HomeMy WebLinkAbout31-95 RESOLUTION•
ask
I A
1,
•
RESOLUTION NO. 31- 95
A RESOLUTION AWARDING BID NO. 94-101, ITEM 1, IN
THE AMOUNT OF $157,242.26 TO SHIPLEY MOTOR
COMPANY FOR THE PURCHASE OF TWO (2) NEW UNITS,
AND ACCEPTANCE OF PURCHASE OFFERS FROM
MOUNTAIN MECHANICAL AND FROM TOMLINSON
ASPHALT.
•
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 94-101, Item 1, dump trucks
in the amount of $157,242.26 to Stupley Motor Company for the purchase of two (2) new units.
A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof.
Section 2. The City Council hereby accepts purchase offers in the amount of
$6,800.00 from Mountain Mechanical for Item 2, Unit No. 304, and in the amount of
$12,851.00 from Tomlinson Asphalt for Item 3, Unit No. 705. A copy of the purchase offers
are attached hereto and made a part hereof.
PASSED AND APPROVED this 21st day of February , 1995.
ATTEST
By: //f itc.., /at
Traci Paul, City Clerk
APPROVED:
By:
•
•
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree
to the requirements set forth in this bid proposal, including specifications
terms and standard conditions,and pertinent information regarding the
articles being bid on, and agree to furnish these articles at the prices
stated.
UNSIGNED
BIDS
WILL BE
REJECTED
NAME OF FIRM:
Shipley Motor Equipment Co.
BUSINESS ADDRESS:
P.O. Box 250
PHONE:
501-770-6040
TAX PERMIT:
0170 3-65-001
AUTHOIZ ED S7GN URE:
--.......4;10
CITY STATE
Lowell Arkansas
•
ZIP
72745
TITLE:
Vice President
DATE.
December 27, 1994
CASH DISCOUNT 0 % 0 DAYS
Dept.
Rm 306
AR 72701
Peggy Bates, Mailing Address:
Purchasing Manager INVITATION TO BID Purchasing
113 W. Mountain
CITY OF FAYETTEVILLE, ARK. Fayetteville
OPENING:
1994 11:15 AM
BID #
94 101
DATE ISSUED:
December 8, 1994
DATE & TIME OF
December 28,
BUYER: City of Fayetteville
Peggy Bates, Purchasing Manager
DATE REQUIRED:
120 Days after Bid Award
F.O.B.
Fayetteville, AR
BUYERS PHONE #
(501) 575-8289
GUARANTEED DELIVERY DATE:
75 days
ITEM # DESCRIPTION QTY UNIT PRICE
TOTAL
1.
Heavy
Dump
Specifications
*SPECIFY
WITH
Duty
Body
MODEL
1995
RD688S
Cab/Chassis
as per Item
Attached
COM_`4ERCIAL
DESIGNATION
Mack with
with Mounted
# 1 of Basic
MANUFACTURER
2
$ 78,825.23
$157,650.46
Davis body
*BIDDER
Trade
IMPOSED
In
figures
RESTRICTIONS:
good
against purchase only.
Air compressor rated
at
13.2
cfm.
TRADE
NONE:
*MANDATORY
FOR
ONLY:
OF BID
REQUIREMENT
CONSIDERATION
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree
to the requirements set forth in this bid proposal, including specifications
terms and standard conditions,and pertinent information regarding the
articles being bid on, and agree to furnish these articles at the prices
stated.
UNSIGNED
BIDS
WILL BE
REJECTED
NAME OF FIRM:
Shipley Motor Equipment Co.
BUSINESS ADDRESS:
P.O. Box 250
PHONE:
501-770-6040
TAX PERMIT:
0170 3-65-001
AUTHOIZ ED S7GN URE:
--.......4;10
CITY STATE
Lowell Arkansas
•
ZIP
72745
TITLE:
Vice President
DATE.
December 27, 1994
CASH DISCOUNT 0 % 0 DAYS
•
INVITATION .TO BID
CONTINUATION SHEET
BID NO. 94 - 101
ITEM # DESCRIPTION QUANTITY UNIT
PRICE TOTAL
1
1
<CREDIT>
<CREDIT>
$ 2,500.00
2.
3.
SALE OR TRADE WILL BE CONSIDERED
ON THE FOLLOWING UNITS:
UNIT # 304 - 1983 FORD F-700
W/FLAT BED DUMP BODY
VIN: 1FDNF70HODVA39114
UNIT # 705 - 1984 FORD 8000
W/12 YD DUMP BODY
VIN: 1FDYUSOUXFVA08504
NOTE: Items 2 and 3 are in current
Fleet Operations. They will .
be released as "Running Units"
Units will be Sold or Traded
WITHOUT any Warranty either
expressed or implied. Units are
to be considered on an "AS IS -
WHERE IS" Basis. THE CITY OF
FAYETTEVILLE RESERVES THE OPTION
TO EITHER SELL OR TRADE OR TO
RETAIN THESE UNITS AS SINGLE
UNITS OR IN ANY COMBINATION.
SPECIFIC RESTRICTIONS AS TO
EITHER OUTRIGHT SALE OR TRADE ONLY
MUST BE NOTED BY THE BIDDER.
THESE BIDDER IMPOSED RESTRICTIONS
MUST BE NOTED ON PAGE ONE
OF INVITATION TO BID.
PRIOR ARRANGEMENTS MUST BE MADE FOR
INSPECTION BY CONTACTING THE FLEET
OPERATIONS SUPERINTENDENT AT:
1455 S. HAPPY HOLLOW ROAD
FAYETTEVILLE, AR, 72701
PHONE: 501-444-3494 OR 444-3495
$ 5,500.00
CITY OF FAYETTEVILLE, ARKANSAS
Special Terms and Conditions
BID NO. 94-101
ITEM # 1
•
1 . All bids shall be submitted on forms provided by the City.
2. Bidders shall include all applicable local, state, and federal sales tax in
bid. The responsibility of payment shall remain with the successful bidder.
Tax amount shall show as a separate item.
3. Bids received after the date and time set for receiving bids will not be
considered.
1. The City reserves the right to accept or reject any or all bids, waive
formalities in the bidding and make a bid award deemed to be in the best
interest of the City. The City shall be able to purchase more or less than
the quantity indicated subject to availability of funds.
5. Each bidder shall state on the face of the bid form the anticipated number
of days from the date of receipt of an order, for delivery of the vehicles to
the City of Fayetteville, Arkansas.
6. The awarded bid price shall remain good and firm and may not be changed
regardless of how long it may take for the successful bidder to make
delivery of the unit(s) to the City.
7. All bid prices shall be FOB Fleet Operations, 1525 South Happy Hollow
Road, Fayetteville, Arkansas, and include vehicle inspection and dealer
preparation charges.
8. Standard Manufacturers Warranty shall apply to each vehicle/equipment as
specified. Copy of the warranty shall accompany the bid, and any
exceptions to the warranty shall be clearly noted on the bid form. Warranty
on equipment supplied by an after market vendor shall be noted.
9. Installation of Dealership/Distributorship Logo shall be prohibited.
10. The item bid and the bid number shall be stated on the face of the sealed
bid envelope.
CITY OF FAYETTEVILLE, ARKANSAS
Special Terms and Conditions
SALE/TRADE UNITS ONLY
•
ITEMS#2&3
BID NO. 94-101
1. All bids shall be submitted on forms provided by the City .
2. Bids received after the date and time set for receiving bids will not be
considered.
3. The City reserves the right to accept or reject any or all bids, waive
formalities in the bidding and make a bid award deemed to be in the best
interest of the City.
4. The City assumes no responsibility for the safety of the Bidder during
inspection of the equipment listed herein.
5. All equipment listed is sold "AS IS -WHERE IS" with no warranty either
express or implied.
6. Arrangements for inspection may be made by appointment with Fayetteville
Fleet Operations Division, 1455 S. Happy Hollow Road, Fayetteville, AR. ,
501/444-3494, 444-3495, 444-3496, between 9:00 A.M. and 4:30 P.M.
Wednesday December 14 through Friday December 16 and Nlonday,
December 19 through Thursday December 22.
7. Questions regarding this equipment may be directed to the Fleet Operations
Division, 1455 S. Happy Hollow Road, Fayetteville, AR., 72701 501-444-
3494.
8. Notification of bid award will not be made prior to proper approval of the
acceptance of this bid by the City. Therefore, the following provisions for
payment and possession are contingent on required approval by the City of
Fayetteville.
A. Payment for the equipment listed herein shall be made within
15 days of notification of bid award and release of unit.
B. Removal of equipment listed herein shall be the sole
responsibility of the successful bidder. Removal must be
completed within 30 days after payment.
9. These Units will be retired from Service from the Fayetteville Fleet
Operations Division upon approval of acceptance of this bid by the City and
receipt of the replacement units purchased (Item #1). These Units will be
sold "AS IS -WHERE IS" with no warranty or guarantee given.
10. The item bid and the bid number shall be stated on the face of the sealed
bid envelope.
BID #94-101
BASIC SPECIFICATIONS
HEAVY DUTY TRUCK CHASSIS W/DUMP BODY
General Specification Requirements are as follows for HEAVY DUTY TRUCK CHASSIS
W/ DUMP BODY. These are MINIMUM SPECIFICATIONS ONLY and are not limited or
restricted to the following.
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST
BE CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID
SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS,
CONDITIONS, AND SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE.
Alternates will be considered provided each Supplier clearly states on the face of his
proposal exactly what he proposes to furnish and forwards necessary descriptive
material which will clearly indicate the character of the article covered by his bid.
All Bids are subject to Staff analysis. Fleet standardization requirements,
replacement parts availability, warranty service availability and
Manufacturer/Distributor/Dealer Field support of operational units will be
considered.
All Units Bid shall show deviations to line item specifications on the "Minimum
Specification" attached with referral to each item. Utilizing a copy of these
specifications with variations "hi-lited" and specifics noted is suggested.
All equipment shall be new and unused and of the Manufacturers Current Model Year
and shall include all standard equipment as advertised by the Manufacturer. All
vehicles and equipment listed herein shall comply with applicable Federal and State
Safety, Emission and Pollution Control Requirements in effect at time of delivery.
Standard Manufacturer's Warranty shall be furnished. Minimum Warranty period
shall be no less than 1 year.
Field demonstrations of currently operational units which are offered as a substitute,
variation, or deviation may be required as part of Staff analysis at the option of
Staff members or other qualified interested parties . Properly documented referrals
may be required of vendors which allows field evaluation of units in a comparable
operational area.
The City of Fayetteville reserves the right to accept the best bid for the City, and
is not required to accept the lowest priced bid.
The City also reserves the right to reject any or all bids and will be the sole judge
of what comprises the best and most advantageous unit to meet the needs of the City.
1
•
GENERAL PROVISIONS AND REQUIREMENTS
1. GENERAL
It is the intent and purpose of these specifications to secure for the purchaser the
necessary equipment and accessories which will be capable of performing in a safe,
practical and efficient manner consistent with accepted commercial standards.
2. MATERIALS AND WORKMANSHIP
All equipment, materials and workmanship shall be of the highest grade in
accordance with modern practice . The equipment supplied will be new and unused
except for the necessary testing, calibration and transportation.
3. WARRANTY
All items furnished in accordance with these specifications shall be covered by the
manufacturer's and/or supplier's standard warranty or guarantee on new equipment.
The minimum warranty period on new equipment must be one year. Warranty which
will be honored by other than the supplier bidding must be annotated.
4. PARTS AND SERVICE
To best service the requirements of the purchaser, it is the intent of these
specifications to secure equipment, which can be properly maintained and serviced
without the necessity of stocking an expensive parts inventory or being subjected
to long periods of interrupted service due to the lack of spare parts.
All suppliers submitting proposals must have available a parts and service facility
within an area to allow 1 day service on any parts or service needs. The facility shall
be staffed with full time technical personnel, as well as order and shipping
personnel, during regular business hours and days.
ITEM 1.
HEAVY DUTY TRUCK CHASSIS - DUMP TRUCK APPLICATION
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
REQUIREMENTS AS LISTED BELOW.
MINIMUM SPECIFICATIONS ONLY
BODY STYLE: Conventional Cab/Chassis
WHEELBASE: 227" or as Required to conform to
requirements of Dump Body listed in Basic
Specifications
CAB/AXLE DIMENSION: 148" CA or as Required to conform to
requirements of Dump Body listed in 16-18
YARD DUMP BODY SECTION of Basic
2
•
DIESEL ENGINE:
Specifications.
6 CYL. MINIMUM ONLY: 725 C.I.D. 12.0
Litre Displacement, 350 H.P. @ 1800 R.P.M.,
R.P.M.-120 Volt 1500 Watt Engine Block
Heater, Dry Type Air Cleaner with
Restriction Indicator, Automatic Warning
System with Automatic Shut Down, Spin -On
Fuel Filters, Vertical Exhaust w/heat shield.
MANDATORY REQUIREMENT FOR CONSIDERATION.
PLEASE STATE:
MANUFACTURER: Mack
MODEL DESIGNATION: E7-350
C . I . D . DISPLACEMENT : 728
H.P. RATING: 350 @ IA00 R.P.M.
TORQUE RATING: 1277 @ 1750 R.P.M.
TRANSMISSION:
FRAME:
GVW RATING:
GCW RATING:
TANDEM DRIVE:
DRIVELINES:
INTERMEDIATE
AXLE:
FRONT AXLE:
ALTERNATOR:
13 Speed Manual 3 Countershaft with minimum
of 1600 lb. ft. torque rating, Oil resistant
mounts, Manual Adjusting Spicer/Dana CL798
15.5" dual plate ceramic clutch with 128 sq.
in. /1650 lb. ft. rating. 2" Spline with coaxial
spring dampened disc.
10.625" x 3.25" x .3125" Steel Rail w/.25"
Inside Channel Reinforcement, 2,600,000 in.
lbs. REM per Rail.
72,480 LBS
104,480 LBS
Double Reduction style, 44,000 LB. Mack
Model SS -441 or equal, with Camelback anti -
sway Springs, Bronze Trunnion Bushings.
Spicer/Dana 1810 Coated Spline Main with
Spicer/Dana 1710 Coated Spline Interaxle.
Silent Drive Model AA -1455 or equal. 20,000
LB. Cap. Air Ride, Air lift pusher style with
22,500 lb. cap. drop center axle with air
brakes, Stemco Oil seals, 10 hole Budd hub
and drum assys. with 4-8.25 X 24.5 one piece
disc wheels, cab mounted console controls in
an easily accessible location for the driver.
18,000 LB. Cap. Model FAW-18 Taper Leaf
Spring Suspension or equal.
100 AMP.
3
•
•
BATTERIES: 1875 CCA. Mounted in Steel Box with
Aluminum Cover.
FUEL SYSTEM:
COOLING SYSTEM:
STEERING:
WHEELS & TIRES:
RADIO:
FLOOR COVERING:
SEAT:
CAB:
COLOR:
WIPERS:
MIRRORS:
GLASS:
BRAKE SYSTEM:
Dual Steel Minimum Capacity 75 Gal. per Tank
1050 Sq. In. 3 Row Core Radiator, Silicone
Hoses, Filter/Conditioner.
Integral Sheppard 492-5 18,000 Cap. or
equal.
24.5 x 5.25 Steel Disc 10 Hole Budd Accuride
Type w/11R24.5 Goodyear G-124 Steel Belt
Radial Tires on Drive Wheels and Goodyear
G-159 on Steering axle with necessary Ply
Rating and Load Range Rating to be
compatible with required GVW. Intermediate
axle to be furnished with wheels only as
above.
O.E.NI. AM/FM w/ roof mount antenna.
Non -Skid Vinyl/Rubber
H.D Vinyl/Cloth High Back Air Ride Drivers
Seat, Low Back Stationary Passenger Seat.
Standard Manufacturers Rust Proofed Air
Suspended Current Model Year, Equipped
with O.E.M. Heater and Air Conditioner
w/R134a Refrigerant capable of maintaining
sufficient temperature control and air flow for
operator comfort.
EXTERIOR -White INTERIOR -Grey
2 Speed Intermittent
Left/Right Heated Bright Finish West Coast
Style, with 4" Convex Spot Mirrors Arm
Mounted below the standard mirrors. 6"
Pedestal Mounted Convex Safety Mirror shall
be furnished at right front corner of cab.
Tinted, Maximum Glass area offered by the
Manufacturer shall be made available.
Bendix 15.5 CFM Compressor or equal. 16-
1/2" X 5" Front, 16-1/2" X 7" Rear, Outboard
Mounted Drums, Automatic Slack Adjusters
on all positions, 4 Rear Parking Brake
Chambers, Bendix Heated Air Drier, 3 Valve
4
•
1
•
dual brake system, Tractor Park -Trailer
Supply-Tractor/Trailer Park, Hand Valve for
Trailer Brakes, Ferrous Hubs.
SAFETY EQUIPMENT: Electronic Back -Up Alarm, 5 Roof Mounted
Marker Lamps, Frame Mounted Front Tow
Hooks, Dual Air Horns, Lap and Shoulder
Retractable Seat Belts, Interior Sun Visor -
Both Sides, Exterior Sun Visor, Electronic
Tachometer and Speedometer w/Odometer,
Vernier Hand Throttle, Manual Reset Circuit
Breakers.
HITCH:
1" Plate bolted to rear frame of truck. Air
plungered Pintle Hitch with safety rings
capable of handling a pup dump trailer
weighing a total of 50,000 lbs. 7 way light
cord w/plug, Hydraulic hose w/quick
disconnect for pup trailer mounted on hitch
plate. Necessary brake connectors and
controls shall be provided to comply with
applicable FMVSS Requirements in effect at
time of delivery.
16-18 YARD DUMP BODY
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
REQUIREMENTS AS LISTED BELOW.
MINIMUM SPECIFICATIONS ONLY
CAPACITY: 16' long with 16/18 cubic yard capacity,
water level load with 40" side height and 48"
end height with 89" inside width.
CONSTRUCTION: Sides and front to be fabricated from 10 ga.
hi -strength alloy steel w/min. 50,000 PSI
yield strength. Front shall be 8" taller than
sides with a minimum of 2 horizontal braces
inside. Front and rear shall be braced to
sides to height of ends. Side rubrail to have
45 deg. slope w/side top rail of 3" X 3" X
3/16" sq. tube. 5 Intermediate vertical side
braces to be provided. Continuous welds to
be provided to prevent entrance and
entrapment of moisture.
UNDERSTRUCTURE: 7 Gauge T-1 Hi -Tensile Steel floor w/Min.
110,000 PSI yield Strength, 4"-45 deg.at
sides w/side lap of 5" or less, crossmembers
to be gusset braced to each of 2 long sills,
crossmembers to be continuously welded at
5
•
•
•
each end to inside of rubrail of body sides,
rear reinforcement will be a full width apron
supporting rear crossmember and welded to
longsiils and rear corner pillars. Cross sills:
3" - 4.1# Channel, Long sills: 8" - 11.2#
Channel, 1/4" Heavy Duty Gussets on Front
and Rear, 1/4" Medium Duty Gussets on
every other Interior Crossmember, Rear
apron: 1/4" - 10.2# plate.
DOGHOUSE: 10 Gauge Continuous Weld with 1/4" Cap for
Upper Pin Seat and access plate for greasing
pin.
TAILGATE: 10 Gauge Alloy Sheet Steel - 50,000 PSI yield,
1-1/4" dia. upper hinge offset forward 5" -
Horizontal bracing, upper rails, lower rails to
be sloped 45 degrees, upper and lower dogleg
slotted chain keepers to be welded to rear
corner pillars, 3/8" Proof Coil Spreader
Chain of sufficient length to allow gate to lay
flat w/floor when hinged at bottom,
Retractable air operated safety latch is to
stay locked without dependence on control
rod lever or overcenter device. Air Control
to be mounted in such a manner as to be fully
protected from adverse conditions.
LIGHTS: Lighting Equipment shall be furnished and
installed per current applicable FMVSS, all
lighting to be recessed for protection
w/wiring in conduit.
SAFETY EQUIPMENT: 12 Volt D.0 Backup Alarm, 97 D.B., 70
Beeps per Minute, Wired into Backup Lamps,
Full Cab Protector of 10 ga. hi -strength alloy
steel w/min. yield of 50,000 PSI. 88" Wide W/
42" Over Cab Projection, attached by bolting
or welding. Horizontal portion to have 9 deg.
slope with 2 intermediate braces on top. This
is to conform to current Industry Standards
and applicable Safety Requirements in effect
at the time of Delivery, OSHA Safety Prop.
P.T.O.: "Hot Shift" Style P.T.O. with Air/Electric
controls conveniently located in the Cab to
the Right of Driver. Pump to produce 28 GPM
@ 1000 RPM with 2500 PSI Operating
Pressure. (Dump Body angle of 50 degrees
in 20 or less seconds at 1000 RPM required)
6
HOIST CONTROL:
HOIST:
•
Felsted type neoprene coated cables on tower
mounted control, bulkhead fitting and 5/16"
inner core diameter. Valves to be three
position (raise -hold -lower) which provide
metered flow for the complete cycle for total
control.
Four Stage Front Mount Telescopic style
meeting NTEA/TBEA Class 120 performance
requirements. First stage 7" moving, Second,
stage 6" moving, Third stage 4" moving,
Fourth stage 3" moving. 45 Ton Lift Capacity
with not less than 140 inches of stroke to
provide 50 degree dump angle. All fabricated
parts shall be high strength alloy steel
w/minimum of 50,000 PSI yield strength. All
hoist and hinge bearing surfaces shall be
zerk lubricated. Cylinder to have internal
bypass at stroke end to prevent pressure
buildup. All hydraulic hoses shall be
compatible to specified operating pressure.
7
•x40072 6 09 Asher!,Lktle Roc Arkansas ,)'n..,�501)52-6295•In4k;1100-4829484 OtsideA-800- 33-3 f ;
W� Lp1ey,Motor Company.
. . 1'4$"y,-�3r p. O Rail 250 .• .-.;.,- .- .,.::•_:.
":
=JLowe 11 ;"'AR . 72745
1..- .
;Attn: Mr. Carl Shipley
PH: 1-770-6040 - -
FAX: 1-770-6146
re
aWI
•
;.ESTIVATEa ice, ..r,,.,-.
tocuvrny!15 Days {A it
--vizor/rake .-Ari.v4ket
et :10:days
r•
r're .:
[..
:i`-:'
' '}`i ;, ''yt
:.
:f.
`t iittle.Rock
TO BE SHIPPED VIA
-SALESMAN
._.:.•Chet Mercer
IN RESPONSE TO YOUR INQUIRY, WE SUBMIT THE FOLLOWING QUOTATION.
QUANTITY STOCK NUMBER / DESCRIPTION
aq
PRICE AMOUNT
2 Davis HPT 15-16: 16 15-18 Cubic yard dump body
Full cab protector Inside Dimensions:
Air.operated tailgate 'Sides --t42"
10" Asphalt apron • Ends` -10"
Davis tower controls Width 89"'
Length 16'
Equipped with:
Davis HPT 74-140: Four stage front mount
telescopic hoist with 45 tons lift .capacity '1=
(NTEA Class 120+) .
Special construction:
3/16" T-1 Floor
Additional equipment: N,'..=:'r^"
Complete puptrailer"hitch' t
P per .customers _.: -✓..
_ -specifications r "'ast1;' ;a..,'}y ++'n' .n "r. .: i. kr
:- Silent .Drive AA1455. or,4eyqual ibuspension . - }---.. ::
• with '10 hole Budd lltil agddru'm`'' s`semblies
_� >?'and four,(4) •8 25 Xs22 n piece
-' m di wheels Mr .• -z- .tote
$12,800.00
µOTHER INFORMATION 4' ry<t -. gave= :,-Fre y
$25;600.00,
4
3
--a..l ..;t .•-+o•._: •.ear_ . '�•:3!:C-t"..
The_price+includes,completeNinstallation,� of shif
y_1 ight ing ;for the body,^ OSHA eafe�tyxbodyR prop; iiackup
Keir ;controls ;for jthesuspensibnatind oneTcol_ oar paint'
PTO,mndflaps!D.O
�alarmbymounted_
customer
1.specifscation's The •priceis-TAUrmafrl180agdays s grace; des
o
%jineIude federal excise>tsxor=s les`<tax�'
i7%3''e:tt-i �o,+'.`Ycti=t is=a b'hxySfT
:ACCEPTED. The above pima.'apecmcflns dmi' oand cenenare"saeHedory'and ire hewby
,accepted. You are authorized to Co Inc WWI as specified. Payment x111 be made as 'outlined
' •above. Please rater to above Quotation Number when pladnp Vow oNer. r`gam �:--
y
-'4nt0•t. .ikr sa. C..4";14:35:-7. '•g . "•••::}3as
Dem d Accapran•
oo -
4'rtti*asg, 416
we.
'11
i- t
- aa.Yyi .^:.
QUOTATION IS G000 FOR.Q DAYS OR UNTIL MATERIALS
LA#OR COSTS CHANGE : - -v
•
.8c4.EYrM . OR EQl1IP NT CO r IJs ember•27 r 19914+
i P:Q41BQf�1 250 ,: Napv TR9Q 4'000114*
•
71"SSUTHz ` Raf'�loe t?:J S$.
li 0'0410 9
89 ;
R1 ARKANSAS 72745
e e0ONTAIN r
VI 4J ,, AR 72701
Faxe'
*4 9). 770-6040 r
Mod!"0 MRCK• ,RD,A,68
`'':;•Total."Quanti, kt:;;
.;41Alespee44on4 .: CHS11'i
Pager 1
s•.
2E7 ;in Engine
240. in: Transmittsif
58040.•. •FtOnt Rx1'e(
10000011 Rear Axle'
=798 15.5" SGs�ensien
,��' Front Tires
Fwl1�i•7aiti1� ' _ 75 gal_ 'Front WFaals
ueil.`.7k• :75 ''gal Reap Tirea;'
RRpr<Spd '69..0..mph Rear Wheels:,
yPisitb..AWde Ratio Vehicle Type
a3' 1:41*. 61t• 1.7958M Vehicle Use'
•
u
1
E7E35!D, 350 = HP
T .1.30 1 SPEED' '
i08 FAW 1'8
•44666* -6S440 4 64"Rat.io
44000* SS440 :. • '
DVEAR-11824'.5
2 5it8.25 STEEL DISC (1O --HOLE)'
GOODYEAR -11.R24.'5
24.. tut. 25 STEEL DISC . (10 HOLED
TRACTUR•FOR 5TH+ WHEEL
TIP I nher
+'m
" ..•. y;. .. r .. ..
CHASSIS.'mei.'. `.
Factorlx Opt ions •
-.0.2** h 6Prep for Delivery
Vendgr ±Trls!-ai;l'§r4 Fact oiiry Extras,
TOTAL'; 'FRG,TORY ;-y ' ^.
t_aicel;ly',' Inslail;Ted,O, pthioris .•
ulldog;Prbtect, bxf::.-tsq
TOTAL:'FACTORY. B LOCAL . —
•. . . . . . . .
•
r
•
Less;Customer Discount from List.. . . . . . ..
SELLI'NS'PRI;CE ::(Excluding,,Taxes/Fees/Trade)
Less' Tr;aiie-AlloNances<'per New Vehicle
QUOTED PRICE• OR `TRADE :DIFFERENCE.
FRET or•.' Canadian OSt`Taxes. . . ..v
Sales/Usages Taases .
License/Title/Etc ' . . . . . . . . .
Misc'Fess nc.t subject to FRET/OST
ACQUISITION .COST ,'.'(I
Doran 'ncl•Trade if applies)
Less .Don Payment "+. . . .• . . . . . .
BALANCE DUE Per,:Unit. . . . . . .. . .
PRICE (Total..Order.). 357650.46 .BALANCE. POE (Total Order)•.
• List
86028.00
10145.00
1125. 00
0. 00
97298. 00
14295.00
0.00
111593. 00
32767. 77
78825.23
O. 00
78825.23
0.00
O. 00
78825. 23
78825. 23
157650.46
Dealer=digha►t.ura Date" Costo
•i .
HAVE -YOU ARKE D YOUR DEALER ABOUT ;THE.:
i I ,
SHIPLEY MOTOR EQUIPMENT CO.
P.O. BOX 250
HWY 71 SOUTH
LOWELL , ARKANSAS 72745
(501) 770-6040
Customer: CITY OF FAYETTEVILLE
113 W..MOUNTAIN
• FAYETTEVILLE, AR 72701
''Telephone: Fax:
•
December
MACKTRAQ
Ref. No.:,
Page:
27, 1994
Level:; 95B
JAC004`10. 950
2
Model: MACK RD6G8S
Total Quantity: 2
Salesperson: CHS11
•
Description
ORDER/CUSTOMER/VEHICLE INFORMATION
INITIAL REGISTRATION LOCATION, DOMESTIC ARKANSAS Opt
TYPE OF SERVICE, MUNICIPAL Opt
VEHICLE APPLICATION CLASS, ON HIGHWAY CLASS "H" INNER Opt
CITY - Unlimited operation on well maintained
asphalt or concrete highways, level or rolling
terrain with over 20% of mileage on inner city
roads with high turning frequency. Subject to legal
weight and dimensional restrictions. 'Incl permit
operations. (3 AXLES) 60000# MAX GVW, 150000# MAX
GCW. (4 AXLES) 80000# MAX GVW, 170000# MAX GCW.
CARRIER APPLICATION, WITH CRD92-93 (except 3.65 rear Opt
axle ratio) or CRD112-113 Unlimited miles on max 3%
grade paved roads (max 9% miles on max 8% grade or
max 1% on max 12% grade), max 5% miles on max 3%
grade maintained gravel/packed dirt roads. 100000#
(45000 kg) MAX GCW. (Carrier Code 3A)
VEHICLE TYPE, TRACTOR FOR 5TH WHEEL Inc
VEHICLE USE & BODY/TRAILER TYPE, DUMP
Inner City
COMMODITIES., VARIOUS
BACK OF CRB INTERFERENCES, VERTICAL EXHAUST, 7.5" Inc
(191mm) FROM BACK OF CAB
SYS/WHEELBASE/PLATFORM
CHASSIS (BASE MODEL), RD600S 6 -WHEEL TRUCK
FRAME RAILS, 10.625" x 3.25" x .3125" (270 x 83 x 8
mm) STEEL Combined rating w/inside channel
reinforcement Section Modulus 23.60 cu in/RBM
2,600,000 in lbs per rail.
WHEELBASE, 227" (5756 mm) WB 148" CA (3759 mm) .
PLATFORM, 240" LP (6096 mm) 92" AF (2337 mm) USED
WITH 227" WB
FRAME REINFORCEMENT - INSIDE, 1/4" STEEL CHANNEL USED
WITH 227" WB & 240" LP
List
Std 86028.00
Inc
Opt
Opt
Opt
ENGINE/TRANSMISSION/CLUTCH
ENGINE, MACK E7-330 350 HP @1B00 RPM CMCAC (50 Opt
STATE/CANADA)
TRANSMISSION, 13 SPEED MANUAL MACK T2130 (13.91/0.71) Opt
65. 00
178.00
898.00
1983.00
1/2
•
•
CITY'OF FAYETTEVILLE
113 W. MOUNTAIN
FAYETTEVILLE, AR 72701
December 27,1994
Ref.No.: JAC00410.95B
Page: 3 RD688S
Description
CLUTCH, MANUAL RDJUSTING - SPICER (DANA) CL798 15.5" Std
TWO -PLATE CERAMIC (128 sq in, 1650 8ft) WITH
COAXIAL SPRING DAMPENED DISC AND 2.0" DIAMETER
SPLINE
ENGINE EQUIPMENT
List
AIR COMPRESSOR, HOLSET SS296 13.2 CFM (6.3 L/s) . . . Opt 76.00
AIR CLEANER, 13" (330 mm) DIAMETER EXTERNAL COWL Std
MOUNTED SINGLE ELEMENT DRY TYPE
ALTERNATOR, DELCO 12V 100A (21SI) Std N/C
BATTERIES, (3) BULLDOG 12V M/F GROUP 31 625/1875 CCA Std
THREADED STUD TYPE
COOLANT CONDITIONER, SPIN -ON Std
COOLANT PROTECTION TO -10 DEGREES FAHRENHEIT (-23 Std
DEGREES CELSIUS)
ENGINE HOSES AND TUBING, SILICONE (DOES NOT INCLUDE Std
HEATER & RADIATOR HOSES)
EXHAUST, SINGLE VERTICAL W/HEAT SHIELD FOR MUFFLER Std
SINGLE, BRIGHT FINISH MUFFLER HEAT SHIELD AND STACK . Opt 57.00
EXHAUST PIPE CONNECTIONS, FLEX PIPE Std
FAN DRIVE, EATON VISCOUS Std
FLYWHEEL HOUSING, IRON Opt 44.00
HOSES - RADIATOR/HEATER, SILICONE Std
INJECTION PUMP - FACTORY OPTION Inc
RADIATOR/COOLING SYSTEM, 1000 SQUARE INCHES FRONTAL Std
AREA STAN'RRD COOLING CAPACITY
SERVICE INTERVAL - LUBE OIL SYSTEM, ESI W/TWO SPIN ON Std
FULL FLOW OIL FILTERS W/CENTRI-MRX CENTRIFUGAL OIL
FILTER, AND 16000 MILE SERVICE INTERVAL
STARTER, 12 VOLT DELCO 42MT TYPE 400 ELECTRIC Std
CLUTCH/TRANS EQUIPMENT/DRIVELINES
TRANSMISSION MOUNTS, OIL RESISTANT Opt 14.00
DUSTPROOFING Opt 20.00
NEUTRAL CONTROL FOR VARIABLE SPEED STATIONARY Inc
OPERATION OF REAR CASE SIDE MOUNTED PTO
PTO SIDE GEARS, LH AND RH Std
DRIVELINE - MAIN, SPICER (DANA) 1810 HD W/COATED. . . Inc 137.00
SPLINES
DRIVELINE - INTERRXLE, F°ICER (DANA) 1710 HD W/COATED Std
SPLINES
CAB (A thru G)
MACK (RED DOT) INTEGRAL W/HEATER (COMBO HEATER/AIR. . Std N/C
CONDITIONER UNIT) W/R134a REFRIGERANT
AIR RESTRICTION MONITOR (INTAKE), GRADUATED LOCK UP Std
(RIR CLEANER INTAKE MOUNTED)
ASH TRAY, (1) W/HINGED COVER (LOCATED ON TOP OF Std
CONSOLE)
•
•
t
, FAVE rrPAag: ` .4
"*TTEVILLSI AR',.4L7OL
. Pit «�,;. ;y,.
me ,Dac
, J DaFerlp¢tbn
( f 14ti COMENTSf k (WELDED STEEL' D
:) YIMR':LUDEG yMRCK ,'KIST, PREVENTAtt
y a 'Ne , 4101p!)IOt TR04T, AIR`
CI6 R Ot✓f 3NSTRUMEP1t PANEL
l4.I ... `
Tc(ONE) HEADLYNER' MOUNTED W/S
VAMS•ZED 6TEEL•(INCLUDES NON
4t poir, 400,•ROLL�UR 1,DE $IND04#$) ,
" EN(3JINE"OROTECTION/mOwTORIN[3 SYSTEM, K
LF -CONTAINED
INTED VENT
SDR ALARM.
Std'
Std.
• Std '
Gtd
Std,
Std
r +.. AWKEM W/1.IOHT, JL BUZZER, MONITORING H GM` COOLANT
TEMPERATURE. LOW OIL PRESSURE 6. LOW 00LANT" LEVEL
IN .RAl1YATOR, :..
gNSANE;ANOtOFF, PULL TYPE ,CON4ROl -
•.noos`.ctIVERINI3,... RUBBER MATS ;W/CLOSED, C LVINYL
:NITRILE •FOAM •BACKING•,
8A0PO AIR„ PRELi8URE
J
+W $E,'.;VCLtSETER:: r
';t, ''.ENI4INE; COOLANT TEM1ERATURE
•RnJBE,-ENOTNE;'.OIL PRESSURE`
6410.E; ;FrUEL LEVEL
SAUGEBC; $IGLISM DISPLAY
GAUSS, SPEEDOMETE W/TRIP ODOMETER (ELECTRONIC 1%
pCCURiiCY) . kms.: n;- t.
GAUGE;' ENGINE'TACHOMETER,(ELECTRONIC WITH HOURMETER) Std
`GLASS - pMS.;WIND061, SAFETY TINTED WIND4HIELD, SIDE Std
ANDREAR;WiNDOWs.. i
Std•
•
SStd•
Std
Std; .
Std
Std
Std
Std • • . N/C
',GRAB HANDLES,: ST,;AINLESS STEEL, . lic:4 LH, BEHIND DOOR Std
GRILLE, -BRIGHT FINISH, STRTIVLESS STEEL. . . . • . . Opt
CAB (H thru R)
• HRND.'THROTTLE:CONTROL, VERNIER'4YPE , Opt
H ISH *AMw I ND I CATOR''L I GH_T, " Std •
HOOD„AND.,FENjERS,' FIBERGLRSS HOOD.W/FRAME' MTD. FENDER. ':Std
SPIASH'SHI�ELD SECTION',.(ONE:PIECE MOLDED. INCLUDING
FENDER EX.TENSIONS.FROM•THERMO:PLRSTIC OLEFIN
MfTERIALq TILTS FORWARD.' 75' DEGREES)
HOQI)°5LATCHES, PAINTED Std
• HORN''-: �falft, (2Y' 'MACK :RECTANGULAR SINGLE TI JMPET (ONE. Opt.
EACH SIDE DE OAB'ROOF)
HORN'- ELECTRIC, SINGES TON ,- .'Std .i
IDENTIFICRTION)CLEARANCE LIGHTS,:SSET bF 5) BULLET. .`'Opt
TYPE' COROME; MARKER" AND CLEARANCE
INSTTRUMENT PANEL,': TMC ;RECOMMENDED:TYPE (PAINTED
SILVER„ BRAY) .
•
• Std
44.00
47.00
N/C
77.00
73.00
•CITY•OF FAYETTEVILLE
$13 W. MOUNTAIN
• FAYETTEVILLE, AR 72701
December 27, 1994
Ref.No.s JACO 410.9SB
Pages 5 RD6B8S
Description List
INTERIOR TRIM LEVEL II (SILVER GRAY VIOYL) FEATURES: Std
SILVER BRAY OVERHEAD CONSOLE W/LOCATION FOR
OPTIONAL RADIO, PADDED VINYL FRONT HEADLINER TRIM
PANEL, DOOR TRIM PANELS W/ARMREST PA S (BOTH SIDES)
& CARPETED LOWER SECTION, SEATS TRIMMED IN GRAY
VINYL, 21" (530 mm) DIAMETER SOFT FEEL TWO SPOKE
BLACK STEERING WHEEL, AND WIRING DIAGRAM
CASSIS KEYED AT RANDOM - 2 KEYS Std
LOW,AIR PRESSURE INDICATOR LIGHT AND BUZZER Std
MIRRORS _ EXTERIOR, WEST tOAST, RH & LM BRIGHT FINISH Std
MACK BULLDOG W/STAINLESS STEEL ARMS AND BRACKETS
MIRRORS - CONVEX TYPE, BRIGHT FINISH, (;.H & RH 7.5". . Opt 33.00
DIA;MOUNTED TO WEST COAST MIRROR BRACKETS
PARKINB BRAKE CONTROL W/WARNING LIGHT Std
RADIO PANASONIC AM -FM CASSETTE STEREO (NEGATIVE . . . Opt 324.00
GROUND) W/AUTO REVERSE, ELECTRONIC TUNING W/SEEK,
12FM/6AM STATION PRESETS FOR SCAN TUNING, LARGE
ROCKER SWITCH CONTROLS, 4 -WAY BALANCE, POSITIVE LCD
DISPLAY, CLOCK, AND (2) SPEAKERS W/7.5W x 2 MAX
POWER OUTPUT
RADIO ANTENNA, ROOF MOUNTED Inc
5 -WAY BINDING POSTS FOR CB Std
REAR WINDOW (FIXED TYPE) Std
CAB (Sthru Z)
SEAT - DRIVER, BOSTROM 914 (LO -BACK) AIR SUSPENSION . Std N/C
SEAT - RIDER, MACK FIXED (LO -BACK) NON -SUSPENSION Std
SEAT COVERING, ALL VINYLStd
SEAT BELTS, LAP AND SHOULDER W/LOCKING SEAT BELT. . Std N/C
RETRACTORS & "KOMrORT LATCH" FOR DRIVER AND RIDER
SEATS
SIDE MARKERS, LAMPS AND REFLECTORS Std
STARTER SWITCH, KEY TYPE Std
STEERING COLUMN, ADJUSTABLE Std
SUN VISOR, EXTERIOR, FIBERGLASS (PAINTED) Opt 125.00
SUN VISOR - INTERIOR, BOTH SIDES (PADDED BLACK) Std
TURN SIGNALS, FRONT, STANDARD FINISH Std
TURN SIGNAL SWITCH, MANUAL CANCELLING Std
VENTILATION - CAB, COWL - LH, ONE WAY TYPE; UPPER, Std
FRESH AIR INLET FOR -HEATER; ROOF, TWO WAY TYPE (ALL
VENTS SCREENED)
WINDOW CONTROLS, HAND CRANK OPERATION Std
WINDSHIELD WASHERS, ELECTRIC, WI VR MOUNTED W/5 QT Std
(4.7 L) RESERVOIR
WIND$HIELD WIPERS, (2) FIXED ARM AND BLADE TYPE, Std
W/TWO SPEED ELECTRIC MOTOR
FRAME EQUIPMENT/FUEL TANKS
BUMPER- FRONT, SWEPT BACK STEEL CHANNEL EXT
117"/2972 mm BBC (92.6"x10.0")
Std
•
•
•
•
•CITYI%OF FAYETTEVILLE
113 M.' MOUNTAIN
FAYETTEVILLE, AR 72701
December 27, 1994
Ref. No. s JACOu•:10. 958
Pagel 6 RD688S
Description
CROBBMEMBERS, STEEL HUCK BOLTED BACKITO BACK BEHIND
CAB i INTERMEDIATES
CROSS$€NEER (BEHIND REAR AXLE), WEB CHANNEL TYPE
FLAPS - MUD (REAR), ACK BULLDOG TYPE, WHITE POLY .
ARMOR.W/BETTS B80 SERIES HOLDERS
TOWING DEVICE - FRONT, EYES
FUEL TANK - LH, 75 GALLON 24" DIAMETER STEEL
FUEL TANK - RH, 75 GALLON 24" DIAMETER STEEL
FRONT AXLE/EQUIPMENT/TIRES
FRONT AXLE, 18000* (S200kg) MACK FAW48 (WIDE PIVOT.
CENTER)
TIRES BRAND/TYPE - FRONT, GOODYEAR - TUBELESS.
RADIAL PLY (2) 11R24.5 16 H UNISTEEL 6159 (ALL
• POSITION)
WHEELS - FRONT, STEEL DISC (10 -HOLE) (2) 24.5x8.25.
ACCURIDE 10 -HOLE (11 1/4"/286mm BC)
HUBS - FRONT, FERROUS
BRAKES - FRONT, ROCKWELL "S" CAM TYPE 16.5" x 5" Q
BRAKE DRUMS - FRONT, CAST OUTBOARD MOUNTED
OIL SEALS - FRONT WHEELS, FACTORY OPTION
SHOCK ABSORBERS, FRONT
SLACK ADJUSTERS - FRONT, HALDEX - AUTOMATIC
SPRINGS - FRONT, MACK TAPERLEAF 18000* (8200kg)
GROUND LOAD RATING
SPRING CENTERS - 34.5" Std
STEERING, 4925 SHEPPARD INTEGRAL POWER (18000* CRP, . Inc
20.1:1 RATIO)
Std
Std
• Opt
List
188.00
Std
Opt 34.00
Opt 327.00
Opt 1985.00
Opt 256.00
Opt 45.00
Inc
Std
Inc
Std
Std
Std
Inc
REAR AXLE/EQUIPMENT/TIRES/RATIOS
REAR AXLE/SUSPENSION, 44000* (20000kg) MACK S440.
FABRICATED HOUSING SS440 MACK MULTILEAF (CAMELBACK)
44000*
TIRES BRAND/TYPE - REAR, GOODYEAR - TUBELESS . . . Opt
RADIAL PLY (8) 11R24.5 14 G UNISTEEL 6124
(TRACTION)
CARRIER/RATIO - REAR AXLE, MACK MALLEABLE
CRDPC92/CRD93 4.64 RATIO
WHEELS - REAR, STEEL DISC (10 HOLE) (8) 24.5x8.25 . .
(210 mm) ACCURIDE 10 -HOLE (11 1/4" BOLT CIRCLE)
HUBS - REAR, FERROUS
BRAKES - REAR, ROCKWELL "S" CAM 16.5"x7" Q
BRAKE DRUMS - REAR, CAST OUTBOARD MOUNTED
OIL SEALS - FACTORY OPTION
RAISED REAR BRAKE CHAMBERS (REAR REAR AXLE ONLY)
SLACK ADJUSTERS - REAR, HALDEX - AUTOMATIC
SUSPENSION - AXLE SPACING, 50"
SPRINGS, ANTI -SWAY
N/C
N/C
202.00
Opt 2256.00
416.00
Opt N/C
Opt 245.00
Inc N/C
Std
Inc
Std
Std
Std N/C
Std
Std
-CITY 13F FAYETTEVILLE
'113 W. MOUNTAIN
FAYETTEVILLE, RR 72701
•
•
December 27, 1994
Ref.No.s JAC0040.958
Papel 7 RD6888i
Description
SPRING BRAKE CHAMBERS - QUANTITY, (4) DOUBLE
' DIAPHRAGM TYPE, MECHANICAL SPRING RELEASE, (2)
MDLIMTED ON EACH AXLE
SPRING BRAKE CHAMBERS - VENDOR, FACTORY OPTION
TRANSVERSE TORQUE ROD (REAR AXLE ONLY)
BRONZE TRUNNION BUSHING
AIR/BRAKE
AIR LINES (CHASSIS), EXTRUDED NYLON TUBING (1/8" &
1/4" LINES ARE SINGLE EXTRUSION; 3/8" AND LARGER
HAVE POLYESTER REINFORCED CENTER)
AIR BRAKE SYSTEM, DUAL
AIR DRYER, OMIT STANDARD AD -9 AIR DRYER'
RIR RESERVOIRS, 5961 CUBIC INCH CAPACITY - ONE SUPPLY
(WET) TANK MOUNTED INSIDE RH FRAME RAIL AND ONE
DUAL COMPARTMENT PRIMARY/SECONDARY TALK MOUNTED
UNDER LH FRAME RAIL
BRAKE CONTROL VALVE SYSTEM, THREE (3) VALVE DUAL
.BRAKE SYST` - TRACTOR PARK, TRAILER SUPPLY,
TRACTOR-TRA1 '-R PARK
HAND CONTROL Vi .VE FOR TRAILER BRAKES
HOSE TENDER, POt:O STICK (CHASSIS MOUNTED)
MANUAL DRAIN VALVE LANYARD, CONTROL ON SUPPLY (WET)
TANK
TRAILER CONNECTIONS, SEMI INCLUDESt (2).12' AIR HOSES
W/GLAD HANDS, (2) GLAD HAND STORAGE BRACKETS W/PLUG
HOLDER, (1) 12' SEVEN WIRE CORD W/SEVEN WIRE PLUG
GROUND' REACHABLE. BREAKAWAY SAFETY VALVE, AND (3)
VALVE SYSTEM (TRACTOR PARK, TRACTOR/TRAILER PARK
AND SUPPLY)
TRAILER RIR HOSES (12 FT COILED TYPE)
TRAILER ELECTRICAL CORD (12 FT COILED TYPE)
ELECTRICAL
BATTERY BOX(ES), STEEL BASE
BATTERY BOX COVERS, ALUMINUM (UNPAINTED)
COURTESY LIGHT SWITCH (HEADLAMP AND CLEARANCE)
ELECTRIC CIRCUIT PROTECTION PACKAGE, 12 VOLT
W/CIRCUIT BREAKERS (HEADLAMP CIRCUIT: SAE TYPE I(
ALL OTHER CIRCUITS SAE TYPE II) NEGATIVE GROUND
SYSTEM
ELECTRICAL CONNECTIONS WATER -PROOF (SPRAYED WITH.
"GLYPTOL" OR EQUAL)
ELECTRICAL SYSTEM - 12 VOLT
HEADLIGHTS, SINGLE RECTANGULAR HALOGEN LAMPS W/LEXAN
LENS (REPLACABLE BULBS)
REAR LIGHTING, (2) COMBINATION STOP, TAIL,
DIRECTIONAL AND BACK-UP LIGHTS
SIGNAL FLASHER TYPE, 4 -WAY FLASHERS,
ELECTROMECHANICAL
Std
'List i'..'•
-2t'..
Std r"%;
Inc
Inc
Std
Std
Opt -519.00
Std
Inc
Inc
Inc
Std
Opt 393.00
Opt 43.00
Opt 43.00
Std
Opt 18.00
Std
Opt
Opt
Std
Std
Std
Std
18.00
•
•
•