REQUEST FOR PROPOSAL CITY OF TEMPE

21
REQUEST FOR PROPOSAL CITY OF TEMPE REQUEST FOR PROPOSAL: 10 - 146 RFP ISSUE DATE: 04/19/2010 Commodity Code(s): 002-22 PROCUREMENT DESCRIPTION: Cab and Chassis with Hooklift System PROPOSAL DUE Wednesday, May 12, 2010, 3:00 P.M. Local Time DATE/TIME: Late proposals will not be considered PROPOSAL RESPONSE MUST BE DELIVERED TO CITY PROCUREMENT OFFICE Mailing Address: P.O. Box 5002, Tempe, AZ 85280 Street Address: 20 E. Sixth Street (2n d Floor), Tempe, AZ 85281 PRE-PROPOSAL CONFERENCE (if scheduled): N/A DEADLINE FOR INQUIRIES: Friday, April 30, 2010, 5:00 P.M., Local Time Sealed proposals must be received and in the actual possession of the City Procurement Office on or before the exact Proposal Due Date/Time indicated above. Proposal responses will be opened and each Offeror's name will be publicly read. Prices are not read and shall be kept confidential until award. Late proposals will not be considered. Proposals must be submitted by a sealed envelope/package with the Request for Proposal number, Offeror's name and address clearly indicated on the envelope/package. Proposals must be completed in ink or typewritten and a completed proposal response returned to the City Procurement Office by the Proposal Due Date/Time indicated above. The "Vendor's Offer" (form 201-B RFP) must be completed and signed in ink. Proposals by electronic transmission, telegraph, mailgram or facsimile will not be considered. Offerors are asked to immediately and carefully read the entire Request for Proposal and not later than ten (10) days before the Proposal Due Date/Time, address any questions or clarifications to the Procurement Officer identified below: Tony Allen Procurement Officer E-mail: [email protected] Phone No: 480-350-8548 Award recommendations are publicly posted to the City Procurement Office web page www.tempe.goy/purchasing) and at the Procurement Office reception counter. Submit one (1) original signed and completed proposal response for evaluation purposes. For this specific RFP, four (4) additional proposal response copies are also to be submitted for evaluation purposes. A late, unsigned and/or materially incomplete proposal response will be considered nonresponsive and rejected. The City Procurement Office is committed to fair and equal procurement opportunities for all firms wishing to do business with the City and encourages the participation of small and disadvantaged businesses. MG Michael Greene, C.P.M. Central Services Administrator RFP #10-146 1

Transcript of REQUEST FOR PROPOSAL CITY OF TEMPE

REQUEST FOR PROPOSAL CITY OF TEMPE REQUEST FOR PROPOSAL: 10 - 146 RFP ISSUE DATE: 04/19/2010

Commodity Code(s): 002-22 PROCUREMENT DESCRIPTION: Cab and Chassis with Hooklift System

PROPOSAL DUE Wednesday, May 12, 2010, 3:00 P.M. Local Time DATE/TIME:

Late proposals will not be considered

PROPOSAL RESPONSE MUST BE DELIVERED TO CITY PROCUREMENT OFFICE

Mailing Address: P.O. Box 5002, Tempe, AZ 85280 Street Address: 20 E. Sixth Street (2n d Floor), Tempe, AZ 85281

PRE-PROPOSAL CONFERENCE (if scheduled): N/A

DEADLINE FOR INQUIRIES: Friday, April 30, 2010, 5:00 P.M., Local Time

Sealed proposals must be received and in the actual possession of the City Procurement Office on or before the exact Proposal Due Date/Time indicated above. Proposal responses will be opened and each Offeror's name will be publicly read. Prices are not read and shall be kept confidential until award. Late proposals will not be considered.

Proposals must be submitted by a sealed envelope/package with the Request for Proposal number, Offeror's name and address clearly indicated on the envelope/package.

Proposals must be completed in ink or typewritten and a completed proposal response returned to the City Procurement Office by the Proposal Due Date/Time indicated above. The "Vendor's Offer" (form 201-B RFP) must be completed and signed in ink. Proposals by electronic transmission, telegraph, mailgram or facsimile will not be considered.

Offerors are asked to immediately and carefully read the entire Request for Proposal and not later than ten (10) days before the Proposal Due Date/Time, address any questions or clarifications to the Procurement Officer identified below:

Tony Allen Procurement Officer

E-mail: [email protected] Phone No: 480-350-8548

Award recommendations are publicly posted to the City Procurement Office web page www.tempe.goy/purchasing) and at the Procurement Office reception counter.

Submit one (1) original signed and completed proposal response for evaluation purposes. For this specific RFP, four (4) additional proposal response copies are also to be submitted for evaluation purposes. A late, unsigned and/or materially incomplete proposal response will be considered nonresponsive and rejected.

The City Procurement Office is committed to fair and equal procurement opportunities for all firms wishing to do business with the City and encourages the participation of small and disadvantaged businesses.

MG Michael Greene, C.P.M. Central Services Administrator

RFP #10-146 1

Vendor's Offer

It is required that Offeror complete, sign and submit the original of this form to the City Procurement Office with the proposal response offer. 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: Utility Crane Se Equipment

Company Mailing Address: 2239 N Black Canyon Hwy

City: Phoenix State: AZ Zip: 85009

Contact Person: Jon Heflin Title: Sales

Phone No.: 602-617-6112 FAX: 602-393-4613 E-mail: Jon@Ut i 1 ityce com

Company Tax Information:

Arizona Transaction Privilege (Sales) Tax No.: 20046553

Arizona Use Tax No.:

Federal T.D. No.: 20-1748238

City & State Where Sales Tax is Paid: Phoenix Arizona

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) Jon He f 1 in

Title of Authorized Individual (TYPE OF PRINT IN INK) Sales

REQUIRED SIGNATURE OF AUTHORIZED OFFEROR (MUST SIGN IN INK)

By signing this Proposal 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. In accordance with A.R.S. 35-393, et seq., the Offeror hereby certifies that it does not have scrutinized business operations in Iran or Sudan. Fail re to sign and return this form with proposal offer will be considered nonresponsive and rejected.

Sign4ture of VIF fiorized Offeror Date

Form 201-B (RFP) (HIRFP 3-2008)

or

RFP #10-146 2

Scope of Work

The City of Tempe is seeking to obtain proposals for the supply of Cab & Chassis Trucks equipped with a Hooklift Loader System to be used by the Fire Department to deliver variously configured container boxes to emergency sites.

The resulting contract will be for the purchase of two (2) units.

Anticipated date for issuance of Purchase Order is June 11, 2010.

The vehicles specified in this solicitation are Grant funded and payment must be made no later than September 1, 2010.

By submitting an offerer, the bidder acknowledges and concurs with this requirement and will not hold the City of Tempe responsible for vehicles received after that date.

RFP #10-146 21

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.

Cab and Chassis with Hooklift System Vendor Response

A. Cab Yes No Exception 1. 2 door conventional cab design X

a. Specify Manufacturer International

b. Specify Model 7600 SBA 6X4

c. Specify Warranty 60 months or 150,000 miles engine

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

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

a. Each gauge shall be independently wired and grounded. Units with "Smart Gauge" X system will not be accepted unless software, hardware and training is provided to all the City the ability to reprogram and reset gauges

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

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

covered. 6. Power Steering - factory installed. X

7. Tilting and telescoping steering column. X 8. Tinted safety glass X

RFP #10-146 22

9. Dual windshield wipers and washers with x variable speed control.

10. Dual cab width sun visors X

11. Electronic cruise control X

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

covered with high performance metalized film (compliant with local legal requirements

14. Electrically powered windows (up and down). X

15. Dual 6" x 16" collapsible west coast mirrors X 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 X in ambient temperatures of up to 120° Fahrenheit. All repair components are to be available locally.

17. Factory installed heater and defroster X

18. LED chassis lighting package incorporation solid mounts is required

19. All wiring must be neatly loomed and routed X

20. Power door locks - both doors. X

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

21. Unit shall be equipped with a minimum of two (2) power outlets which are hot at all times. X

22. Dash mounted dump valve with indicator light X for air suspension.

23. Dual horn system - Air and electric horns X (steering wheel mounted).

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

a. Camera one to be mounted to provide view behind vehicle and wired to illuminate X when transmission is put in reverse.

25. Paint X a. One unit shall be painted GM Victory Red

X (DuPont Imron or equal)

b. One unit shall be painted Chrome Yellow X (DuPont Imron or equal)

RFP #10-146 23

26. Mud flaps installed on front and rear fenders to keep mud and debris from getting on body or X

any components - no advertising will be allowed on mudflaps.

27. All electrical circuits shall be protected by X breaker switches

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

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

a. All wiring shall be loomed X

b. Wiring loom shall be secured to the vehicle a minimum of every 18" with X

stainless steel rubber lined clamps.

Vendor Response

B. Chassis Yes No Exception 1. GVRW - minimum 64,000# X Exceed 66,000

2. Wheelbase, cab to axle and overhang shall all meet respective hooklift manufacturer's requirements and be capable of handing boxes X as specified below. It is the vendors' responsibility to design the unit and guarantee legal load limits and weight distribution using average weights under normal conditions.

a. Container maximum overall length of 22 X feet

b. Container maximum height of 8 feet X

c. Container maximum overall width of 102" X

d. Container hook lift height of between 54" X and 61"

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

4. Two (2) frame mounted tow devises. X HOOKS

a. Clevises shall have the ability to lift the X entire vehicle at full GVW without cab or bumper damage.

b. Devices shall be accessible without getting

HOOKS X under the vehicle.

c. Clevise pins shall be secured to the truck X with a stainless steel cable.

RFP #10-146 24

5. Frame rails of sufficient strength and rating to withstand continuous truck service. The RBM rating in excess of 2,900,000 in the main X section, primarily of bolted construction with as few rivets as possible. a. Frame liners, if needed, shall extend the x

full length of the frame

b. State RBM for submitted unit 3,400,000 RBM

c. Clean frame is required on both frame X rails.

6. Front axle - 18,000# minimum with springs EXCEED 20,000LBS

and heavy duty shocks. X

a. State front axle capacity 20,000LBS

7, Springs and spring hangers for front axle to exceed the rating of the axle. X

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

a. State mfg, model and capacity Mentor 46,000LBS

9. Axles to have outboard drums and hub seals. X

10. Gear ratio shall be selected to provide maximum fuel efficiently and be able to obtain X a minimum 75 MPH road speed

a. _ State maximum speed 75MPH

b. Gradeability - 27 to 30% minimum X

11. Rear suspension - Hendrickson Primaax 46,000 # air suspension or approved equal. X Suspension capable of withstanding a GVWR of 60,000# a. Specify Brand, Model and rating offered HENDRICKSON PRIMAXX EX

12. Brakes - dual circuit anti-lock, air X

a. S cam actuators with automatic slack X adjusters required

b. 15.0 CFM compressor - minimum X

c. Air dryer with replaceable cartridge shall X be included

d. Air system to have air coupling or stem X valve to allow pressurization of system

from an outside source

e. Preferred front brake size is 16.5" x 7" X 16.5 X 6"

State front brake size 16.5X6"

f. Preferred rear brake size is 16.5" x 8,625" X

State rear brake size 16.5 X 8.625"

RFP #10-146 25

13. All air tanks shall be plumbed to allow manual X 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 X system. Quick release connectors are to be plumbed to either side of chassis and supplied 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 X loaded

16. Telma retarder shall be installed to assist with X unit braking.

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

positions 18. Wheels - Polished Aluminum disc, 10 hole

hub-piloted Budd type (Alcoa preferred) X

a. Two spare aluminum wheels and tires are X

to be supplied. 19. Two (2) 100 gallon Fuel Tanks - minimum X

a. If urea is needed, tank shall be NOT NEEDED

appropriately sized for capacity of primary fuel tanks.

b. State main tank capacity N/A

c. State urea tank capacity if equipped N/A

Vendor Response C. Engine Yes No Exception

1. Emissions (EPA) compliant electronically X controlled diesel engine producing a minimum of 400 hp. a. State manufacturer NAVISTAR

b. State Model MAXXFORCE 13

c. State Horsepower 430

d. State Torque 1550 LB - FT

e. State year of manufacture 2010

2. Engine shall be capable of operating on B-20 bio-diesel without impacting engine X

performance or warranty 3. Oil Filter - full flow, spin on X

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

RFP #10-146 26

5. Cooling system must have the largest heavy- duty components available with coolant X recovery system. Manufacturer must state that cooling system will keep engine at normal operating temperature in temperatures that can 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. X System must be OEM approved.

7. Engine supplied with high quality fuel filtering system to remove all impurities, including X water, from the fuel with spin on filter

8. Alternator - 12 volt Delco HD 22 Si or 33Si X series preferred - 135 amp minimum

a. State alternator manufacturer LEECE - NEVILLE

b. State model 14923 PAH

c. State amperage 220 AMP

9. Batteries - Four (4) ea 12 volt low, or X maintenance free, 2260 CCA minimum

10. Cables professionally formed and routed with the shortest cable possible to reduce voltage X

drop and amp loss

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

12. Unit must be supplied with a battery cut off X 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 X behind cab. 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 X

a Push button selector X

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

1 Transmission oil to water cooler X

RFP #10-146 27

3. Transmission must be supplied from the factory with Allison approved Transynd X synthetic fluid

4. Allison ETC 5-year extended warranty to be X included

Vendor Response E. Trailer Tow Package Yes No Exception

1. Truck shall be plumbed to tow a trailer X 2. ICC rear bumper to be reinforced for 90,000 lb

X pintle hitch

a. Hitch must be air cushion style X

b. 90,000 lb maximum GTW x

c. 18,000 lb maximum vertical load X

d. D rings mounted near pintle to secure tow X chains

1 Glad hands located in close proximity to trailer X hitch - one each side.

a. Dummy connectors with chains will be X provided to protect the system when not connected to a trailer

4. Wired per ICC regulations X

5. 7 prong connector to be provided. X a. Sealed junction box shall be used to X

terminate wires. b. Plug shall be wired for ABS X

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 X applicable system to be supplied with each unit.

2. Service manual, repair and diagnostic software and adaptors - one (1) each - for engine, X transmission, cab and chassis, electrical system and all other applicable systems to be supplied with each unit. a. Wiring diagram shall be included with X

each unit 3. Factory authorized training for unit operators

must be performed within 30 days of vehicle X delivery and shall include all aspects of operation and required PM procedures shall be provided for each unit.

RFP #10-146 28

4. Factory authorized training for maintenance X 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 X each unit.

Vendor Response

G. Miscellaneous Yes No Exception 1. MCO supplied at time of delivery is required x

2. Level one inspection to be provided by vendor X for each unit delivered is required.

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

4. Diagnostic software, cables, adaptors and any X required updates during the entire contract period must be supplied.

a. Engine diagnostic software X

b. Transmission diagnostic software X

c. Anti-Lock Brake diagnostic software x

d. Chassis diagnostic software X

e. Other diagnostic software to be included - X list below

5. Fifteen (15) pound ABC fire extinguisher with X mounting bracket

6. Roadside emergency reflector kit shall be X located in the cab

7. Toolbox (36" x 36" x 18") mounted on the X

street side truck frame behind fuel tank. a. Mount shall allow access to the box with a X

container loaded on the vehicle b. Three point twist type latch preferred. X

8. Two frame mounted spare tire carriers - one on X each side of frame.

9. Supply and install a 45 amp battery charger X mounted in toolbox using AWG #10 wire from the charge to the batteries.

a. Supply and install a "Freightliner" type, or X 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.

RFP #10-146 29

Vendor Response

H. Hooklift System Yes No Exception 1 ' Stellar Industries, Inc. model Slider65 Hook- X

Lift or approved equal

a. State Manufacturer and Model AMPLIROLL AL 160/2000 -22

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

c. Dump capacity to be 65,000 minimum X

d. Lift capacity to be 52,000 at 54" X

e. Lift capacity to be 65,000 at 61" X

f. Sliding jib design is preferred X

g' Rear body hold down devices installed to X secure body during transport

h' Hold downs should accommodate various X

body lengths.

i' Hook lift system must accommodate body X lengths of 16 to 20 feet

X J. Adjustable load rollers preferred.

RFP #10-146 30

Proposal Questionnaire

Proposers hall submit answers to the following questions. Responses will be utilized in determination of contract award. The City of Tempe may consider other information, whether or not specifically provided by the respondent in response to the RFP

1. Please provide the address of your local facility

UTILITY CRANE & EQUIPMENT

2239 N BLACK CANYON HVVY

PHOENIX, AZ. 85282

2. If you do not have a local facility, indicate how you intend to service the City of Tempe

N/A

3. Describe your company and its history

UTILITY CRANE AND EQUIPMENT HAS BEEN THE A FINAL STAGE MANUFACTURER

AND HYDRAULIC SERVICE CENTER SINCE 1973. CURRENT PRODUCT LINEUP:

AMPLIROLL, VERSALIFT, ELLIOT, COPMA, AEROLIFT, UELC RENTAL FLEET

4. Please provide contact information for the account representative to be assigned to the City of Tempe contract, if awarded — name, phone, cell phone and e-mail

JON HEFLIN CELL: 602 -617-6112 [email protected]

5. What is the delivery time for the unit you have proposed and can you guarantee that you can make delivery at a time that will allow the payment deadline requirement of September 1, 2010 to be met?

120 -150 NOT LESS THAN 45 FROM RECEIPT OF CHASSIS

RFP #10-146 31

Yes x No

6. Do you have a model of the equipment you are offering available for review by the City of Tempe?

Yes x No

7. Will bidder meet or exceed the City of Tempe specifications?

If No, explain below.

8. What warranties will be offered on the units you have submitted?

5 YEAR COMPLETE ON HOOK LOADER

CHASSIS IS 60 MONTHS OR 150,000 MILES

9. Describe, in detail, the training you will provide for the unit submitted.

FREE LIFETIME TRAINING. INTIAL TRAINING TO BE PROVIDED BY AMPLIROLL

FACTORY REP. ONGOING TO BE PREFORMED BY UTILITY CRANE AND EQUIPMENT.

10. Do you agree to the Terms and Conditions of this RFP?

Yes X No

If No, explain below.

RFP #10-146 32

11. List three (3) local government or large corporate references for which you have provided similar products and services.

Name CITY OF PHOENIX

Contact Person Phone # DAVE SKIVER 602-495-7265

CITY OF TEMPE TIM LOVE

CITY OF GLENDALE DAVE HARVEY

RFP #10-146 33

Proposal Checklist for Submittals

X One signed and complete original of the proposal response, including "Vendor's Proposal Offer" (Form 201b)

X Four (4) copies of proposal — vendor provided data only

X Proposal Questionnaire has been completed and included

X Price Information completed and included

X Complete information on hooklift system included

X Detailed information on training offered

X _ Any addendum(s) have been included

RFP #10-146 34

Total

Evaluation Criteria

An evaluation committee composed of Fire, Public Works and Procurement staff will review the responses and score them according to the criteria listed below.

Vendors submitting offers that provide an improved specification or an overall design which better meets the needs of the City may be awarded points above those firms who just "meet" our current specification.

Criteria Weight x Rating = Points

1. Cost 6

2. Ability to meet or exceed desired specifications 6

3. Local parts inventory, warranty and service availability or ability to provide an acceptable alternative. 5

4. Training offered for chassis and hooklift system 5

S. Delivery Time 4

6. Overall completeness of response to RFP to include the ability of offeror to meet the terms and conditions of the RFP 2

This proposal will be evaluated on a cumulative point system.

Scoring

Outstanding .. . 8 to 10 Good . . . . 6 to 7.9 Average. . . 3 to 5.9 Poor .. . . 0 to 2.9

RFP #10-146 35

Company Name UTILITY CRANE & EQUIPMENT

Pricing Section

Description Cost

Cab and Chassis with Hooklift System — cost each $ $176,786.76

Manufacturer of Cab & Chassis INTERNATIONAL

Model of Cab and Chassis SBA 7600 6x4

Production year of submitted unit 2010

Production year of engine 2010

Manufacturer of Hooklift Unit AMPLI ROLL

Model of Hooklift Unit AL 160/2000-22

2. Options offered by submitting firm

Cost $

$

$

$

$

3. Discounts offered on replacement/repair parts — add pages if necessary Manufacturer Discount Offered

5 % ALL AMPLIROLL PARTS

%

%

%

%

%

* Applicable Tax %

* State correct jurisdiction to receive sales tax on the Vendor's Bid Offer, form CS-P201 (B) included in this Invitation for Bid document.

Less prompt payments discount terms of 0% Odays/ or net thirty (30) days. (To apply after receipt and acceptance of an itemized monthly statement.) For bid evaluation purposes, the City cannot utilize pricing discounts based upon payments being made in less than thirty (30) days from receipt of statement.

RFP #10-146 36

City of Tempe Accounting (see below for your contact) P.O. Box 5002 Tempe, Arizona 85280 Phone: 480-350-8355

Statement mailing address:

Accounting Contacts: Cecilia Miller Ramona Zapien Candace Duke

Letters A-C Letters D-0 Letters P-Z

Ordering and Invoice Instructions

In order to facilitate internal control and accounting, each City Department will order and must be invoiced separately. Monthly invoices must be segregated by City Department number and mailed or delivered directly to the City Customer Department. For most materials, there will be between three (3) and six (6) ordering departments. At the time an order is placed, the Contractor must obtain the ordering department's cost center numbers for billing purposes. The use of the department's cost center numbers will be in addition to the purchase order number. Once a month, the Contractor shall submit a consolidated statement which shall itemize the invoice numbers, invoice date, invoice amounts, and the total amount billed to Accounting. Discount offering will be based upon days from receipt of the consolidated monthly statement. Invoice(s) shall not show previous balances.

Invoices shall include:

1. Listing Of All Delivery/Pickup Receipt Numbers Being Invoiced. 2. Total Cost Per Item. 3. Applicable Tax. 4. Payment Terms. 5. Blanket Purchase Order Number.

Invoices that do not follow the above minimum invoicing requirements will not be paid. Payment must be applied to only invoices referenced on check/payment stub. The City reserves the right to bill contracted vendor for researching invoices that have been paid, but not properly applied by vendor account receivables office.

RFP #10-146 37

AL 160/2000

Why buy a HookLift?

Do you have trucks that are not always being used? Do you have a difficult time finding quality drivers? Is there a piece of equipment you could use, but can't justify adding another truck?

It's Multi-tasking for your truck. The possibilities are Infinite.

With an Ampliroll® you can do just about anything.

Deliver — Load — Dump

FEATURES • Sliding Jib gives you greater range of body

lengths and optimal weight distribution.

• Twin Pivot allows you to dump a uniform pile of material.

• Dual Cylinders gives greater stability while dumping and loading.

• Safely operated from the drivers seat.

• Dock Level loading and unloading.

• Double your payload by pulling another body on a trailer.

• Maneuverable to operate, the container can be loaded within a 60 degree arc.

• Spot the container exactly were you want it, by pushing it into place with no damage.

• Quickly loads a body in less than one minute.

• Investment that will outlast your truck, Amplirolls® will last over 25 years.

• Meets all highway safety standards.

The Ampliroll® HookLift was invented in 1969. Our process of laser cutting and robotic welding enables us to provide you with a complete line of hooklifts, that eliminate the use of SHIMS and WEAR PADS.

Ampliroll® has been imitated but never duplicated.

Compare the difference before you buy.

Dual Rear Rollers Ig

Only 17 el7dIc.ns lie6ervoir

Option to Pull Trailers

Inside Controls

AmpDroll° Mod , 6012000-22 Lifting Capacity 65,000 lbs (including container)

Shipping Weight 7030 lbs.

Dump Angle 57 degrees

Cab to Trunnion 86 to 200 inches

Over-All Length 233 inches

Body Length 17 to 24 feet

Hydraulic Specifications:

Pump - Axial piston, 5,700 psi, 23 GPM @ 1,200 RPM, SAE B, direct mount

Controls - Low pressure hydraulic or air in cab

Reservoir - 17 gallons

Filter - 10 micron, return line with replaceable cartridge

Maximum operating pressure - 5,400 psi

Hoses, tubes & fittings all JIC/SAE specifications

Steel: Special Alloy ASTM A 514 in jib, central arm and tilting frame ASTM A 572 grade 60 type 2 subframe

Safety Devices: Safety valve prevents jib operation during dump mode

Counter-balance valve to hold cylinder if hose breaks

Automatic locking device for dump mode

Slide through container locks

Truck Requirements: GVWR - 50,000 to 80,000 lbs Front Axle capacity - 16,000 to 20,000 lbs Rear Axles capacity - 40,000 to 60,000 lbs Minimum RBM 2,750,000 in. lbs.

Notice: Longer containers may not comply with LC.C. bumper regulations and can effect dump angle.

Rear Roller Stabilizer

marre CORPORATION

3565 17 Mile Road Cedar Springs, MI 49319 Phone: (616) 696-1372 Fax: (616) 696-4075 Toll Free: (866) 822-3580 E-mail: [email protected] www.amplirollusa.com

Distributed by: