis at 25 E. Pine St., Lodi, California, per specifications and shall include warranty. All prices must be specified on the Bid Form and shall be valid for at least ninety (90) days from the date of the bid opening. Payment shall be m=ade in accordance with the specifications and the bid upon acceptance by the City of the hardware and/or services performed Under contract with the successful bid. All invoices shall bear the purchase order number. The City of' Lodi has received funding for file public education trailer through a grant with the 20Od Assistance to Firefighters Grant program through the Federal Emergency Management Agency. Bids are being solicited for the purchase price. I3I19 EVALUATION: LF) Public Education Trader Specifications : 1'04 Rids received shall be evaluated by the Director of Finance, City of Lodi Fire Department and the City Mana er's Office. This evaluation will be based as a minimum on the following criteria; 0 Completeness of the bid, i.e., the degree to which it responds to all requirements and requests for information contained herein. * Manufactaring and delivery schedule. * Contractor's demonstrated capabilities and qualifications. * Equipment supplier's demonstrated capabilities and qualifications. * Technical approach, which includes design and engineering reliability factors. * 'Maintainability considerations and recommendations. * Mannino documentation addressing: design and engineering data, drawing and schematic layouts * Logistical Support, operation and maintenance and support functions, hese specifications are based upon design and performance criteria. which have been developed by the City of Lodi Fire Department as a result of extensive research and careful analysis of the data. Consequently, these specifications reflect the only type of trailer that is acceptable at this time, i'herelore mmol exceptions to specifications wilt not be accepted. The specifications sill note spocific areas where no exceptions whatsoever will be accepted. Certain exceptions may be .cceptcd if tf ey .Ere minor, equal, or superior to that which is specified, and provided that they are ent.tled `Exceptions to Specifications". The exceptions shall refer to the specification page and paragraph number where the excepted specification may be found. The City of Lodi shall dcrcimi .e which (if any) exceptions are acceptable and this determination shall be final. Bids that CIO no. comply with the prescribed method to take exceptions may be rejected without further eonsideratrm. CO N,rR iC"l' AWARD: Tkie City of LOCh reserves the right to reject any or all bids including those bids deemed to be unresponsive and to accept any bid which best meets the above evaluation criteria. The City also .esert c : the right to waive any informalities and technicalities in procedure. The City of Lodi reserves the right, before awarding the contract, to require a bidder to submit such evidence of his qualifications as it may decin necessary. Documentation that may be acquired include financial, echnical, and otherdocuments that may be relevant to the evacuation of file qualifications and abilities of the bidder. Bidder may also be evaluated based on past performance including past performance (experience) with the City of Lodi. The City of Lodi shall be the sole authority in the award of bids. DTSPU`►`ES; in case of any doubt or difference of opinion as to the items to be furnished herein, the decision of the City Manager shall be final and binding on both parties. It is understood that the venue for any legal action that may be brought by either pity arising out of any contract executed pursuant to these specifications shall be the appropriate jurisdictional court of San Joaquin County, California. These specifications and any contract executed pursuant to these specifications shall be interpreted under the laws of the State of California. 3 LPD Public Education Trailer Specifications 5/04 PENALTIES: If the, successful bidder fails to deliver the equipment or performs the services within the time specified, it is understood and the successfut bidder hereby agrees, that the amount of $50.00 per calendar day to a maximum of $10,000 may be deducted from the moneys due the contractor for each intervening calendar day any work remains incomplete. I he successful bidder shall not be liable if performance failure arises out of causes beyond the control and without the fault or negligence of the successful bidder (acts of God, war, fires, floods, freight embargoes, etc.). Should a performance failure occur, it will be the responsibility of the suceessfui bidder to notify the City of Lodi of circumstances for non-performance. €mnicdiately following the resolution of circumstance responsible for non-performance, the successful bidder must re -negotiate delivery schedules. PREAWARD CLARIFICATIONS: In the event a ciarifieaGon is requested on the contents of this specification, the question shall be ;Iddressed in writing to: Verne Person, Division Chief, City of Lodi Fire Department 25 E. fine St., Loch, CA 1)5240) Clarifications or corrections to the specifications shall not be valid unless they are in written form �.nd signed be the Fire Department Chief or his designee. When a manufacturer requests a chu ification, a copy of the request and City of Lodi reply will be forwarded w all bidders. No chuiiications of addendum will be issued within 48 hours of the scheduled bid opening. PR-CI3NS'I'I8IJ4:"9'JOJN CONFERENCE: The successful bidder shall be required, prior to manufacturing, to have a pre -construction conic icace at the site of his choosing with City of Lodi hire Department Chief, or his designee, to finahre all [lie construction details. If the bidder requires the, conference to be held at a location other than the City of Lodi, the bidder shall, at his/her expense, provide transportation, lodging, and meals, etc., for two (2) persons designated by the City of Lodi. As part of the pre- cdnsnttction conference an electrical system analysis shall be performed and the results provided to the Fire impartment. IIS €)Lr,NINIFICATION AND INSURANCE: The sarccessful bidder shall indemnify and save the City of Lodi, its officers, agents and employees harmless from any and all claims, liability, losses, and causes of action which may arise out of the fulfillment of these, specifications and any agreement executed for the performance of the acts called for in these specifications. The successful bidder shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the n snle of the City of Lodi, its officers, agents and employees, when applicable, and shall pay all costs and judgments which may ensue thereafter. PA`I'If,N`I'S ANIS It0YAL`i'IES. 4 LED Public Education Trailer Specifications _5/04 The bid, without exception, shall indemnify and save harmless the City of Lodi, its officers, agents and employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented or unpatented invention, process or article of manufacture Of used in the performance of the contract, including its use by the City of Lodi. If the manufacturer uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device or materials in any way involved in the work. I'It(ICiI2.AM MANAGER: The successful bidder shall designate a competent individual acceptable to the City of Lodi to perforur the successful bidder's program management function. `File Program Manager shall provide a single point interface between the City of Lodi and the successful bidder on all matters concerning the contract The Program Manager shall provide a written monthly status report to Rhe Fre Chief, or his designee, on the progress of the fabrication, delivery schedules and all existorw potential problems. SUB -CONTRACTS: Nodming contained in the specifications shall be construed as creating any contractual relationship hetween any sub -contractor and the City of Lodi. The successful bidder shall be fully responsible to the, City of Lodi for the acts and omissions of the sub-contractor(s). B+'r MILle`vR€TY WITH LAWS: The bidder is presumed to be familiar with all federal, state, and local laws, ordinances, codes, rules Mrd re.grdMtions that may in any way affect the work. lgnorance on the part of the bidder shall in no way rcheve himiher from responsibility. All bidders must have licenses as regtrired by Cahl'or nia State Lary and be prepared to submit copies offhem upon request. GI':]SERAL CONSTRUCTION: Tire trailer, at time of delivery, must fully comply with all Federal Motor Vehicle Standards, State of California Motor Vehicle regulations in effect at time of manufacture. The construction shall be substantial and safety factors considered to carry loads as specified slid to meet road and speed conditions as set forth under road requirements. Welding shall not be employed in the assembly of the nailer in any manner that will prevent: the ready removal of any component part for servicing or repair. SPECIFICATIONS I'ItgEQC ��?Td`I'S: Each bidder must indicate in a "Yes/No" column if their proposal complies on each item specified. Exceptions may be allowed; unless "NQ EXCEPTIONS" is stated, if they are equal 5 LF13 Public Education waiter Specifications 5/04 to or superior to that specified and provided they are listed and fully explained on a separate page. We mast be able to study, evaluate and compare exceptions noted. Exceptions to specifications will be referenced to the item number, and a drawing, photograph, or technical information about the exception will be included. There will be no deviations to this requirement. PROPOSALS TAKING.`TOTAL EXCEPTIONS TO SPECIFICATIONS WILL NOT BE ACCEPTED. RI*,QU11RED MANUALS. The successful bidder shall supply, at time of delivery, complete operation and maintenance manuals covering the completed trailer and equipment as delivered. The following manuals and charts shatl be provided. TRAILER WILL NOT BE ACCEPTED NVI"I'IIOUT TUE SE MANUALS. Tvvo (2) Owner iklanuals with include parts, service and operators portions e Two (2} manuals fol' various equipment BLUEPRINTS A inueprmt must be approved by the fire department prior to commencement of apparatus construction. The fire department, the successful bidder's representative and the trailer n1anU acturer shall aach have a copy of this blueprint This blueprint shall then become a part of and incorporated into the total contract Drawing must show, but are not limited to, such items <1, the Chmi iS being utilized, all compartment locations and dimensions, special equipment locnoon, etc. BILICbrint is to be a visual interpretation of the unit as it is to be supplied. DELIVERY METITOD: I lie apparatus shall he bid P.O.B. Lodi, CA. Acceptance testing of the trailer shall be conducted hetom acceptance of trailer is made by the City of Lodi. Successful bidder's representative shall lircaide, a minimum of one (l ; day training on the operation of the apparatus within one week of delivery, The cost of said training is to be included in the bid. PERFORMANCE TEST ANTI REC)UI EMENT S: Trailer, at the. time of delivery, shall conform to the minimum requirements of the latest standards for trailers, plus any performance and design criteria or additional equipment that has been specified herein. Trailer shall conform to any Federal Standards, State of California regulations, or Occupational Safety and Health Administration (OSHA) Standards that apply to the trailer and the auxiliary equipment and/or equipment that is furnished. 6 LPD Public Education Trailer Specifications 5/04 A road test will be conducted with the trailer fully loaded and a continuous run of fifty (50) mites or more will be made under all driving conditions. The trailer shalt be weighed to assure the weight is under the legal maximum weight. FAILURE TO NMEET TFSTS� In the event the trailer fails to meet the test requirements of these specifications on the first trials, second trials may be made at the option of the successful bidder within thirty (30) days of the date of the first trials: such trials shall be final and conclusive and failure to comply with these .requirements shall be cause for rejection, Failure to comply with changes as the City of Lodi may consider necessary within thirty (30) days after notice is given to the successful bidder of such changes shall also be cause of rejection of the trailer. Permission to keep or store the trailer M any building owned or occupied by the City of Lodi or its use by the fire department during the ,=6ove Specified period with the permission of the. successful bidder shalt not constitute accelifncc�. fhe SUCCCssful bidder shall provide an unconditional apparatus warranty to cover detects in the material and workmanship for it period of one (1) year from the date of formai acceptance by the CWt 1 he successful bidder agrees to repair or replace any defect which may be found by the City, rx failure Which may occur during the warranty period which is not normal wear and tear. obvious neglect cu abuse by the City which causes defect or failure, and any damage directly unlibuted to collision. Delccts in material and workmanship shall be documented by the City and notice of satid out of service time given in writing to the successful bidder. Th, SCiccesShll bidder shall extend the warranty period from the date of expiration equal to the out Of service time duly noticed by the City prior to expiration of the warranty. Amy part or component repairers or replaced during the warranty period shall carry extended warranty time for a period of one (1) year from the last date of replacement or repair by the successful bidder. Whem a component manufacturer provides an independent warranty which exceeds the twelve {12) month period, the provision of this warranty shalt not be allowed to diminish the normal warranty that is provided by any component manufacturer. Where a component manufacturer does not provide a warranty equal in time or which does not fully cover all costs involved, the successful bidder is solely responsible for bearing any addit;onal costs, or, if necessary, the total costs including freight, parts, components, materials, andlor labor for removal and installation, contractual repair or replacement service and the l6rnhursement for salaries of all City of Lodi employees that are engaged in performing warranty work at the request of the successful bidder, Reimbursement for the City of Lodi salaries shall be provided under the following circumstances, which shall be a requirement of this warranty agreetment. Within seventy-two (72) hours after receipt ofa, verbal or written notification by the City of Lodi Fire Chief, or his designee, that warranty service is required, the successful bidder shall respond 7 LFD Public Edacanon'rrailer Specifications J/04 x, erbal lv, and immediately follow up by letter to the City of Lodi with a statement of intent to show where and when the warranty service shall be accomplished. In the event that there is no response or if the response exceeds seventy-two (72) hours, or if the response that is received is on tinge but is not acceptable to the Fire Chief of the Lodi Fire Department, the City of Lodi Fire Department will provide for the required warranty service and the total costs of all labor, parts, components. matte rais, and freight shall he rennburse.d to the City of Lodi by the successful biddcr and witInn fifteen (I5) calendar days atter the bill has been mailed to the successful bidder. v w Ia Inty shaalI be in at acceptance of the manufacturer's trailer by the City of Lodi ['he afeacmentioned wan�anty periods constitute the minimum and consideration shall be given to those offering extended warranty packages. MATERIAL AND WORKMANSHIP: All e,luiprnent furnished shall be guaranteed to be new arrd of current manufacture, meet all requirements of this specification, and be in an operable condition at the time of delivery. All harts shall be of high quality workmanship, shall be in production at the time of bid, acid no «art or attachanent shall be submitted or applied contrary to the manufacturer's recommendations and standard practices All ,voikinanship shall be of high quality and performed in a professional manner so as to insure a safe and functional trailer with an aesthetic appearance. LFD Public Education Traiier specifications Sio4 SPECIFICATIONS Construction Specification Street Length; 35-40 Feet Width: 8'()" GVW: Min. 7,000# GVWR: 10,000# Height: € V 6" Interior Height: 90" Hitch Weight: Min. 880# Axle Weight: Min. 6,000# A -- FRAME: A -L Frame must be minimum 2x8 high strength double tube steel rails. A-2, Welded battery rack on tongue, A-3. Steel tube 4x4 meat' bumper with aluminum cover. A-4. Standard safety chains. A-5. Heavy-duty rear skid bar with rollers welded to the rear of the frame. 11 BODY CONS"FRl1CTION: B-1. Sidewaail construction shall be 2x2 members, 16" on center. B-2. Studs age bonded to 5132" plywood paneling. B-3. ABS lenders with galvanized wheel puns. B-4. Fiberglass insulation in sidewalk with a minimum R-7 rating. B -`i, Extenoi of trailer shall be a gloss fiberglass gelcoat. 11-6. Doors and windows shall be radius corners. B-7. Exterior dooisieps shaft be a minimum 7" tread and maximum 7" rise with triple non -slip steps. C — AXLES & St!SPFNSION: C-1. Axles shall be tandem straight axles with a minimum of 6,000 lbs. Each axle shall be equipped with equiahzed suspension. fi - BRAKES: D -I. Brakes shall be a minimum of four wheel 12" electric brakes. D-2 Brake s4v itch must be attached to frame. E -TIRES & WHEELS: 9 LFD Public Education Trailer Spec Olcations 5104 E-1. `Urailer must be equipped with a mini mUrn of four ST225175 R16 trailer tires mounted on heavy - dray 6 lug wheels with center caps and matching spare. F—ROOF: F -I. Roof shall be constructed of a one piece rubberized roofing material bonded to plywood underlayment, F-2. Roof trusses shall be 2x6 tapered. F-3. Minimum of four electric roof vents. F-4. Roof insulation shall be double the minimum standard rating, G - FLOOR: G - I, Floor shall be constructed with a minimum of 518" exterior grade ton. -LIC & groove plywood on 2x4 support member 12" on center. G-2. Floor steal I be finished with a heavy-duty vinyl flooring material throughout the entire coach as well as storage compartments. I i - INTERIOR C'ONS"I'RUCI'1-ON: H--1. interior features of trader must meet .ADA requirements. 11-?. Internal finish and color to be determined at pre -construction conference. 1 - LIGHTING SYSTEMS: 1-1. General interior lighting shall be a minimum of 12 volt fluorescent ceiling mounted. 1 2. All other interior lighting shall be of dome style in areas such as the control room, compartments, etc. 1-3, Total number of interior lights should be no less than 25. I4 Trailer shall have a minimum of 2 porch lights, 1 on door side and I on rear, 1-S. Entry lights shall be 110 volt and able to flash a distress signal on an internal switch. I-6, LED fights shall be provided for all ICC required lighting. 1-T Brakes and turn signals shall be mounted on the rear upper body. 1-8. Additional turn signals shall be installed on both sides of trailer. I-9, Clearance lights shall be provided on side and front cap of trailer. 10 LFD Public Education Trader Specifications 5/04 r-10, One light on tongue shall be provided and of 12 volt with switch. 1-1 L Power tongue jack must have it's own light. -12. Red roof strobe light provided with 12 -volt power source with an onloff switch for roof strobe baht. I-13_ Lights shall be located at all steps and collapsible grab handles. 1-14. Two rear back-up fights which activate when tow vehicle transmission is in reverse or when switch is activated. J -- ELECTRICAL., SYSTEM (I 10 volt): .1-1. Trailer shall be equipped with a minimum of a 30 -amp power supply cord that is 110 volt for AC power needs. 1-1 All wail receptacles and switches shall be functional. 3-3. CzFi outlets shall be provided in kitchen and any exterior locations. -4. POWBr must be supplied throteQh a circuit breaker built into a minimum 55 -amp power converter. K -.. 1 t.EFFRICAL SYSTEM (12 volt): K-1. Trailer shall be equipped with a minimum 12 -volt power unit at least 55 amp power converter. K-2. Converter must supply 12 -volt needs when plugged in. K-3. Trailer shall have a minimum of 2 group 24 deep cycle batteries and boxes to supply 12 -volt power when not plugged in. K-4. Trailer shrill be equipped with a battery disconnect switch for storage. K-5. Four (4) cigarette/power points shall be distributed evenly throughout trailer with one located in the control room. L - STORAGE COMPARTMENTS: L-1. An outside compare mens shall be provided to accommodate the wheel chair ramp. 2. ,4 compartment shrill be provided to accommodate a minimum of a 5500 -watt generator, which is specified with the bid. Compartment shall be shielded insulated and vented to dissipate hear. Exhaust shall be piped to vent to the outside. 1-3. A compartment accessible from the outside shall be located under the three rows of step seating described in N-1. it LFD Public Hucation'Preiier Specifications 3104' L-4. Compartment doors shalt be keyed alike. L-?. Outside Cabinet for TV with compartment key to fit 19" conventional TV with putt out tray and securing devise. NI - DOORS & WINDOWS: M -i, A minimum of 2 outside doors shall be provided which exit each interior room onto the passenger side of trailer. M-2. Outside doors shall meet ADA standards with keyed locks and shall have steps as specified in B 7. M-3. Windows and doors must be a minimum RV style with heat treated safety glass. Ni -4. Control room must have a minimum 36" x 36" picture window with screen. M-5. Shalt be equipped with a rear window capable of providing an escape route. The window shall be equipped with a commercially rated chain escape ladder that shall be bolted securely for escape simulation. Ladder shall be mounted to provide room for shoe clearance between the ladder and siding and a non-skid surface on al I treads. M-6. Doors shall be keyed alike. ' - INTERIOR ITLATURl S: N -l. Interior of trailer will contain a bedroom, kitchen, control room and area with three rows of bleacher seating across the front portion of the trailer. N-2. Power Slide Out— Bedroom shall be equipped with a power slide out towards the driver's side that will allow a minimum of 40 additional inches of width inside the bedroom to accommodate bed on slide out.. N-3. Fireplace — front portion of trailer shall be equipped with an electric fireplace which makes crackling sounds with screen and simulated brick face with on/off switch. N-4. Kitchen — Shall be equipped with one under the counter micro -hood system. Cabinets shall be constructed with screws not staples. Kitchen shall be equipped with a safety stove. This stove shall not be functional in the traditional manner, but shall give the appearance of a functioning stove through the use of tights. A refrigerator shall be provided equipped with a travel secure, 110 -volt refrigerator, which strall be a minimum 4.4 cubic feet located in cabinets. N-5. Control Room — Control room shall be equipped with the following: * Hands free 911. phone system On/o,`f switch for 110 volt smoke alarms On/off switch for heated door 12 LFD Public Education Trailer Specifications 5/04 Minimum ABS schedule 40 smoke ducting system with control valves for room selection * Adequate room and an electrical outlet for water based smoke machine Minimum of a 48" counter with storage cabinets w Minimum of a 48" x 15.5" x 23" extra cushioned bench for operator ® Observation ports shall be provided to view all adjacent rooms ® Color monitor for internal camera system N-6. Internal Camera System - Shall be equipped with an color closed circuit camera system with a minimum of three color cameras and a color monitor with a sequential swit:cher, The system shall be wired to allow viewing from TV located in outside viewing cabinet. The location of the cameras shall be determined in the pre - coil strnctioil conference. N -T Heated Door Knob - Shalt be equipped with a heated door knob system to simulate a fire on the other side of the door located in the bedroom. This door shalt not be the exit door, N-8. CO Detector- Shall be equipped with a carbon monoxide detector N-9. Smoke Detector - Shall be equipped with interconnected smoke detectors in both rooms tivith Cut- -Off switch located in control room N-10, Smoke Generating Machine --Shalt be equipped with a water based smoke generating machine provided with control valve for roam selection and ducting into both rooms. Smoke machine shall be equipped with a wireless remote control to allow operation and control of the machine while away from the control room. Smoke machine shall have 4 gallons of smoke fluid delivered with machine. N-1 1, Smoking Door System - Shall be equipped with a "smoking door" system which will allow smoke to enter from beneath the door so as to simulate a fire on the other side of the door in the bedroom. This door shall not be the exit door. N-12. Pull station -- A pull station will be located in the front room which will activate a strobe light and audible alarm, It will be equipped with a "cut off" switch next to the darrn to allow the system to be rest. Height will be at code required height. N-13. Exit Signs - Nuclear illuminated exit signs located above both exits. 0 - MISCELLANEOUS 0-1. Trailer shall be equipped with a minimum 21' roll out awning with center support, 0-2. Trailer shall be equipped with an audible tone back-up device when tow vehicle transmission is in reverse. 0-3. Trailer shall be equipped with a lighted 12 volt power tongue jack rated for appropriate tongue weight of trailer, 13 LFD Pubic Education Traitor Specifications 5104 0-4. Trader shall be equipped with a minimum 60 -watt PA system with ? outside speakers and wireless microphone. 0-5. Trailer- shall be equipped with a minimum 15,000 BTU air conditioner unit and shall be ducted to all rooms within the trailer, 0-6. Shall be equipped with a minimum 5500 -watt RV type generates` equipped to run Off LP fuel. The fuel tanks shall consist of two 30 Ib. Tanks and located and secured on the tongue. Tanks shall have an automatic changeover. Remote start shall be located inside trailer with hour teeter. 0-7. Trader shall be equipped with a set of four electric level jacks. Each jack shall have its own switch and will operate of1'`power from the hailer's battery and allow manual override. G-8. Furnace/Gas System— Shall be equipped with a furnace/. -as system ducted to all rooms within the trailer and sufficient far trailer use. G-9. Water Tank and Pump — Shall be equipped with a minimum 30 gallon fresh water tank and a pressure pump for providing water flow. 0-10, Grey Water Tank —Shall be equipped with a minimum 30 gallon grey water tank for containing water from the sink drain. Tank shall be have outside dumping capability with hose through slide valve. CSF I IONS — Include pricing to add options 1. Power awning capable of automatically retracting in high wind conditions. 14 ITEINI GENERAL SCOPE OF THE BID BIDDERS RESPONSIBILITY & QUALIFICATIONS EXAMINATION OF SPECIFICATIONS PRICES &. PAYMENTS BID EVALUATION CON f'RACTAWARD DISPU I'ES PFNALTIES PRI3 AWARD CLARIFICATIONS PRE -CONS rRtjCFION CONFERENCE INDIENINIFICAl ION & INSURANCE PAT1-,.NTS & ROYAUVILS PROGRAM MANAGER SUB -CONTRACTS FAN11LIARITY WITH LAWS (jENf-;,RA'L, CONSTRUCTION SPECIFICATIONS PROPOSAL REQUIREMENTS REQUIRED MANUALS BLUE PRINTS ON SITE INSPECTIONS DELIVERY METHOD PERFORMANCE TEST & REQUIREMENTS LFD Public Education Trailer Specifications 5104 1 COMPLIANCE YES t] 15 NO [i FAILURE `R E "I O MEET TESTS WARRANTY MATERIAL & WORK_MANSFIIP ITEM SPEC IFICA'TIONS CONSTRUCTION SPECIFICATIONS A. FRAME A-] A-7 ... 3 A_4 A-5 P. BODY CONSTRUCTION 3-1 13 -r B3 B-4 13-5 13-6 B 7 CT. AXLES &. SUSPENSION CA 1). BRAKES O-1 D-? 1., TIRES r& WHEELS E- i F, ROOF F-3 F-3 F-1 C;, FLOOR G-1 Cr - 16 I -FU Public Education Trai ler Specifications 5/04 [� YES [I COMPLIANCE NO [J LFD Public aL y w:pecowa:m y! « r !x SR CONSTRUCTION m1 g g H 2 ieLIG INGSYS EM ® P 2 1 E H «! 2 2 1 U 2 ® u 2 G 2 2 � E 2 1 E 2 1-9 2 2 99 2 2 y! H 9 G! 2 2 G! 2 2 GG 2 2 J EEJE mcALSYS x (11 m VOLT) t! u 2 J-2 2 2 i -i rl Fl !4 U 2 E ELFcrRICAI, SYS E!x n:vo! y! 2 2 K-2 U 2 «: 2 2 «® 2 2 A> g g L STORAGE COMPARTMENTS c! 2 2 � E 9 L 2 u L 2 2 L-5 g g m DOORS & WINDOWS ! n 2 ! g g M ! 2 2 J 2 P ee 2 2 17 , Publicate w lei ::fjc�ju>a Y INTERIORFE URB N-1 O n N-2 2 G «! 2 U &» E 2 +: 9 2 °° 2 2 N-7 g g ®: 2 2 N 2 2 mm n E ®« 2 9 m\ \ 2 +« 2 2 « MISCELLANEOUS «2 u 2 m! 2 2 0-4' 2 2 0 2 P � n \ 0-7 \ 2 ®: 2 U 0 o E Rm 2 2 OPTIONS Power Awninc, w/ high a6 mn retracting U 2 is WHEREAS, in March 2003, the City Council approved the filing of a grant application for the "Assistance to Firefighters Grant" for the development and purchase of a fire prevention mobile home; and WHEREAS, the trailer is designed to demonstrate fire safety programs to children and elderly adults, as well as the general population, and the trailer will be utilized during Fire Prevention Weeks at elementary schools, community events, and various civic, lousiness, and senior group events, and WHEREAS, the Lodi Fire Department received confirmation in January 2004 that the Grant Application was approved in the amount of $48,737, with the City's portion being $20,887; and WHEREAS, the City Council approved $15,000 in the 2003-04 capital budget for the purchase of the trailer provided the grant was approved, and because of the extended timeline for the grant .approval and to begin the bid process and award, the Fire Department has requested that the $15,000 be transferred into the 200405 budget; and WHEREAS, the Fire Department has received donations designated for the purchase of a fire safety trailer, which totals $5,250, with the remainder of the necessary funds being derived from the Fire Department's operating budget. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby approve the specifications on fife at the Lodi Fire Department arta authorizes advertisement for bids for the public education trailer, storage cover, public education equipment, and supplies, and BE IT FURTHER RESOLVED that the City Council hereby authorizes the City Manager to accept or reject the bids, award the contract, and appropriate funds from the 2003-04 capital budget in the amount of $15,000 into the 2004-05 capital budget for this purchase. Dated: May 19, 2004 I hereby certify that Resolution No. 2044-95 was passed and adopted by the City Council of the City of Lodi in a regular meeting held May 19, 2004, by the following vote: AYES: COUNCIL MEMBERS -P Beckman, Hitchcock, Howard, Land, and Mayor Hansen NOES: COUNCIL MEMBERS _.. None ABSENT: COUNCIL MEMBERS -- None ABSTAIN: COUNCIL MEMBERS — None SUSAN J. BLACKS ON City Clerk