R-2023-029 - 1/26/2023 RESOLUTION NO. R-2023-029
WHEREAS, the City of Round Rock ("City") desires to purchase Ford vehicles for the City's
fleet; and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Interlocal Purchasing System ("TIPS") is a cooperative purchasing program
administered by the Region 8 Education Service Center for the purpose of procuring goods and
services for its members; and
WHEREAS, the City is a member of TIPS; and
WHEREAS, Silsbee Ford, Inc. is an approved vendor of TIPS; and
WHEREAS, the City desires to purchase said goods and services from Silsbee Ford, Inc.
through TIPS Contract No. 210907, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for the Purchase of Ford Vehicles with Silsbee Ford, Inc., a copy of said Agreement being
attached hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112-20222:4885-4282-8105
RESOLVED this 26th day of January, 2023.
CRAIG MOR AN,City of Round Rock,I/as
ATTEST:
MEAGAN S t
S, ity Clerk
2
EXHIBIT
„A„
CITY OF ROUND ROCK
AGREEMENT FOR THE PURCHASE OF
FORD VEHICLES
WITH
SILSBEE FORD, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREF.IvIF.NT for the purchase of Ford vehicles, and for related goods and
services (referred to herein as the"Agreement*'), is made and entered into on this the VJ_ day
of the month of p.)r1Ve,M�c°,'r" ,2022 by and between the CITY OF ROUND ROCK, a Texas
home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas
78664-5299 (referred to herein as the "City"), and SILSBEE FORD, INC., whose offices are
located at 1211 US Highway 96 North, Silsbee,Texas 77656(referred to herein as"Vendor").
RECITALS:
WHEREAS,City desires to purchase Ford vehicles for the City's fleet; and
WHEREAS, City is a member of the TIPS USA Cooperative and Vendor is an approved
TIPS USA vendor; and
WHEREAS,the City desires to purchase certain goods and services from Vendor through
TIPS USA Cooperative Contract No. 210907 to receive pricing and services as set forth herein;
and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties,and obligations;
NOW,THEREFORE,WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Venclor whereby
City agrees to buy specified goods andlor services and Vendor is obligated to provide said
goods/services. The Agreement includes any exhibits, addenda,and/or amendments thereto.
4963-'661-83024s2
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Ma,jeure means acts of Ood, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect, unless and until it expires by operation of the
term stated herein,or until terminated as provided herein.
B. The term of this Agreement shall be from the effective date of the Agreement
until November 30, 2024. City reserves the right to review the relationship at any time, and may
elect to terminate this Agreement,with or without cause, or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the goods and services as outlined in Exhibit "A,"
attached hereto and incorporated herein by reference.
The goods and services which are the subject of this Agreement are described in Exhibit
"A"and, together with this Agreement, comprise the total Agreement and they are fully a part of
this Agreement as if repeated herein in full.
4.01 ITEMS AWARDED
When taken together with the appended exhibit, this Agreement shall evidence the entire
understanding and agreement between the parties and shall supersede any prior proposals,
correspondence or discussions. Vendor shall satisfactorily provide all goods and services
described under the attached Exhibit "A" at the sole request of the City. Vendor provide goods
and services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
A. City agrees to pay for goods during the term of this Agreement at the pricing set
forth in in Exhibit"A,"attached hereto and incorporated herein by reference for all purposes.
B. The City is authorized to pay the Vendor all amount not-to-exceed Three Million
and No/100 Dollars ($3,000,000.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided;and
D. Delivery or performance dates.
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(h); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be laic; or
B. The terms of a federal contract, grant, regulation, or statttte prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late;or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
,f it is determined by City that gratuities or bribes in the form of entertairunent, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition,Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products or services from another supplier or suppliers.
12.01 INSURANCE
Vendor shall meet all requirements required by the City as set forth on the City's website
at: https:.,%%nvm.roundrocktcxas.gov/wp-contcntluploads!2014,'I? corn insurance 07.201 12.pdt
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Marshall Reynolds
Specification Writer
General Services Department
212 Commerce Boulevard
Round Rock,Texas 78664
(512)281-5571
mrevnolds(<r)rouridrockte\ac gov
4
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
parry's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance"section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10)days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event City terminates wider subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
5
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that potion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement,no matter how, or to whom,such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution)against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS,CHARTER,AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards,bureaus and agencies.
B. In accordance with Chapter 2271,Texas Government Code,a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1)does not boycott Israel; and(2)will not boycott
Israel during the term of the contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any time during the
term of this Agreement.
C. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a
practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association, and it will not discriminate during the term of this Agreement against a firearm
entity or firearm trade association.
D. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One llundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1)does not boycott energy companies; and(2) will not
6
boycott energy companies during the term of this Agreement. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will
not boycott energy companies during the term of this Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Silsbee Ford, Inc.
1211 US Highway 96 North
Silsbee,TX 77656
Notice to City:
City Manager Stephanie L. Sandre,City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas.This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
7
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing,duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14)or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fiilfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the temis of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance
must be timely given, and all reasonable efforts undertaken to mitigate its effects.
y
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together,shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on dhe dates
indicated.
City of Round Rock,Texas Silsbee F Inc.
�r
By: By:
Printed Name: Printed Name:
Title: Title: _ -._.. 4711t6- .p
Date Signed: _ Date igncd:
Attest:
By:
Meagan Spinks.City Clerk
For City,Approved as to Form:
By:
Stephanie L. Sandre, City Attorney
Exhibit "A"
Dealer installed additional items
"PRICING VARIES BY MOOLE-
98 DECKED 2019/2020 REV ADOTTIONAL CATALOG DECKED ITEMS(%DISCOUNT FROM LIST PRICE` l0%
99 FENIEX 2019/2020REV ADDITIONAL CATALOG fENIE%ITEMS(%DISCOUNT FROM LIST PRICE) 1S%
100 WHELEN PL19.OWD ADDITIONAL CATALOG WHELEN ITEMS 1%DISCOUNT FROM LIST PRICE) 3S%
101 SOUND OFF 2019 REV08/19 ADDITIONAL CATALOG SOUND OFF ITEMS(%DISCOUNT FROM LIST PRICE) 45%
102 WHELEN G62SP3J LEGACY DUO LED LIGHTBAR W/TRAFFIC ADVISOR,CARBIDE SIREN,SPEAKER S 2,595.00
103 SOUND OFF ENFtOS1248DUO NFORCE DUO LED LIGHTBAR,481 DIGITAL SIREN,100N SPEAKER S 2.49S.00
104 SOUND OFF ENFWBFSFGx NFORCE DUO FRONTINTERIOR LIGHT BAR W(SCENE LIGHTING S 1.495.00
105 SOUND OFF ENFWSRFFOx NFORCE REAR INTERIOR LIGHT BAR $ 750.00
106 WHELEN ISFLSOB FRONT INNER EDGE W/TAKEDOWN$ $ 129S.00
107 SOUND OFF Et3Hl2AOO. 12 MODULE LED ULTRAIITE $ 656.00
108 SOUND OFF CLIPH12AGO 8 MODULE LED ULTRALII E $ 54900
109 WHELEN 06... 6 LAMP DOMINATOR LIGHT STICK S 40700
110 WHELEN TAL85 8 LAMP LEDAMBER TRAFFIC ADVISOR $ 725 OD
111 SOUND OFF EPL7POxC NFORCE MINI LED LIGHTSAR S 40S OO
112 WHELEN MC16PX CENTURY MINI LEO LIGHTBAR S 34SA0
113 SOUND OFF ELS450CCOxx 4000 SERIES LED BEACON $ 224.00
114 WHEtEN L21LXP L21 SERIES LED BEACON S 245.00
115 SOUNDOFF EMG200054A MAGNUM EMG20DD AMBER LIGHTBAR $ 1.348-00
116 WHLLEN 1E2AAPAL JUSTICE LIGHTBAR ALL AMBER 4 CORNERS.4 FRONT,4 REAR MODULES S 1,I4S 00
117 SOUND OFF ELUCIS030. UNDERCOVER HIDDEN LED 5 10SOO
Il8 WHELEN VTX609. VERTEX HIDDEN LED $ 105.00
119 SOUND OFF EGH$Tlx GHOST LED(GRILLE) S 220.00
120 WHELEN ION. ION SUPE R LED(GRILLE) S 12500
121 SOUND OFF EN1203. INTERSEC70RS(MIRROR) $ 247.00
122 WHELEN MBFXII.. MIRROR BEAM LED $ 279.06
123 WHELEN M4.0 M4 SERIES LED(PSHBMPR) S 14SOO
124 WHELEN 4EGRILS M4 BLACK HOUSING $ 5500
125 SOUND OFF EMP52STS4. 4'MPOWER(STUD MT) 5 125.00
126 SOUND OFF EMPS25MS4. 4"MPOWER LED(SURFACE MT) $ 12500
127 WHELEN IONSM. ION LEO(SURFACE MOUNT $ 14000
128 SOUND Off EMPSISMS3r 3`MPOWER LEO(SURFACE MOUNT( $ 10000
119 WHELEN MCRNS. MICRON LED(SUFACE MT) 5 9S.00
130 WHELEN LINZ6* LINEAR 6 ISURFAC(MOUNT) S 12500
131 SOUND OFF PIv1P2BRK2lPV M POWER LICENSE PLATE BKT 5 2300
132 WHELEN 1188T6 LIN26 LICENSE PLATE BKT $ 22 SO
133 SOUND OFf ENFDGS3a n-FORCE DUAL DECK/WNDLV $ 31000
134 WHELEN AW21.. AVENGER D DUAL DECx/VINOW 5 280DO
Exhibit "A"
K
WHELEN APMM- SLIMLIGHTER DFCK/WNDW $ 31500
WHELEN M4FF15B 1S•F1S0M4FOG LA NIPMOUNTKI: S 77.00
WHELEN M4CTISB TAHOE M4 f0G LAMP MOUNT KIT $ 65.00
SOUND OFF ETTBSSN P TAIL LAMP FLASHER S 7400
WHELEN SSFPOS HEADLAMP FLASHER 5 7600
DEL CRY 7500036 LIGHTED ROCKER SWITCH $ 10.00
WHELEN PCC6W WHET EN 65WITCH BOX $ 126.00
WHELEN CCSRN3 CENCOM SAPPHIRE SIREN $ 1,150.DO
143 WHELEN 2955LSA6 SIREN/SWITCH BOX COMBO S 575.DO
144 WHFIEN 29SSLSA3 STANDARD SIREN AMPLIFIER S 390.00
145 WHELEN HH53200 HAND HELD SIREN $ 452.00
L46 SOUND OFF TTSA481RSP n ERGY 400 SERIES REMOTE HEAD SIREN S 69SOO
147 SOUND OFF CTSLA481CSP n-ERGY 400 SERIES COMBO j 67S 00
148 SOUND OFF ETSA461VIPP n-ERGY HAND HELD SIREN $ 57500
149 SHO-ME 3025D4 4 TONE UNDERCOVER SIREN S 25500
150 SHO ME 31-25154040 4 TONE UNDERCOVER SIREN/SWITOIBOX COMBO $ 372.00
151 WHELEN SA3I5P SPEAKER $ 278.00
152 WHELEN SAKK SPEAKER BRACKET $ 3600
153 FEDERAL SIG ES100 OYNAMAX SPEAKER 5 25400
154 FEDERAL SIG ESE U UNIVERSAL SPEAKER BKT j 3000
155 SOUND OFF n5S1000 1000 SEH ES SPEAKER $ 25400
156 SETINA IOXLCISFO INTERCEPTOR SEDAN"XL' S 75000
157 PRO GARO PSSP3614INT13A INT SEDAN SPACE SAVER S 775.00
158 SETINA 10XLC-ISUV INTERCEPTOR UTILITY'XL' 5 799.DO
1S9 PROGARD P4714UINT13A ULTILITY FLAT PARTITION W/RECESS PANEL S 775 DO
160 JOTTO 47S�1104 2015•F150 CREW CA3 S 75000
161 GAMBER 71600350KT INTERCEPIOR SEDAN OR UTILITY(NO CRADLE OR DOCK) 5 55500
162 GAMBER 7160 U250 NOIEPADV UNIVERSAL CRADLE $ 28C 00
163 IIAVIS PKG-PSM-153 MDT MOUNT PACKAGE INT UTILITY(NO CRADLE OR DOCK) 5 29500
164 HAVIS C-3090 UNIVERSAL ECONOMY CRADLE $ 145 00
165 HAVIS OS-PAN 112 DOCK PANASONIC TOUGHBOOK3I NO RF PORTS 5 1.04003
166 )OTTO DESK 425.5019/5215 LAPTOP MT W/UNIVERSAL TOP PI SEDAN 5 325 DO
167 30TTO DESK 42S 5023/5215 LAPTOP MT W/UNIVERSAI TOP PI WITTY 5 3600
168 LOTTO DESK 425-5238 BRACE KIT S 5400
169 HAVIS PKG P$M 185 MDT MOUNT PACKAGE 2015•f ISO/FSOUTY(NO CRADLE OR DOCK) 5 29600
170 HAVIS PKG-PSM-109 MDT MOUNT PACKAGE EXPEDITIDN(NO CRADLE OR DO(K) S 296.00
171 OSG GRAPHIC ON-SITE RE FLfCTLVF 2 COLOR 5 59S DO
112 MPH PYTHONIRN PYTHON III DUAL ANRNNA K-BAND 5 1.55900
173 KUSTONI SIGNAL RP.1 RAPTOR DUAL AN TENNA X dAND $ 2.09600
Exhibit "A"
174 APPI IED CONCEPTS SDSL2KA STALKER DUAL SL KA BAND S 3.262 00
175 WATCHGUARD 4RESTDGPSRV2 DIGITAL VIDEO SYSTEM S 6.12500
176 WATCHGUARD 4RE-VISTA VISTA BODY CAM ERA S 1.49500
177 MOBILE VISION F83DVS 1.3 DIGITAL VIDEO S 5,995.00
178 MOBILE VISION IRCAM2 ADDITIONAL CAMERA $ 427.50
179 DIGITAL ALLY DVM750 DIGITAL IN CAR VIDEO $ 5.49500
180 MARTEL 3330 DC6 DIGITAL IN CAR VIDEO W/ADDITIONAL REAR SEAT CAMERA S 3.99500
181 LAIRD TES.986825 700-800 MhE STUBBY S 50.00
182 LARSEN 7ES.61596 800 MhE 305 GAIN NMO f 23 90
193 LARSEN TES.43884 152.162 MhT VHF 1/4 WAVE ANTENNA $ 1400
184 LARSEN TES.80715 144-174 Mhl VHF 305 GAIN ANTENNA $ 11.05
18S LARSEN TES451440 ANTENNA COAX NMO 0.6Ghi $ 30,40
186 911 CIRCUITS CH8.0 CH8 WIRING HARNESS BASIC S moo
187 911 CIRCUITS CH1SA CH1SA WITH TIMER WIRING HARNESS STANDARD S 74000
188 911 CIRCUITS CH15.0 CH1S.0 WOOING HARNESS STANDARD S 620.00
189 911 CIRCUITS CH27.1 CH27.1 WITH TIMER WIRING HARNESS ADVANCED f 94000
190 911 CIRCUITS CH27.0 CH27.0 WIRING HARNESS ADVANCED 5 $20.00
191 WHELEN P46SLC WHELLN LED P46 BLAB $ 24900
192 UNITY 330PL-00021199 UNITY SPOTLIGHT 2015-F1SO $ 29667
193 UNITY 330PL-M2/189 UNITY SPOTLIGHT F-SOUTY $ 296-67
BASIC PATROL PKG--LED OVERHEAD IIGHTBAR,SIREN SPEAKER,4 CORNER LEOS,REAR ARROW,
194 SILSBEEFLEET TXPATROLl GRILL LEDS,REAR LIC PLATE ZEDS,PRISONER PARTITION,CONSOLE,WIRING HARNESS $ 7.495 OD
BASIC SLICKTOP PKG--LED INTERIOR IIGHTBAR SIREN SPEAKER,A CORNER LEDS,REAR ARROW,
195 SILSBEEFLEET TXCHIEFI GRILL LEDS,REAR LIC PLATE LEDS,CONSOLE,WIRING HARNESS S 6.695.OD
196 UNITY 330PL-0002/189 UNITY SPOTLIGHT EXPEDITION NEW BODY S 29667
197 TOMMY 60-304OTP38 10009 LIFT GATE FOR PICKUP TRUCK $ 3.59500
198 TOMMY 60-13427PIS 13000 LIFTGATE FOR PICKUP TRUCK S 3,79000
199 TOMMY 60-1542TP38 1SOON LIFTGATE FOR PICKUP TRUCK $ 3,915mu
200 TOMMY 54.104DTP38 10000 UFTGATE fOR SERVKE BODY $ 3,59S.00
201 TOMMY 54.1342TP38 130ON LIFTGATE FOR SERVICE BODY f 3,795.00
202 TOMMY 54-1642TP33 16001F LIFTGATE FOR SERVICE BODY S 3,94S.00
203 TOMMY 91-1350TP36 13001f IIFTGATE FOR FLATBED S 3.9D5.00
204 TOMMY 91.1650TP36 16001111E rGATE FOR FLA7BE0 $ 3.975 M
205 TOMMY 89-20TP37 2000N RAILGATE FOR FLAT8E0/STAKE BODY S 4,R9S.00
206 EAGLE E38 60FV 1000N UFTGATE FOR VAN S 3,76600
207 Z-TECH SOLE SPRAY 1N OEDLINER 6.S'OED 5 39S.00
209 Z-TECH S81.8 SPRAY IN BEOLINER B'OLD S 445,00
209 COLONEL FSU99 DROP INBEDLINERB'BCD S 1.15M
210 WI ATILERGUARO 216.3 3 BAR VAN RACK f 569.CO
211 PARPAlOU14T PRO OVERHEAD PICKUP RACK $ 845.E0
212 RKI GRILL RKI WINDOW GRILL S 496 CU
Exhibit "A"
713 RKI C61 STEEL CROSSOVER TOOLBOX S 794.00
214 RKI C63A ALUMINUM CROSSOVER TOOLBOX $ A9500
215 RKI 61S 61"STEEL SIDE MOUNT TOOLBOX $ S3500
216 RKI 615A 61"ALUMINUM SIDE MOUNT TOOLBOX S 595.00
217 TRUCKERS REC RECEIVER TUBE AND HITCH S 395.D0
218 IAVC KERS P,N 15-TON PINTIE HOOK HITCH W/2"BALL COMBO $ 565.00
219 TRUCKERS GSN IN BED 30KN TURN-A-BALL GOOSENECK HITCH W/2 516"BALL 5 995.00
220 TRUCKERS fBC ELECTRIC BRAKE CON(ROLLER $ 345.00
221 SETINA PS4005 SEDAN ALUMINUM)PUSH BUMPER 5 345.DO
222 SETINA P840GVS SUV/TRUCK/VAN PUSH BUMPER S 345.00
223 SETINA 43617 ADOITIONALCATALOG SETINAITEMS I%:DISCOUNT FROM RETAIL) 5 0.20
224 RANCH HAND F1SO/F-SOUTY RANCH HAND LEGEND REAR BMPR 5 45600
225 RANCH HAND RH-FBFl7SOLR RANCH HAND FAT ENO REPLACEMENT BUMPER W/WINCH MOUNT S 1,53100
226 BIG COUNTRY F-SERIES ALL BIG COUNTRY 3"ROUND BLACK S 18999
227 BIG COUNTRY F-SERIES ALL BIG COUNTRY 4"OVAL BLACK $ 26599
228 MOTOROLA CM•300 MOTOROLA 32 CH 4S WATT NON-DIGITAL RADIO $ 59500
229 RKI L5680 LOW PROFILE SERVICE BODY FOR 56"CA SRW S 5,940.00
230 RKI L6080 LOW PROFILE SERVICE BODY FOR W'CA SRW 5 6,420.00
231 RKI L56DW94 LOW PROFILE SERVICE BODY FOR 56"CA DRW G,026 00
212 RKI L60OW94 LOW PROFILE SERVICE BODY FOR 60"CA DR%V S 7,469.00
233 RKI L94OW94 LOW PROFILE SERVICE BODY FOR 84'CA DRW S 8,123.00
234 RKI S SERIES ADO FOR STANDARD HEIGHT RKI SERVICE BODIES S 306.00
23S RKI T SERIES ADD FOR TOP OPENING RKI SERVICE BODIES $ 1.150.00
236 1 TRUCKERS SISOE 2/3 YARD 9'DUMP BODY EIECTRIC/HYDRAUL IC 7 TON CAPACITY S EIA45 D0
237 TRUCKERS 519DE 3/4 YARD 11'DUMP BODY ELECTRIC/HYDRAULIC IO TON CAPACITY S 9,710.00
238 TRUCKERS SDOOSU DONOVAN ROLL COVER TOP CRANK 5 1,56600
239 TRUCKERS 5000SU DONOVAN ROLL COVER GROUND CRANK 5 1.78900
240 TRUCKERS 12121430 9X$FLATBED DUMP 8 TON ELECTRIC/HYORAUUC W/HEADBOARD $ 6,11-18.00
241 TRUCKERS 1540/485 I2XB FLATBED DUMP 12 TON ELECTRIC/HYDRAULIC W/HEADBOARD 5 8,772.00
242 TRUCKERS 1543/612 12X8 FLATBED DUMP)8 TON PTO DIRECT W/HEADBOARD S 9,U12 DO
243 TRUCKERS 1762/612 14X8 FLATBED DUMP 18 TON PTO DIRECT W/HEA060ARD 5 10.242 00
244 TRUCKERS 1977/612 PENS FLATBEO DUMP 18 TON PTO DIRECT W/HEADBOARD 5 10,67500
245 TRUCKERS 1212/430/324 9XB STAKE BED DUMP 8 ON ELECTRIC/HYORAUL C W/HEADBOARD 5 K,R.1800
2,16 TRUCKERS IS401495/380 12X8 STAKE BED DUMP 12.TON ELECTRIC/HYDRAULIC W/HEADBOARD 5 10,77200
247 TRUCKERS 1540/612/390 12X8 STAK_BC'DUMP 18-ON PTO DIRE;-T W/ CADBOARD 5 11,235 00
248 TRUCKERS 1762/6121417 1 V<8 STAK£BED DUMP-..S•TON PTOOIR(CT W HEADBOARD 5 11,646 CC
2d9 TRUCKERS 1977/612/454 16X8 S-AKE RED DUMP IS.'ON PTO D'.R CT W/HEADBOARD S 13,125.CN)
250 TRUCKEHS 1712 9X8f A'BEO WOOD OR SILEL%V/H A-BOARD $ 3.558 DO
2S1 IRUC.KERS 1347 10X8FLA 8EDN'000OASTELI W' EA!BOARO S 4,717.00
Exhibit "A"
252 TRUCKERS 1540 12X8 FLATBED WOOD OR STEEL W/HEADBOARD 5 4,R79.00
253 TRUCKERS 1762 14YS FLA TOED WOOD OR SIEEC W/HEADBOARD 5 S,0.1900
2S4 TRUCKERS 1977 26X8 FLATBED WOOO OR STEEL W/HEADBOARO 5 5,48200
255 TRUCKERS 750 9-GOOSENECK BODY W/30K 2 5/16'GOOSNECK BALL $ 4,375.00
256 TREKKERS $75 1V GOOSENECK BODY W/30K 2 5/16'GOOSNECK BALI 5 4.677,00
257 TRUCKERS 1212/324 9K8 STAKE BED WOOD OR STEEL W/HEADBOARD S 6,121.00
258 TRUCKERS 1347/360 IOX8 STAKE BED WOOD OR STEEL W/HEADBOARD $ 6,436.00
259 TRUCKERS 1540/390 12X8 STAKE BED WOOD OR STEEL W/HEAD90ARO $ 6,828M
260 TRUCKERS 1762/417 14XS STAKE BED WOOD OR STEEL W/HEADBOARD $ 7,452.00
261 TRUCKERS 1977/454 108 STAKE BED WOOD OR STEEL W/HEADBOARD 5 7,995.00
262 TRUCKERS 750/241 9'GOOSENECK STAKE BODY W/30K 1 5116'(5005NECK BALL $ 4.875.00
263 TRUCKERS BM241 II'GOOSENECK STAKE BODY W/30X 2 S/16'GOOSNECK BALL 5 5,177.00
264 KOHLER IR-10 14HP AIR COMPRESSOR $ 3,434.D0
265 RKI CRANE RXI CRANE REINFORCEMENT(UP TO 4K4 CRANE) $ 1,325.00
266 RKI MASTER MASTER LOCK SYSTEM FOR 56'AND GO"SERVICE BODIES $ 450.00
267 RKI MASTER94 MASTER LOCK SYSTEM FOR 84"SERVICE BOOZES $ 495.00
268 RKI LAD/BOW RKI PIPE BOW LADDER RACK 5 429.00
269 RKI LAD/SIDE RKl SIDE MOUNT ANGLE LADDER RACK W/ROLLER $ S95,00
270 RKI TELETOPS6 RKI TELESCOPING TOP S6"CA SOW S 1,269.00
271 OKI TCLETORW RKI TELESCOPING TOP 60"CA DOW S 1,4.15.00
272 RKI ICLCTOP84 RKI TELESCOPING TOP 64"CA ORW $ 1.165,00
273 OKI WGIO LOUVERED REAR WINDOW GRILL $ 525.00
274 LIFTMOORE 320DREL•11 3200R IV CRANE W/800M REST,IACKSTAND $ 9,121.00
275 LIFTMDORE 320OREL-IS 32000 15'CRANE W/BOOM REST,)AC(STAND $ 10.699,00
276 WARN 47801 M1S000/15ODDLB WARN WINCH $ 1599.00
277 WARN 96820 VR-12 120004 STANDARD DUTY WINCH $ L,299.00
279 WARN 969DO VR 8 81=9 STANDARD DUTY WINCH $ 89900
279 WARN 37441 XD9000i MULTI MOUNT WARN WINCH $ 1,11700
280 WARN 32966 REAR WIRING KIT FOR MULTI MOUNT S 201.00
281 SRSBfE LABOR INSTALLATION HOURLY RATE $ 70.00
282 SILSBEE SHOP INI F KNAL HANDLING AND SHOP F EES $ 25000
283 SILSBEE EEL DELIVERY CHARGE PER MILE(MAY BE LESS BASED ON QUANTITY) $ 1.75
294 ON SITE WRAP VINYL WRAPS PER DOOR/PANEL $ 30000
285 ON SITE WRAP VINYL WRAPS ROOF S 47G.00
286 LOTTO 425 6SOO LOTTO DESA CONSOLE 201S•FORD F-150 V//ARMREST CUPHOIDER R MIC CLIP $ 6";00
287 JOTTO 425.6503 LOTTO DC$(CONSOLE 7020-INTERCEPTOR UTILITY W/ARMACST CUHHOLDER&M C--P $ 47S IKl
288 HAVIS C-VS-1505-INSE HAVIS CONSOLC B4TIRCI PTOR SEDAN`N/ARMRFSI CLIPH]LDFR&M C'_JP $ 499 Dp
289 HAVIS C-VS-1308-INUT IIAVISOESKCONSOLFINIFRCEPIORUII111YV//ARMREST. .PHO,11R&MICC P $ 4191100
290 LOTTO 425 60/1/425 6142 LOTTO 12'CONSOLE F-150 W/ARMREST(UPHOLDER AND MIC CC P $ .13, X.
Exhibit "A"
291 LOTTO 425 6011/42S 6133 LOTTO 12"CONSOLE F SOUTY W/ARMREST CUPHOLDER AND MIC CLIP 5 431
292 SETINA GKI0342U DUAL VERT�CAI.GUN RACK T RAIL W/UNIVERSAL LOCKS $ 389
293 SETINA GK10271UHX SINGLE VERTICAL SHOTGUN RACK W/UN VERSAL LOCK $ 259 00
294 10TTO 475.2010 DUAL VERTICAL GUN RACK PARTITION MOUNTED $ 395.00
295 PRO-GARD S570ST15 2015•TAHOE PRISONER St AT W)CARGO BARRIER $ 1,19600
296 PRO-GARD S470SU'NT13 IN U'UTY SLAT W/CARGO BARRII H $ 1.196,00
297 SETINA O0635',21 2020•.Nf UIliIrYSEAIW/CARGORARRIFR S 99400
298 SETINA QK0491 11,12 INT UTILITY FLOOR PAN S 1990C
299 PRO-GARD 8470SU NT13 U TILITY CARGO BARRIER S 43000
300 SETINA PK012311 U 1202NO 2020 UTILITY CARGO BARRIER 5 399-00
301 SETINA %VK05141TU20 /$-RTlCA1 WNDW ARN1OR 2C2C- INT UL TITY S 2159 00
302 SETINA WAOS141SU12 VERTICAL WNDW ARMOR INT UTILITY S 209W.
303 SETINA 0r010G'.IU 20 MOLDED:OOR PANEL 2020,INT UTILITY S 235 W
304 SETINA DKOID01TU12 MOLDED BOOR PANEL INT UTILITY S 23SOO
305 PROGUARO N'B57T15 VERTICAL WNDW ARMOR 2015r TAHOE PPV 5 220-->::
306 PROGUARD W8471.1IN113 VERTICAL WNDW ARMOR INT UTILITY $ 220.x
307 PROGUARD DP57T 1S FLAT AOS DOOR PANE L2015r'AHOE PPV 5 128 r
308 PRCrGUARD DP47UIfl 13 FLAT ADS DOOR PAN`.INT U-ILITY S 128 W
309 CPS OP-FIU 20.1024-DY OPS 2 DRAWER AL_MINUM LOUIPMENT CABINET W/MOUNTING PLATFORM 5 1.99SA0
310 RAY ALLEN Ell 72015 RAY A.I IN K91NSE RT FOR 2015a CHEW TAHOE S 2,199 99
311 RAY ALLEN EII-INSUV RAY ALLEN K9 INSERT FOR FORD IN I CHCLPIOR UTILITY S 1.949,98
312 RAY ALLEN F3 RAY ALLEN TACIICAL K9,DEPLOYMENT AND HEAT ALARM SYSTEM VI/PAGER $ 1.005 DO
313 DEERSKIN ACCM6 6 COMPARTMENT ANIMAL CONTROL UN T CHASSIS MOUNT S 12,103 00
314 DEERSKIN CAT12 12 CAGE CUSTOM ADOPTION TRAILER ANWAL CONTROL UNIT 5 34,99500
315 BOWIE C 100 Custom fiberglass Coaches Animal Control Unit-6 compartment w/rear storage 5 10,500.00
316 BOWIE C-100-NS Custom Flbe rill ass Coaches Animal Cons rol Unit-6 compar%me nt-aro sto rage 5 10,254100
317 DCHVIE PRO 6W6 Custom riberghss Coaches Animal Control Unit-6 compartment-no storage 5 11.500.00
318 BOWIE 1`1106WS' Custom Fiberglass Coaches Animal Control Unit-6 compartment W/rear storage 5 11,700.00
319 BOWIE PRO 6WD7 Custom Fiberglass Coaches Animal Cor of Unit-6 compartment w/Quarantine 5 11,700.00
320 BOWIE PRO Ewa Custom Fiberglass Coaches Animal Control Unit-8compartment-no storage S 12,5DO.00
321 BOWIE PRO 8WS9 -u"Om Fr rrelass Co,rhos A•imal Control Ur,t 8 con pa tmenl•.v/rcar stof-ee 5 12.90000
322 BOWIE PR08WS31 Custom fiberglass Coaches Animal Control Unit 10 compartment ci/rear storage S 13,400.00
323 nowt PRO 8WD9 Ontnm Fiberglass Coaches Animal Control Unit R compartment w/quaranOne S 12,ROD.00
324 BOW E L•,t-Boor 6 Hca W Duty Inscr,or Safetv Dnor-Pnwdrrcoalcd Black 15c1 of 6) 5 870.00
32S BOWIE Inc Docr•S H-:avy Durvintcrior Safety Door-Po,-+dercoalcd Olack(Se:of 8) S 1,16000
326 BOWIE Int-Dour S N.,6 iia;nless Steel Heavy Duct Safety Door(Set of 61 $ 1,140.00
321 ROWIE Int-Do a STN S 8 Sl 0vis Steel Heavy Duty Sasary Door(Set of 81 $ 1,520.0)
328 801vIE AC my Art Cesndlton;.ag-1R,f1D0 HIU Cooing w/temp m.nrtor ng in cab 5 1,80000
329 BOW A H A A1C&Heating-14.0000TUcoal-12000 bTU Heat w temp monaoring in cars $ 2,150 Do
Exhibit "A"
330 BOWIE AC Only HC High Capacity A/C up to 29,000 BTU cooling w/temp men coring in cab S 2,200A0
331 BOWIE AC Hear HC High Capacity A/C&Heat 29,001)BTU cool 3G.GW BTU Heat w/romp monitor S 2,450.00
332 BOWIE Uluaeool Ulrr ACool Extreme Termper at ure A/C&MCA Ling W/a Uxdlary CpmpfeSSer S 3,853.17k)
333 BOWIE OSAV-Hci Hoist BackSaver with Large Cage front passenger compartment S 3.295.00
334 BOWIE P-Ramp Pull Out Fold Down ll•front passenger side(C•100 model only) 5 395 DO
335 80W 1 Scene Light Clear Scene Light•1 Left•1 Flight-1 Rear(3 total $ 240.00
336 gown Amber Strobe LED 3"K 5"Surface Mount Amber Strobe-rear 5 16000
337 BOWIE Mir„Strobe LED Mini 4 bade War mg Strobe-surface or gr-1 mount 5 160.00
31S BOWIE Tadvisor Traffic Advisor LED with 8 Amber Llghlteads and digital controller In Cab S 625.00
339 BOWIE Beacon LED Rooftop Beacon Amber S 185,00
340 BOWIE Golight GoLight Spotlight with dash and handhetd remota 5 150.00
341 80WIE BSMuror Rear Stind Spot M irror 5 12500
342 BOWIE CpoIC Catch Pole Holder tube Sty'.•eith lolling access door 5 22S.CK)
343 BOWIE Rwson Rear Vision Camera with S 6 lot screen color monitor $ 475 00
344 SUPREME SVA12085096 Alum.Van Body,length 12%height 85' width 9ii 5 9,40300
345 SUPREME SVA14085MG Alum.Van Body,length 14,height 85',width 96 5 8,871.OD
346 SUPREME SVA140BS09GF 3/8'FRP exterior wart n Ivu of alom.,no liner S 600.00
347 SUPREME SVG 1208SO96 Insulated Alum.Van Body,length 12,heleht SS"w dth 96 5 11.299 OD
348 SUPREME SVG 14OA5096 Insulated Alum.VA-Body,length 1.1,height 35'.width 96 5 14,535.00
349 MOBILIT7 WORKS TX138 WHEELCHAIR ACCE551OLE VAN 7 AMBULATORY,2 WHEELCHAIRS,REAR ACCESS S Il.GG4.00
350 1 NIORIL11Y WORKS Ix137 WHEELCHAIR ACCESSIBLE VAN 8 AMBULATORY,I WHEELCHAIRS,REAR ACCESS $ 13,37000
3S1 Al TINT 2UR WINDOW,TINT $ 139.00
352 Al TINT 4DR WINDOW TINT S 16900
353 Al TINT SUV WINDOW TINY $ 247.00
354 Al TINT VAN WINDOW TINT S 349.OD
355 FORD PROTECT PLANS EMENDED SERVICE PLANS RETAIL CATALOG(%DISCOUNT FROM RETAIL) S 10.00
356 8Ar 779 CNG GGE 12,TRANSIT CONNECT DEDICATED.CARGO AREA TANKS $ 10,505 25
357 BAF 780 CNG GGE 18 TRANSIT CONNECT DEDICATED,CARGO AREA TANKS 5 11,520 25
358 RAF 781 CNG GGE 10,ECONOLINE BIFUEL.UNDERBODY TANKS S 11,520.2S
359 BAF 782 CNG GGE 20,ECONOLINE DEDICATED,UNOERBOOY TANKS 5 13.0-12 75
3GO BAF 783 CNG GGE 15,TRANSIT CONNECT DEDICATED,BEHIND BENCH TANKS S 10,809 75
361 BAr 785 CNG GGE 20.F250 F350 DEDICATED,UNDERBOUY EANKS 5 17.332 25
362 OAF 786 CNGGGE 10,F250 F 350 DEDICATED,UNDEROODY TAN" S 11,114.25
363 BAF 737 CNG GGE 21,F250 S3SO OIri U1 BED TANKS S 11,012 75
364 VERSALIFT Sv71TCm rj Go SWITCH AND GO HOIST 5 29.85500
365 VERSAUFI IEL29 29-AERIAL $ 35.35700
366 VERiALIFI 5ST 37 37 AERIAL $ 49.86000
367 UAVIC 2!3 YARD DU:,IP )/T TARO 10'DUMP ROOT S 11,150 M
363 DAVIS 3/4 YARD 0UA1P 3/4 YARD 10 DUMP 800Y 5 12,300.DO
Exhibit "A"
369 DAVIS 417 YAR-.DUMP 4/5 YARD 10-DUMP BODY $ 12,400.00
370 DAVIS 6/8 YARD DUMP 6/8 YARD 10'DUMP BODY CLASS 70 PTO DRIVEN $ 14,370.00
371 DAVIS 8/10YARD DUMP 8/10YARD 10'DUMP BODY CLASS%0 PTO DRIVEN $ 14,475.00
372 DAVIS 5/6 YARD DUMP 5/6 YARD 10'DUMP 800Y CLASS 70 PTO DRIVEN 5 14,450.00
RKI BY
373 GENERAL BODY W615 RAWSON KOENIG LOUVERED WW TL HEADACHE RACK $ 46830
RKI BY
374 GENERAL BODY C63 RAWSON KOEN G WHITE STEEL S NGLE L_r CROSS BODY POOL BOX 5 735.05
RKI BY
375 GENERAL BODY C63A RAWSON KOE NIG ALUM NUM SINGLE LID CROSS BODY 1001 BOX S 818.41
376 GENERAL BODY BED.INER SPRAY IN BED LINER,SPEC FY UNDEq OR OVER RAIL $ 444,59
377 GENERAL BODY GGl RANCH HAND STY E GRILL GUARD $ 68299
WHELEN'BY
378 GENERAL BODY ABUA97 WHELEN 97DB BACK UP ALARM 5 9840
WHELEN BY
379 GENERAL BODY W12 WHELEN 2012 ROO-TOP AMBER S'ROBE S 43192
WHELEN BY
380 GENERAL BODY FL2AAAA WHELEN?s2AAAA LEDAMBER LIGHT BAR $ 2,54361
WHELEN BY WHELEN FLZAAAA LED AMBER IGH'BAR W/SIX LAMP LED TRAFFIC ADVISOR,CONTROL HEAD&
381 GENERAL BODY F.2AAAA W.AOV SOR SWITCHES $ 3.98866
UNITY BY GENERAL
382 BODY 325 SPOT iIGh-JNITY f PER SIDE S 462 37
TEKONSHA BY
383 GENERAL BODY 9035 TEKONSHA ELECTRONIC BRAKE CONTROL $ 23593
BUYERS BY
384 GENERAL BODY BUYERS BUYERS RECEIVER HITCH CLASS V S 462.37
BUYERS By
385 GENERAL BODY B6 BUYERS 6 WAY IRA LER PLUG S 93.66
BUYERS BY
386 GENERAL BODY B7 BUYERS 7 WAY TRA LER P UG $ 105 S2
ECCO BY GENERA,
387 BODY 6011CC ECC04 CORNER I ED STROM LIGHTS 5 93660
FIL-RI-E BY
388 GENERAL BODY F91210CA Diesel Fuel'ransfet Pump,Ffh Rile-odel FR1210CA W!IC5 gaPon L-shaped tank. S I.S23 45
TOMMYGATE BY
389 CENTRAL BODY 60.1040 TP27 TOMMYGATE 60-1040 TP27 LIFTGATE 10001-8 CAPACITY W/58'X21'PLATFORM $ 3.720.00
TOMMYGATE BY
390 GENERAL BODY 60-1040 TP38 IOMMYGATE 60-10401P38 UFTGAIE 10001.8 CAPACITY W/2PC 58-'X38"PL411FORM 5 3,908.00
TOMMYGATE BY
391 GENERAL BODY G2-60-1342 TP27 TOMMYGATE 62-60-1342 TP27 LIFTGATE 13DOL8.CAPACITY W/S8'X27"PLATFORM s 4.025,00
TOMMYGATE BY
392 GENERAL BODY G2 60-1342TP30 TOMMYGATE G2.60.1342 TP38 LIFTGATE 1300LB.CAPACITY W12PC S8"X38"PLATFORM 5 4.20000
PRO MAX BY
3S3 GENERAL 800Y PRO MAX PER APPLICATION CAB LENGTH BLACK TUBULAR.4ERF BARS ANY CAB S 349.74
KNAPHEIDE BY
394 GENERAL BODY 6801 SRW ill K.eFI de 63W BN ServiCe body,3 compts Both sides 5 6.099.7-1
KNAPHEIDE BY SRW 40"CA Knapheide 6AOF1 8(t Se—Ce body.3 compts both sides*top opening compts both
395 GENERAL BOGY 680FJ sides 5 6.744.69
TOMMYGATE BY
396 GENERALBODY 54.1040 TP TOMMYGATE 54.1040 TP LIFTGATE IDWLS.CAPACITY W/S2'XZ2'PLATFORM 5 3.99500
TOMMYGATE BY
397 GENERAL BODY 54-104OF 11 TP TOMMYGATE 54.1Od0 I11 TP LIFTGATE 100018.CAPACITY W/2PC 52"X38"PLATFORM S 4.115.00
TOM MYGATE OY
398 GENERAL BODY G2-54.1342 TP27 TOMMYGATE GZ-54-114Z TP27 LIFTGATE 13001LB CAPACITY W/52"X27-PLATFORM 5 .t,l•10 CO
TOMMYGATE BY
399 1 GENERAL BODY G2 54 1342 TP38 TOMMYGATE G2.54-L342 TP38 LIFTGATE 1300tB CAPACITY W/2PC S2"X38"PLATFORM $ 4,15000
400 GENERAL BODY BBP9q Bum Pet to Bumper Pipe Rack Slit&91t Utility Hotly Reg Cab 5 2.537 11
I 8Y GENERAL
401 BODY L5660 SRW 56'CA RKI L56608ft Scrvicc body,3 comprs Both soles 5 6.306.0)
RKI BY GFNFRAL
402 BODY T5680 SRW S6'CA RKI T5680 Ah Scrvicc body,3 compts hoth s-des•top opening compts both sides 5 7,278.20
KNAFHEIDE RY
403 GE NEAAt BODY 6961 SRVI 56"CA Krapheide 69618ft Scrvicc body,3 compts Botn sides 5 5.92191
KNAPHEIDE BY SRW 56"CA Knapheide 696F18ft Service body,3 compts bolh sides-top openrrg Compls both
404 GLNERAL BODY 696FJ sides 5 6,514.69
KNAPHEIDE BY
405 GENFRAL BODY Pt US SD -add Ihro cotnpt w/drawers for the 6961 body 5 3,07062
KNAPHEIDE BY
406 GFNFHAI BODY PLUS 50 add Ihru compt wldrawers Ior the 69611 body 5 2.430 41
KNAPHEIDE BY
407 GENERAL BODY 2S123499 48"SHOVEL BOX PAINTED ANO INSTALLED S 628 7l
Exhibit "A"
KNAPHEIDE BY
408 GENERAL BODY 2S123SO6 60"SHOVEL BOX PAINTED AND INSTAILEO $ 859 54
KNAPHUDE BY
409 GENERAL BODY 25305966 72"SHOVEL BOX PAINTED AND INSTALLED 5 88799
410 GENERAL 800Y GBSHOLDER SHOVEL POLE HOLDER MOUNTED 5 118.S6
411 GENERAL BODY BBPW Bumper to Bumper Pipe Rack Bft&9ft Utility body EAt/Crew Cab $ 2,768 30
412 GENERAL BODY G81,88 General Body Bit.BO'Steel Tread Plate Flat Bed Body $ 2.6G7 53
413 GENERAL BODY GBF B851 K General Body Sit x BO'Steel Tread Plate Floor Stake Red Body with 4W metal stake sides. $ 3,811.Go
414 GENERAL BODY IOpSIDE 72 TOP SIDE ON THE DECK 80X 26.5"X12.5'A 72"STEEL 5 818.04
415 GENERAL BODY TOPSIDE 78 TOP SIDE ON THE DECK BOX 16.5'X12 S'X 78"STEEL 865.46
416 GENERAL BODY TOPSIDE 90 TOP SIDE ON THE DECK BOX 16.5'X12.5'X 90"STEEL $ 90103
417 GENERAL BODY TOPSIDE 96 TOP SIDE ON THE DECK BOX 16 S'X12,5'X 96"STEEL $ 9198,
418 GENERAL BODY TOPSIDE 72A TOP SIDE ON THE DECK BOX 16 S'X12.5'X 72"ALUMINUM, $ 901 03
419 GENERAL BODY TOPSIDE 90A TOP SIDE ON THE DECK BOX 16 S'X12.5'X 90'ALUMINUM $ 93067
420 GENERAL BODY TOPSIDE 96A TOP SIDE ON THE DECK BOX 16.5'X12.5'X 96"ALUMINUM $ 947.53
RKI BY GENERA'_
421 BODY L8080 SRW 60"CA RKI L6080911 Service body,3 compts.Both sides S 6.745 88
RKI BY GENERA!
422 BODY 16080 5RW 60'CA RXI760809ft Service body,3 compts both sides r top opening comots both s,bes 5 7,92S.52
XNAPHEIDE BY
423 GENERAL BODY 61081 SRW 60"CA Knapheide 610819ft Se—ce body,3 compts.Both sides 5 6,396 13
KNAPHEIDE BY .5RW 60-CA Knapheide 6108FJ 9ft Service body,3 compts both sires top opening compts buth
424 GENERAL BODY 5108F1 s:des S 7,10747
KNAPHEIDE BY
425 GENERAL BODY TELETOP add for Icletop cargo area cover 5 1.71907
KNAPHEIDE BY
426 GENERAL BODY PLUS 50 add thru rnmpt w/drawers for the 61081 body 5 3.426.29
KNAPHEIDE BY
427 GENERAL BODY PLUS SO add thru compt w/drawers for the 6108F1 body 5 2,78608
428 GENERAL BODv PNTCOMP Paint Inside Service Body Compartments $ 889.18
429 GENERAL BODY CMPLITE Lights inside each compartment 1 master switch $ 740.98
430 GENERAL BODY SPRBED Spray in Bed Liner Cargo Area of Service body $ 740,98
ECCO BY GENERAL
431 BODY TXDOT STROBE ECCD 4 CORNER LED STROBE Ai OVAL AMBER REAR 5 1,055 15
TOMMYGATE BY
432 GENERAL BODY 91.1050 TP42 TOMMYGATE 91-IOSO TP42 IlfTGATE WOOLS CAPACITY 87"x42'PLATFORM 5 3,544 85
TOMMYGATE BY
433 GENERAL BODY 452•92.1950 TP41 TOMMYGATE G2-92-1350 TP41 LIFTGATE 1300LB.CAPACITY 87'K42"PLATFORM j 3.995.36
434 GENERAL BODY 8BP9R Bumper to Bumper Pipe Rack Bit Flat Bed Reg Cab 2,500 36
435 GENERAL BODY 3BP9C Bumper to Bumper Pipe Rack 8ft flat Bed Crew Cab S 026 80
436 GENERAL BODY 1NV1.6 1600 watt HD inverter will aux battery and box 5 2.679 36
437 GENERAL BODY Ili 3000 watt HO inverter w/2 aux batteries and boxes $ 3.301 8D
438 GENERAL 600v LEDLITE LED light upgrade $ 17784
439 GENERAL BODv WRKt4T4E ).vnrt lights on head rack 5 369.90
440 GENERAL BODY RGP Rear Goal Post w/front Storage Pockets $ 622 41
441 GENERAL BODY TPHB tapered headtsnard in lieu of StIt—c hcadho,d $ 231.19
RKI BY GFNFRAL
442 BODY 156DW91. ORW S6"CA RKI L560W94 9h Service body,3-mµts Both sides 5 6.751 so
RKI By GENERAL
443 BODY TS6OW91 DRW 56-'CA RKI T56OLV94 9ft Service body.3 compts both sides r top opening compts both sides 5 8,577 58
KNAPHEIDx BY
444 GENERAL BODY 6960541 DRW 56"CA Knapheide 6950541 9ft Service body,3 compit.Both sides S 7,332 73
KNAPHEIOE BY DRW 56'CA Knapheide 696D54F19h Service uudy,3 compts both sides.top ooenlre compts
445 GENERAL BODY 696D54FI bath sines 117,9g731
KNAPHEIDE BY
446 GENERAL BODY PLUS 50 add thrir comps w/drawers for the 6960541 body $ 3.2^5 f8
Exhibit "A"
KNA P'IEIDE BY
447 GENERAL 8ODY PLUS 50 add thru compl w/drawers fat the 696054F1 body S 2,537.11
KNAPHEIDE BY
448 GENERAL BODY OHLR add for DH ladder rack $ 1.5.04.48
KNAPHEIDE BY
449 GENERAL BODY MLS add for compartment maslerbds $ 47).04
Knaphe'd by
450 General Body RFCGD Raised Front Compartment w/pas bottle rack $ 1:765 31
451 GENERAL BODY CRK CRANE REINFORCEMENT ADDED TO SERVICE BOGY UP TO4KCRANE S 1,69418
452 GENERAL BODY GOOU13K DUAL OUTRIGGEKS FOR LIST WITH 3200LB CRANES S 1.836A4
453 GENERAL BODY GB01:14K OVAL OUTRIGGERS FOR USE WITH 400011.8CRANES 5 2.17309
E.M.WACHS BY
454 GENERAL BODY TNI/7MN WACHS WATER VALVE TURNING MACHINE INSTALLED REQUIRES CHASSIS PTO OPTION $ 26,183 25
KISS GENERAL BODY RPLBUMP Front Replacement Bumper wish Wrap Around Grill Guard $ 2.003,61
WARN BY GENERAL
456 BODY TRANS 11 Transformer II Winch Mount Greif Guard w/Brush Guard,black 5 - 2.00161
WARN BY GENERAL Warn I0,000I15.Electric Winch w/Roller Flair lead. Requires either TRANS II Grill Guard or
457 BODY WR1OK RPLBUMP Replacement bwnper For mounlinK of winch $ 1,529.39
WARN BY GENERAL Warn 12,000 ID Electric Winch w/Roller Flair Lead. Requires enher TRANS 11 Grill Guard or
458 BODY WK11K RPLBUMP Replacement bumper for mounting of winch $ 1,754.64
COMP AIR SYS BY
459 GENERAL BODY ACHD13 Alf Compressor Honda 13HP Gas,EIC0.Start $ 3.Sn4 85
COMP AIR SYS BY
460 GENERAL BODY C110GED34HC Air Compressor Diesel Engine,Elect Skirt 5 6,982.99
VMAC BY GENERAL
461 BODY VR70 70CFM Vehicle Engine Driven Screw Compresor S 14.833,81
462 GENERAL BODY AIR REEL Air Reel 1/2"a50'Retractable A:r Hose Reel W/Ptumbing $ 169 43
463 GENERAL BODY NT 250 Miller NY 2SO,2SO Amp Electric welder/Generator w/Leads.Stinger,Clamp 5 f.9d2 99
AUTO CrIANE BY Auto Crane 3203-PRX 31DOlb.Fv I Power Crane W/Body Re:nforcmen6 jack leg,boom support,
464 GENERAL BODY 3203 PRK spring work on crane side to levelchassis 5 1S,87000
AUTO CRANE BY Auto Crane 40D4FH 400011.Full Power Crane W/Llody Reinforcmerd,dual outriggers,boon
465 GENERAL BODY 4004CH support,spring work on crane side to levelchassis $ 19.54407
MECHANICS HEAVY DUTY I1FT CRANE RATED SERVICE BODY WITH 320OLS CAPACITY ELECTRIC OVER
466 SERVICE TRUCK WITIf 3K CRANE HYDRAULIC CRANE,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUM 10,200 GVWR S 30.575,71
MECHANICS HEAVY DUTY IITT CRANE RATED SERVICE BODY WITH 4DOOLB CAPACITY ELECTRIC OVER
467 SERVICC TRUCK WITH 4K CRANE HYURAULIC CRANF,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUAI 10,200 GVWR $ 32,447.78
MECHANICS HEAVY DUTY LIFT CRANE RATED SERVICE BODY WITH SDOOLB CAPACITY ELECTRIC OVER
468 SERVICE TRUCK WITH SK CRANE HYDRAULIC CRANE,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUM 15.000 GVWH $ 41,813 76
MECHANICS HEAVY DvrY 11FT CRANE RATED SERVICE BODY W(TH 6000LB CAPACITY EIFCTFUC OVER
469 SERVICE TRUCK WITH 6K CRANE HYORAU1 IC CRANr,DUAL MANVAL OUTRIGGERS.REQUIRES MINIMUM 18,000 GVWR $ 46,793 14
470 TRANSIT WORKS TW0001 Additional Wheelchair LDcation $1.175 30
471 TRANSIT WORKS TW0002 rreedman two(2)Passenger Fold Away wheel well 3?T GOES Seal 51,167.25
472 TRANSIT WORKS TW0003 Galvaneal slcelshort step(Drive(or Passenger) 519700
473 TRANSIT WORKS TW0004 Galvaneal steel full passergar step $394 45
474 TRANSIT WORKS TVV0005 Power Sliding Cargo Door 52,760.00
475 TRANSIT WORKS TWOW6 Stanchion Poles Side Cargo Doors-"D"Ii 52150S
476 TRANSIT WORKS TWo007 Compktr Safety Kit-Slb Fire Eaing—he-r,16 Unit F—I Aid Kit 8 Triangle Refkctor Kit $119 S0
477 TRANSIT WORKS TVJOWS Body spill kit in Plastic Sloraec MOO
478 TRANSIT WORKS T'A10009 Roof Hatch 580730
479 IRA NSIT WORKS TWOOIO Tull Woad Floor with Attro Floor Co-ri., S1.3R000
480 TRANSIT WORKS IVo0011 Aftermarket Seat)Per Seat Position) 573600
481 TRANSIT WORKS Tw0017 Upgrade to Smarifloor Flexible Seating System(No seats Ir4ludeCl $7.9U3 75
482 TRANSIT WORKS TW0013 Additional Smatilloor Sears $716 OD
483 TRANSIT WORKS T`N0081 Upgrade ADA Sect on of Smartfloor(Rear Tild 52.U53 90
484 TRANSIT WORKS TwO027 Back upalarm 86 25
485 TRANSIT WORKS TWOOZ9 Banc sa7ety kit(5N tire extinguisher,fast aid kit,web cutter) 71I 70
Exhibit "A"
486 TRANSIT WORKS TWCO29 Complete safety kit(511,fire ealinguisher,first aid kit,web cutter,triangle reflector kit) 141.45
487 TRANSIT WORKS TWW30 Complete safety kit plus flares ISIr fire extinguisher.first aid kit.web cutter,triangle rellector kit.fl 181,70
488 TRANSIT WORKS IW0031 Body spill kit(stowed) 14.39
489 TRANSIT WORKS TW0032 Sin le oxygen tank holder-hotds 03 E site cylinders only 204.70
490 TRANSIT WORKS TWW33 Substituting Electric securemenl system in an already completed vehicle 650.90
491 TRANSIT WORKS TVJ0034 Unoccupied Wherkhair(solder(Mounted driver side in place of 60%of bench watt 575.00
492 TRANSIT WORKS T`NW35 Back-up Camera 632,50
493 TRANSIT WORKS rNO036 Flea-Flat ramp upgrade(Eliminates 3rd Row 2 Passenger Fllp) 632 50
494 TRANSIT WORKS TWO037 3rd row 2 passenger Rip seat(not availab it with Flca Flat ramp) 1,144 25
495 TRANSIT WORKS TW0038 O Straint Electric securement system in place of Sure-Lok retractable system 454.2S
496 TRANSIT WORKS TW00a6 Window Tint 23000
497 TRANSIT WORKS TWO047 AOA Interlock 373.1S
498 TRANSIT WORKS TWW50 2nd row 3 pass"er bench seat(only available with 2nd row slo.v n go factory seating) 1.03500
499 TRANSIT WORKS PWW51 Steel footplate 25875
500 TRANSIT WORKS T`N0081 Freight Hat Bed truck(Pet Mile from Kansas City,KS) $1.38
Sol TRANSIT WORKS TWOOS3 sleight Ford Low Roof Ship Thru(Subject to Ford Delivery Schedulel 516675
502 TRANSIT WORKS TWOO82 freight Flat Bed Truck(Pet Mile from Akron.OH) 51.38
503 TRANSIT WORKS TWOOSO Freighl Ford Sbip Mi.(Sublest to Fptd Dekvery Schedule) 5143.75
504 TRANSIT WORKS TWOOBO Loweted floor rear-ramp mobility conversion to include manual rear ramp.1 or 2 wheelchair Posit S13.788.50
SOS TRANSIT WORKS I N0101 Ford Transit COC.neCt Wagon S14,662.SO
506 TRANSIT WORKS TW0112 Regular Length LOW Roof S13,512.50
507 TRANSIT WORKS TWO113 E.tended length HIGH Roof S11.011_25
509 TRANSIT WORKS TWO114 Freedman one 111 passenger forward facing 3PT seat w/three-point lap/shoulder bells jfi07.70
509 TRANSIT WORKS TWO116 Freedman CHAIRMAN one 111 passenger forward..ac,hp 3PT seal w/Ihrcn-point $75200
510 TRANSIT WORKS TWOL19 Freedman CEO one(l)passenger forward-faung 3PT scat w/threrppmt lap/shoulder $764.75
511 TRANSIT WORKS TWUI28 Freedman two 121 paswriger forward(acme 3PT seat w/tnree.poml lap/shoulder belts $898.15
511 1 TRANSIT WORKS IWO130 Freedman CHAIRMAN one(1)pa—firm forward lacing 3PT scat w/three-point 5601.45
513 TRANSIT WORKS TWO132 Freedman CEO one(1)passenger forward-fac ne 3PT scat w/three-point lap/shoulder uchs- $607.20
514 TRANSIT WORKS TWO134 Armrest lind¢ate Wt or right) y0.15
515 TRANSIT WORKS 1 WO135 CRS Bracket-s_ngle(must order 3 J van has 10 pr more seats•driver) $36.80
516 TRANSIT WORKS TW0136 level 3 bbr c upgrade-per passenger.SPECIFY COIOR'WHEN ORDERING, $17 25
517 TRANSIT WORKS TWDl 37 level 3.51abrlc uograde cier passenger SPECIFY COLOR WHEN ORDERING; $40.?5
519 TRANSIT WORKS IMF 38 Level 4 fabnc upgrade per passenger-SPECIFY COLOR WHEN ORDERING: S10 2S
519 TRANSIT WORKS Tw01)9 Level 5 fabric uograde per passenger SPECIFY COLOR WHEN ORDERING. SS1 75
520 TRANSIT WORKS TW0140 Leve161alxic upgrade per pas—ger SPFCIFY COLOR WHEN ORDERING. $57 50
521 TRANSIT WORKS twolAI I.ONC01N fluor covering, n BLACK-regu a length v.n $152 95
522 TRAN51T WORKS T1V01a2 IONCOIN floor--it m BLACK e.terded,cngth an 5171140
523 TRANSIT WORKS T'NO143 Add rnsu�ah 5442 7S
524 TRANStr WORKS TW0144 E_I 11500.Mridow me NOICATE PR VACY GLASS OR Q ANTUKI REFLECTIVE $419 7S
Exhibit "A"
III TRANSIT WORKS rlVO145 Ed(25DO)Window tint.INDICATE PRIVACY GLASS OR QUANTUM REFLECTIVE $446 20
526 TRANSIT WORKS TWO146 Braun Century series C91918 automatic ADA Oft.34'x S1'platf.o:m.800 lb.Capacity. 51.628.75
527 TRANSIT WORKS TN0147 ADA lAletiock,spot lights on lift,FMVSS 403&4D4 compliant-Sd)E LIFT 5000
528 TRANSIT WORKS TW01A9 ADA interlock.spot lights on hh.FMVSS 403&404 compliant.REAR LIFT W 00
529 TRANSIT WORKS TW01S0 Dash mounted display fw interlock functions $97.75
530 TRANSIT WORKS TWOISI MANUAL(LEVEL 11-4 point ratchet style wheelchair tledo•wn system,with manual WO $195.50
531 TRANSIT WORKS T`NC152 &shoulder restraints 0
532 TRANSIT WORKS TWO153 RETRACTABLE(LEVEL 2)-4 point retractable wheelchair hedown system,with manual S377.20
533 TRANSIT WORK5 TWO155 DELUXE(LEVEL 31-4 point relra c table wheelchair liedown sys lem,with reiroc table 5492.20
534 TRANSIT WORKS TW01S6 lap&shoulder restraints 50.00
$35 TRANSIT WORKS TW0157 WalLmounted uc,down stura c container 563.25
536 TRANSIT WORKS TW0158 Two(2)wall-mounted Icngths of L track,driver side&pass side.for future wheelchair $365.70
537 TRANSI7 WORKS TW0:59 shoulder mounts 5000
538 TRANSIT WORKS TW0:60 Straight stanchion pole S2177S
539 TRANSIT WORKS IW0161 Entry assist grab handle at ambulatory entrance $172.50
540 TRANSIT WORKS TWO169 Ferno 175-3 cot mount Installed $891 25
541 TRANSIT WORKS TWO170 Stryker 6370 cot mount Installed $1,017.75
S42 TRANSIT WORKS TW0177 Red(white reflective tape on imlde of door jambs $11 S.00
543 TRANSIT WORKS TW0178 SmarTFloor rubber strlD rail inserts,installed SZ30 DO
544 TRANSIT WORKS TN0179 Seal floor to walls SIZ6.50
545 TRANSIT WORKS TW0180 RAM $0.00
546 TRANSIT WORKS TWO181 PARATRANSIT PACKAGE A $14.816.60
547 TRANSIT WORKS TWO182 --Al3PBench Floor Upgrade 5224.25
548 TRANSIT WORKS TWO183 -A2 GO Seal Upgrade S101 20
549 TRANSIT WORKS TWO184 A3 2P Fold Away Seat Upgrade $172 50
550 TRANSIT WORKS TW0185 PARATRANSIT PACKAGE B $14,816.60
SS1 TRANSIT WORKS TW0:86 •-81 3P Bench floor UPErdde 522.1 2S
552 TRANSIT WORKS TW0:87 - 67 GO Sear Upgrade $101 20
553 TRANSrT WORKS TW0T88 --83 IP Fold Away Seat Upgrade •S 172.50
554 WAKSIT WORKS 1 WO189 -R•1 Four Wheelchairs Floor Vpgrade S4T2 IS
555 1RANSII WORKS 1W0190 PARATRANSIT PACKAGE R 510.712 I5
556 TRANSIT WORKS TWO191 •-RI 131 Rear Smart Seats Upgrade $172 50
557 TRANSIT WORKS TW0192 TRANSPORTER PACKAGE C 59.14&25
$58 TRANSIT WORKS TW0193 Cl GO-Seat Upgrade 5101 20
559 TRANSIT WORKS TWO194 --C2 4P Bench Floor Upgrade 5262 20
E56TRANSIT WORKS TWG195 PARATRANSIT PACI:AGE 0 5i5.352 50
TRANSIT WORKS TWO196 - DI 3P Bench Floor Upgrade 5224 2S
TRANSIT WORKS TW0197 -02 GO Seat Upgrade 5101 20
TRANSIT WORKS TWO198 - 03 2P Fold Away Seat Upgrade S172 50
Exhibit "A"
564 IRANSII WORKS TW0199 PARATRANSIT PACKAGE E SIS.582.50
565 TRANSIT WORKS I W0200 --EL 3P Bench Floor UDRrade 5224 25
5G6 1RAN5IT WORKS TW0201 E2 GO-Seal Upgrade $101 20
557 TRANSIT WORKS TWO202 •E3 2P Fold.Awav Seat Upgrade -5172,50
5$8 TRANSIT WORKS TW0203 E4 four Wheelchairs Floor Upgrade $442,75
569 TRANSIT WORKS 1W02U4 PARATRANSIT PACKAGE S $10,712.25
570 TRANSIT WORKS Tw0205 --Sl[3)Rear Smart Seats Upgrade 5172.SO
571 TRANSIT WORKS TW0206 TRANSPORTER PACKAGE F 59.582.95
S72 IRANSII WORKS 1W0207 F1 GO-Seat Upgrade Sllll 20
573 TRANSIT WORKS TW02 C8 F2 4P Bench Floor upgrade $262.20
S74 TRANSIT WORKS Tw0209 PARAFRANSIT PACKAGE G 515,953.95
575 TRANSIT WORKS TW0210 -•GI 3P Bench Floor Upgrade $224 25
576 TRANSIT WORKS TW0211 --G2 GO Seat Upgrade $101.20
577 TRANSIT WORKS TIAM 12 --G3 2P Fold Away Seat Upgrade -5172 50
578 TRANSIT WORKS 1W0213 PARATRANSIT PACKAGE H 515.953.95
579 TRANSIT WORKS TW0214 H1 3P Bench Floor Upgrade 5724.25
580 TRANSIT WORKS TW0215 -H2 GO-Seat UDRrade $101.20
58'. TRANSIT WORKS TW0216 H3 2P Fold,Away Seat Upgrade -$172.50
582 TRANSIT WORKS TW0217 -•H4 Four Wheelchairs F ow Upgrade $442-15
583 TRANSIT WORKS 1W0218 TRANSPORTER PACKAGE 1 $9,988.95
S84 TRANSIT WORKS TW0219 --11 GO Seat Upgrade $101.20
585 TRANSIT WORKS TW0220 •-12 4P ScKh Floor Upgrade $262.20
PREf! VERSALIFT V5147 SERVICED BODY W/47 AERIAL SBA,678.00
PRE
VERSAUrT VST40 SERVICE BODY WITH 4D AERIAL 575,GCO DO
VERSALIFT SST40 SERVICE BODE WITH 40 SST AERIAL S66,011.IX1
VERSALIFT V040 SERVICE BOOS WITH 40'VO AER AL $81,45000
VERSALI" VST6000 SERVICE BODY WITH SS'AERIAL SI16,40600