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 • • •