L S53q3 p (Lei- in) rr) - documents.tempe.gov

13
LuMeY‘) 5- -a5-1(4 thorized Offeror Date Signat4 - re of (H:/RFP 3-2008) RFP #14-155 2 Vendor's Offer Form 201-B (RFP) "Return this Section with your Response" It is required that Offeror complete, sign and submit the original of this form to the City Procurement Office with the proposal response. An unsigned "Vendor's Offer", late proposal response and/or a materially incomplete response will be considered nonresponsive and rejected. Offeror is to type or legibly write in ink all information required below. Company Name: R., a) Cd Irnai - ie)na,\ Company Mailing Address: 6 00 I\I , 7 5 -k-h N\ie, City: Phoeni\L State: Zi N- . p: S53q3 Contact Person: MCIf . \M 1+ \ s6n Title: p (Lei- Phone No.: trOIV-- ) 142- FAX: 6( .0(3. -- c. 501 - in) E-mail: ryl w 1 Lst )Ort.ouji- ,0 up. Lc rr) Company Tax Information: ...,, A Arizona Transaction Privilege (Sales) Tax No.: ow5q I a- 1 D or Arizona Use Tax No.: Federal I.D. No.: ari -ao8T -19 City & State Where Sales Tax is Paid: Phocn , 'NriLzna, If a Tempe based firm, provide Tempe Transaction Privilege (Sales) Tax No.: THIS PROPOSAL IS OFFERED BY Name of Authorized Individual (TYPE OR PRINT IN INK) M a r \N \\sun . r Title of Authorized Individual (TYPE OR PRINT IN INK) 1- I CT 1\ c_c_-* 1A culC9 REQUIRED SIGNATURE OF AUTHORIZED OFFEROR (MUST SIGN IN INK) By signing this Vendor's Offer, Offeror acknowledges acceptance of all terms and conditions contained herein and that prices offered were independently developed without consultation with any other Offeror or potential Offeror. Failure to sign and return this form with proposal response will be considered nonresponsive and rejected.

Transcript of L S53q3 p (Lei- in) rr) - documents.tempe.gov

Page 1: L S53q3 p (Lei- in) rr) - documents.tempe.gov

LuMeY‘) 5--a5-1(4 thorized Offeror Date Signat4-re of

(H:/RFP 3-2008)

RFP #14-155 2

Vendor's Offer Form 201-B (RFP)

"Return this Section with your Response"

It is required that Offeror complete, sign and submit the original of this form to the City Procurement Office with the proposal response. An unsigned "Vendor's Offer", late proposal response and/or a materially incomplete response will be considered nonresponsive and rejected.

Offeror is to type or legibly write in ink all information required below.

Company Name: R., a) Cd Irnai-ie)na,\ Company Mailing Address: 6 00 I\I , 7 5-k-h N\ie, City: Phoeni\L State: Zi N- . p: S53q3

Contact Person: MCIf . \M 1+ \ s6n Title: p (Lei- Phone No.: trOIV-- ) 142- FAX: 6(.0(3.--c.501 - in) E-mail: ryl w 1 Lst)Ort.ouji-,0 up. Lc rr) Company Tax Information:

...,, A Arizona Transaction Privilege (Sales) Tax No.: ow5q I a- 1 D or

Arizona Use Tax No.:

Federal I.D. No.: ari -ao8T-19 City & State Where Sales Tax is Paid: Phocn , 'NriLzna, If a Tempe based firm, provide Tempe Transaction Privilege (Sales) Tax No.:

THIS PROPOSAL IS OFFERED BY

Name of Authorized Individual (TYPE OR PRINT IN INK) M a r \N \\sun . r

Title of Authorized Individual (TYPE OR PRINT IN INK) 1- I CT 1\ c_c_-* 1A culC9

REQUIRED SIGNATURE OF AUTHORIZED OFFEROR (MUST SIGN IN INK) By signing this Vendor's Offer, Offeror acknowledges acceptance of all terms and conditions contained herein and that prices offered were independently developed without consultation with any other Offeror or potential Offeror. Failure to sign and return this form with proposal response will be considered nonresponsive and rejected.

Page 2: L S53q3 p (Lei- in) rr) - documents.tempe.gov

Allen, Anthony

From: Tom Phillips <[email protected] > Sent: Tuesday, June 10, 2014 1:55 PM To: Allen, Anthony Cc: Mary Wilson; Mike Lash Subject: Bid 14-155

Tony,

Please subtract from our bid -$1087.63 for the Engine Brake (Jake Brake) that will be excluded from the truck. Price

should be $186,358.05

Proposal number, 15643-01.

Thank you,

•-• WOW IMP -- GROUP ---

Tom Phillips

Truck Sales 600 N 75th Ave Phoenix AZ, 85043

Direct: 602-307-1038

Cell: 602-320-4116

Fax: 602-307-1051

[email protected]

1

Page 3: L S53q3 p (Lei- in) rr) - documents.tempe.gov

Specifications

Desired minimum specifications for a Cab & Chassis Trucks equipped with a Hooklift Loader System units are indicated below. Any exceptions to the desired specifications must be explained. Any omissions from these specifications shall not relieve the contractor for the responsibility of furnishing an operational system complete with all necessary components, accessories, controls, technical advise and supervision for efficient operation.

All specifications are preferred unless noted otherwise. If your product does not at least meet the indicated minimum specification, or you are offering an equivalent brand, you must indicate "No" and provide details about your offering in the exceptions column. The decision to accept or reject the vendor offered substitution is at the sole discretion of the City of Tempe.

The term "or approved equal" is defined as meaning any other make which in the opinion of the City of Tempe is of such character, quality and performance equivalence as to serve the purpose for which it is to be used equally as well as that specified.

-I Cab and Chassis with Hooldift System

Vendor Response A. Cab Yes No Exception

1 2 door conventional cab design v/ a. Specify Manufacturer Kim/ ..\----(0- b. Specify Model W or t< 3srar , c. Specify Warranty aLi cylontin Occ_ MA-D_O--Ne_ct)

2 Unit shall be insulated to a minimum of R-18 - rear wall, doors, firewall, floor and roof. x/

3 Instruments - Fuel, voltmeter, oil pressure, air pressure, water temperature, transmission temperature, tachometer and speedometer

a. Each gauge shall be independently wired -On A- h cL,s StrYvar C7Lcuaq., and grounded. Units with "Smart Gauge" TirrVer1/4n0:4 ci-t Ita I t 5 uivtY

, 4 system will not be accepted unless SO-PH/LiCire., "1W-00nd Lo

.

software, hardware and training is provided v/

to all the City the ability to reprogram and

Cor The_ " EL k-4 0 1- 'r(1 It

reset gauges WV 1 i cjr- \ tkj i k ( &A loci pcnra_rnmi ,n

4 Drivers seat with lumbar support, Bostrom Levelair or National Cushion Air - Cloth IV covered.

5 Passenger seat with lumbar support, Bostrom Levelair or National Cushion Air - Cloth covered.

6 Power Steering - factory installed. v" 7 Tilting and telescoping steering column. 1/

Tinted safety glass V 9 Dual windshield wipers and washers with

variable speed control. 17

10 Dual cab width sun visors

11 Electronic cruise control

RFP #14-155 24

Page 4: L S53q3 p (Lei- in) rr) - documents.tempe.gov

, 12 AM/FM/CD radio 13 All windows, excluding windshield, to be

covered with high performance metalized film i"/". (compliant with local legal requirements

14 Electrically powered windows (up and down).

15 Dual 6" x 16" collapsible west coast mirrors with 8" convex mirror mounted at base of ‘,/ frame

16 Factory installed air conditioning is preferred. Unit is to be of sufficient size and rating for use in ambient temperatures of up to 120 0 V Fahrenheit. All repair components are to be available locally.

17 Factory installed heater and defroster V 1 18

LED chassis lighting package incorporation solid mounts is required

19 All wiring must be neatly loomed and routed ■.---- 20 Power door locks - both doors. \/

a.

Unit shall be equipped with a momentary switch mounted in a concealed area under the cab door that will unlock the driver's door in the event that the keys are locked in the cab.

21 Grab handles, both sides, with rubber inserts ...-' 22 Unit shall be equipped with a minimum of two v

(2) power outlets which are hot at all times. 23 Dash mounted dump valve with indicator light

for air suspension. V

24 Dual horn system - Air and electric horns (steering wheel mounted). V.

25 Unit shall be supplied with a Safety Vision SV- CLCD-65, or approved equal, with 7" flat screen monitor in cab.

a. Camera one to be mounted to provide view behind vehicle and wired to illuminate V

1 when transmission is put in reverse. 26 Paint

a. Unit shall be painted Victory Red (PPG v 7723) \01 Veft -y ct.)&. 486 (-)rde-

CD

b. Frame, undercarriage and suspension to be painted black. V

27 Mud flaps installed on front and rear fenders to keep mud and debris from getting on body or any components - no advertising will be V allowed on mud flaps.

28 All electrical circuits shall be protected by ,v I breaker switches

RFP #14-155 25

Page 5: L S53q3 p (Lei- in) rr) - documents.tempe.gov

a. Circuit panel shall provide 8 - 10 additional breaker protected terminals at which after market accessories can be integrated. The v

c-----Cii<-- additional circuits should be terminated 1 a P near the bottom center of the dash with a long length of wire provided for circuit termination at a center console switch panel to be installed in the future.

29 All wiring shall be color coded and shall be the same color from accessory to junction box.

a. All wiring shall be loomed t.---- b. Wiring loom shall be secured to the vehicle

a minimum of every 18" with stainless t,„--- 1 steel rubber lined clamps.

Vendor Response

B. Chassis Yes No Exception 1 GVRW - minimum 64,000# V b112 1 O00 'PCS kocly corn-pa

Wheelbase, cab to axle and overhang shall all 180 /1— i Cla n C.77 meet respective hooklift manufacturer's

requirements and be capable of handing boxes

V rYltAJ OISGUIP9ffte_8Ck.I0.11;COe Ve:Lhri-r0-i‘r as specified below. It is the vendors' ,re responsibility to design the unit and guarantee legal load limits and weight distribution using 13ej we en fro n + bom 4

average weights under normal conditions. bk ; n A co -b a. Container maximum overall length of 22 , r i „

feet V Lup -1-0 2 Li i-- i . Container maximum height of 8 feet V

c. Container maximum overall width of 102" v.

d. Container hook lift height of between 54" H ci r_11,_ Lc actj astab e and 61" 64 " ---

Front Bumper - full width, aerodynamic, chrome plated steel.

Two (2) frame mounted tow devises. V TO LL1 kA 00 4s a. Clevises shall have the ability to lift the

entire vehicle at full GVW without cab or 1/ bumper damage.

. Devices shall be accessible without getting under the vehicle. V

.., , c. Clevis pins shall be secured to the truck v ponT re ctoi re_ pr

with a stainless steel cable.

Frame rails of sufficient strength and rating to withstand continuous truck service and manufacturer specifications for hook lift unit. An RBM rating in excess of 3,200,000 in the 3 ) E 0E0, main section, primarily of bolted construction with as few rivets as possible. a. Frame liners, if needed, shall extend the

full length of the frame

b. State RBM for submitted unit O 6, 4'60 RFP #14-155 26

Page 6: L S53q3 p (Lei- in) rr) - documents.tempe.gov

. Clean frame is required on both frame rails. c 1- 'a) i 1 I V\10)r V( Wit() Ci-ti Co Front axle - 18,000# minimum with springs v..," W ri+) ci Lied -tan 14_,5 It 5 and heavy duty shocks. • w i il i ntruzie., t nA-0 Ltect

. State front axle capacity e:\ \ç if u,r Ce6 — cliD 3 0 0 c_-_-Aiui Springs and spring hangers for front axle to exceed the rating of the axle. .V 1

8 Rear axle - tandem axles with dual wheels and a minimum 46,000# rear axle rating - Menitor V RT46-160P preferred

, a. State mfg, model and capacity ry)e,y-i tby R-...t. Li to - tubP u , pa°

9 Axles to have outboard drums and hub seals. V 10 Gear ratio shall be selected to provide

maximum fuel efficiently and be able to obtain v a minimum 75 MPH road speed

a. State maximum speed 7g , .3 b. Gradeability - 27 to 30% minimum .....-

11 Rear suspension - Hendrickson Primaax 46,000 # air suspension or approved equal. Suspension capable of withstanding a GVWR of 60,000#

a. Specify Brand, Model and rating offered 1-1 ex) dr 1/4' C ji..-_,O n Prr fyiewax, ey_ s-,,c 12 Brakes - dual circuit anti-lock, air V-

a. S cam actuators with automatic slack adjusters required

b. 15.0 CFM compressor - minimum 1// i 5 Pi c. Air dryer with replaceable cartridge shall

be included V

d. Air system to have air coupling or stem valve to allow pressurization of system I from an outside source

e. Preferred front brake size is 16.5" x 7" v"

State front brake size HP,`5 X tia f. Preferred rear brake size is 16.5" x 8.625" V

State rear brake size I to . 5 lc s (0 a 5 13

All air tanks shall be plumbed to allow manual draining by operator. Plumbing shall run from the tanks to petcocks mounted outboard of the ;..../ frame to a point adjacent to the street side cab entry step.

14 Unit shall be equipped with a tire inflation system. Quick release connectors are to be plumbed to either side of chassis and supplied v with a 3/8" x 25' air hose with tire inflation check (coiled plastic hoses are not acceptable)

15 Parking brake - air activated release, spring v- loaded

RFP #14-155 27

Page 7: L S53q3 p (Lei- in) rr) - documents.tempe.gov

16 Telma retarder shall be installed to assist with unit braking. Midship mount preferred

17 Tires - radial tubeless with standard highway v tread a. I Size - 315/80R22.5 load range L in all

I v I I

positions 1 18 Wheels - Polished Aluminum disc, 10 hole I I

hub-piloted Budd type (Alcoa preferred). The v., u Q_Agt. City prefers that the wheels be interchangeable on steering and drive axles. a. Spare aluminum wheels and tires are to be v,

supplied for both steering and drive axle 19 Fuel capacity of approximately 150 gallons V

a. I Urea is needed, tank shall be appropriately ../ sized for for capacity of primary fuel tanks.

b. State main tank capacity ( 0 0 CO or 3 c. State urea tank capacity ci. 5 al Ions

Vendor Response C. Engine Yes No Exception

1 Emissions (EPA) compliant electronically controlled diesel engine producing a minimum V/ of 350 hp. , a. State manufacturer Nrav (star b. State Model i\I 15 c. State Horsepower 3r1 0 ii p d. State Torque 1350 1 b - 9} 1-0HritlC, e. State year of manufacture WI 5

2 Engine shall be capable of operating on B-20 bio-diesel without impacting engine V performance or warranty

3 Oil Filter - full flow, spin on ,../

4 Air Cleaner - dry type, dual element preferred. Intake system to have a restriction gauge J mounted on the air cleaner housing.

5 Cooling system must have the largest heavy- duty components available with coolant recovery system. Manufacturer must state that cooling system will keep engine at normal operating temperature in temperatures that can V exceed 120 degrees Fahrenheit. The preferred cooling system will have no more than one radiator, frontally mounted. Metal surge tank is required (plastic tanks are not acceptable).

6 Engine alarm and shutdown system for high water temperature and low oil pressure. V System must be OEM approved. I

7 Engine supplied with high quality fuel filtering system to to remove all impurities, including

I water, from the fuel with spin on filter I

RFP #14-155 28

Page 8: L S53q3 p (Lei- in) rr) - documents.tempe.gov

Alternator - 12 volt 200 amp — or as 17 recommended for the Telma retarder a. State alternator manufacturer 0C-1 co R Cray b. 1 State model c. I State amperage aco amp

L-9 Batteries - 12 volt low, or maintenance free, 2260 CCA minimum al 1 5 CC P.

10 Cables professionally formed and routed with the shortest cable possible to reduce voltage V drop and amp loss

11 Batteries housed in a covered container that is resistant to corrosion and easily accessible for v/ servicing

12 Unit must be supplied with a battery cut off switch with lockout. The switch is to be mounted as close to the batteries as possible and wired to interrupt the positive battery feed.

13 The exhaust system shall be vertical mount. Exhaust components must be properly supported and guarded to prevent accidental contact by either operator or service personnel.

Vendor Response D. Transmission Yes No Exception

1 Allison automatic - 4500 RDS, 6 speed V a Push button selector 1./

Chelsea, or approved equal, hot shift PTO with a dash mounted indicator light and switch are to be provided

Transmission oil to water cooler t/ Transmission must be supplied from the factory with Allison approved Transynd / synthetic fluid Allison ETC 5-year extended warranty to be included

Vendor Response E. Trailer Tow Package Yes No Exception

1 Truck shall be plumbed to tow a trailer with a - removable pintle hitch included te*/ hi luta Pi-12_10 12A ICC rear bumper to be reinforced for 90,000 lb v. pintle hitch

. Hitch must be air cushion style V b. 90,000 lb maximum GTW i..../

. 18,000 lb maximum vertical load V

. D rings mounted near pintle to secure tow v chains

Glad hands located in close proximity to trailer v hitch - one each side. a. I Dummy connectors with chains will be

I provided to protect the system when not V I connected to a trailer RFP #14-155 29

Page 9: L S53q3 p (Lei- in) rr) - documents.tempe.gov

4 Wired per ICC regulations V 5 7 prong connector to be provided. V

a. Sealed junction box shall be used to v, terminate wires.

b. Plug shall be wired for ABS 1 .,/ 1 i 1 1 1 Vendor Response

F. Training and Manuals (CD format acceptable) Yes No Exception 1 Parts manual - one (1) copy each - for engine,

transmission, cab and chassis and all other V applicable system to be supplied with each unit.

2 Service manual, repair and diagnostic software and adaptors - one (1) each - for engine, transmission, cab and chassis, electrical system

I " 1 and all other applicable systems to be supplied Yd.' CtI' Sli oef IS 5 with each unit.

a. Wiring diagram shall be included with each v,.. unit

3

Factory authorized training for unit operators must be performed within 30 days of vehicle delivery and shall include all aspects of I,/ operation and required PM procedures shall be provided for each unit.

4

Factory authorized training for maintenance and repair of engine, chassis and transmission - for two (2) staff member for each unit ordered. / The cost of training to be included in bid price and include travel and lodging if necessary. Training must occur within 90 days of vehicle delivery

5 Operators manual - two (2) to be supplied with z each unit.

Vendor Res sonse

G. Miscellaneous Yes No Exception 1 MCO supplied at time of delivery is required / 2 Level one inspection to be provided by vendor

for each unit delivered is required. 1-

3

A minimum of 4 sets of keys shall be supplied at time of delivery

4 Diagnostic software, cables, adaptors are to be v/ supplied. a any required updates during the useful life )y(- ofecdocc, --i- 3 Ok f IAJ Ole- k,

of the vehicle — not less than 7 years — must v/ supplied to\r,s fe.neAdall Certhce. may)

b. Engine diagnostic software V c. Transmission diagnostic software V d. Anti-Lock Brake diagnostic software 1..7 e. Chassis diagnostic software f. Other diagnostic software to be included -

list below V.

RFP #14-155 30

Page 10: L S53q3 p (Lei- in) rr) - documents.tempe.gov

4 Fifteen (15) pound ABC fire extinguisher with mounting bracket

5 Roadside emergency reflector kit shall be v, located in the cab

1 Toolbox (36" x 18" x 18") mounted on the 1 v street side truck frame behind fuel tank. D6--a- PIM lb° ID b02_. 1

I a. I Mount shall allow access to the box with a I,...,

container loaded on the vehicle V .1--- rarne- M nudAk -cd b. Three point twist type latch preferred. V po at- i .i 1-6- cdto9 v■1

7 One frame mounted spare tire carrier that shall res t 5 not interfere with the loading, off-loading, or transport of a container. 1 13ai1e 11‘ Ce_ air ief

8 Supply and install a 45 amp battery charger mounted in toolbox using AWG #10 wire from v/ the charge to the batteries. a. Supply and install a "Freightliner" type, or

approved equal, shoreline receptacle - chrome cover #3610041 and plug # 8605254. Mounted on the aft end of the tool box using AWG #14 wore from the receptacle to the charger.

Vendor Response H. Hooklift System Yes No Exception

Stellar Industries, Inc. model Slider65, v- Ampliroll AL160/2000-22 or approved equal a- State Manufacturer and Model 4/

b. Dual hook heights -54" and 61" V -

LIA 401(17k-1i. VI C P\ diU,5V630( e State hook heights 51{ " and

c. Dump capacity to be approximately 60,000 pounds State dump capacity 62 i Mb (-133 bu Mc eitpiAl

€1 . Lift capacity to be 50,000 at 54" State lift capacity 5a, OLADIA5 Li--Pfi n - OA oo_14

e. _ Lift capacity to be 60,000 at 61" State lift capacity 6 51 OW US LiFfins eapag

f. Sliding jib design is preferred V g. Rear body hold down devices installed to V

secure body during transport

h. Hold downs should accommodate various %./ body lengths.

i. Hook lift system must accommodate body v• I 10 1 to lengths of 16 to 20 feet

.I. Adjustable load rollers preferred.

RFP #14-155 31

Page 11: L S53q3 p (Lei- in) rr) - documents.tempe.gov

Proposal Questionnaire "Return this Section with your Response"

Bidder shall submit answers to the following questions. Responses will be utilized in determination of contract award.

Question Response Provide the address of the facility that will provide the unit to the City of Tempe. 1900 ik,1 fibon /Vie Phoehil6 (Az %50-13 a If you do not have a Tempe, or valley

address, how do you intend to handle repair/warranty issues

Describe your company and its history - include M R._ WC, L-N r5 — years in business A s Ti o. Ph Li

n ‘- err\o.tionA S1. 3 - Please provide contact information for the I-- , primary account representative and a backup tfl 0, 1 ra -LOD e---

contact for the City of Tempe. , 6o -a- ,-ro--cf4 Co' ar-9 WII.so Y1 • Contact Name m .507 - /o1.4 .Q..

• Phone Number coca .. 23 sa-v-456 • Cell Phone Number I-0 02 -3£51 (A 2 te-cLukrc (iv C- cyou-P &OM

kl ler ft rouP Crrovide contact information below • e-mail address rn W t (-5C3 iJ CD r'''' —0

What is the delivery time for the unit you have / I) -/c2 U-AtSS I5 proposed and can you guarantee that you can la° -. 116./ gS - bociti meet the delivery deadline of September 1, ) L 2014? 00 We- Cant meet Spot 1. What warranties will be offered on the units you 5 -to--nci L)--1 0-1-in..1=1,-1 it b..tt I:son 54 r . have submitted 5ere ca-1/4-1 _checi ft.( V-ti la", Describe, in detail, the training you will provide tr-4thattleirj.:eriz . r-P-Pr. u-lor 5 -tor le-we- . ‘kie--

-1-1 -__ cpc Opercl-i .0, -3/4-e-c-tn. n - 161...Lace for the unit submitted. r>.e...,ecti • S e- a a - r, ( -I 6 Do you agree to the Terms and Conditions of this RFP? *5 a If No, explain List three (3) governmental or large corporate AJDOT' Itt.cii-- Drucc-Ir (00a - 1 ta-(050tr, references for which you currently provide M cz Le5 6 'Dyer looa_ - 157010 - 1/(0697 similar services.

• Organization/Firm Name 3 R-P Li 0,_ Bo-1-N r (oo a -01,30,, -)93q

• Contact Name Provide Reference Information Below • Phone Number

RFP #14-155 32

Page 12: L S53q3 p (Lei- in) rr) - documents.tempe.gov

32 RFP 414-155

l.017EZ09 luewd!rilD2 >iomi weisem e:01 Ae1/11 Ed

Proposal Questionnaire "Return this Section with your Response"

Bidder shall submit answers to the following questions. Responses will bc utilized in determination of contract award.

. :

Question Response

1 I Provide the address of the facility that will 1.4167--,6.,/ _..-/-0...i...e./2_ 6-4)c.,....42oAiriec---- ../....}, //1 ' provide the unit to the City of Tempe. -2-4-Joe) 5 - i ,--1171- -5-7- 1 :7 /714. ----..4...,iz ../-z..--

i a If you do not have a Tempe, or valley 1 I address, how do you intend to handle

_ repair/warranty issues _

2 Describe your company and its history - include .5 .,,,,,, j years in business ii-4-v--- - IDD.A- 6/..t. c--- P.,/ c .17

3 Please provide contact information for the primary account representative and a backup j___P. J .. 6-4,,,...43----z.e--: contact for the City of Tempe.

6' 4),2-1,?-- -.5 A-4.'2 7 7 .--

. ,V2I . / . - " - 2-ze• • Contact Name

40.,?.?-..). 54 57-778 / . • Phone Number .) • Cell Phone Number - • e-mail address Provide contact information below

4 What is the delivery time for the unit you have e9c, D4/ 6 ,, ---2e..ev--7 D.4/ 15 ,ide-- d ......7 ,-•site.- proposed and can you guarantee that you can meet the delivery deadline of September 1, bC1044-- 4-17 N 6C-17"Zs . - '-c).=-. --= g- )S1 A- l ''

2014? Z-R-7 -.4--- ---T-A4---Li --..1 2,-^./-cf 3(.) -roc) el-f&--- -T-

5 What warranties will be offered on the units you have submitted Describe, in detail, the training you will provide for the unit submitted.

7 Do you agree to the Terms and Conditions of this REP? a If No, explain

8 List three (3) governmental or large corporate • • • . references for which you currently provide : similar services. = • Organization/Firm Name • Contact Name Provide Reference Information Below • Phone Number

WESTERN TRUCK EQUIPMENT CO., IN 2400 SOUTF{ 14th SITIEET

P. O. BOX 20723 PHOENIX, AZ 86034-6603

{602) 257-0777 www.wteco.con

Page 13: L S53q3 p (Lei- in) rr) - documents.tempe.gov

Wednesday, May 28, 2014

kevin devery City of Tempe 53 S. Priest Dr. Tempe, AZ 85281 USA

Dear kevin,

We appreciate this opportunity of giving you a quote on one 2015 International 7600 SBA 6X4 2010 (SF66700). We are proud to represent International Trucks and know that we offer the best product in the industry.

We are also proud of what RVVC INTERNATIONAL, LTD. can offer City of Tempe in the way of services and optional equipment. Consider the following:

Our Service Department is open 24 hours per day, 7 days a week. We stock over $2,000,000 in parts inventory. We offer full service leasing and rental of vehicles. We can provide 24 hour-a-day wrecker service. We offer Fuel and Over-Dimension Permits by wire. Finally, we offer a full selection of financing options from conventional finance to lease.

When you combine all of the features that RWC INTERNATIONAL, LTD. offers you with the strength of almost a thousand International dealers coast to coast, the answer is obvious:

The Right Product + The Right Dealership = The Right Decision

Thanks again and we look forward to completing this order. Please let me know if you have any further questions.