Loading...
Contract - Silsbee Ford, Inc - 1/26/2023 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 AGREEMENT 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 2(Q day of the month of by and between the CITY OF ROUND ROCK,a Texas home-rule municipality, w1Wse 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 Vendor whereby City agrees to buy specified goods and/or services and Vendor is obligated to provide said goods/services. The Agreement includes any exhibits, addenda, and/or amendments thereto. 4863-3661-8302/ss2 R-2©23-021 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 Majeure means acts of God, 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. 2 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 an 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(b); 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 late; or 3 B. The terms of a federal contract, grant, regulation, or statute 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 if it is determined by City that gratuities or bribes in the form of entertaininent, 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•//www.roundrocktcxas.vov/wp-content/uploads/2014/12/corr 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 mrevnoldsui!roundrocktexas.eov 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 under 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 portion 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 COWLIANCE 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. Tn 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 tern 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 Hundred 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 detennined 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 fulfill 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 tenors 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. 8 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 the dates indicated. City of and Rock,Texas Silsbee F Inc. By: By: Printed Nam Printed Name: G• N/A Title: Title: Date Signed: 1 Z Date igned: Attest: By`��, Meagan Spi s, City Clerk For City,Approved as to Form: By. ephanie�LSan�dre, ty Attorney 9 Exhibit "A" Dealer installed additional items -PRICING VARIES BY MODLE`• 98 DECKED 2019/2020 REV ADDITIONAL CATALOG DECKED ITEMS(%DISCOUNT FROM LIST PRICE) 10% 99 FENIEX 2019/2020 REV ADDITIONAL CATALOG FENIEX ITEMS(%DISCOUNT FROM LIST PRICE) 15% 100 WHELEN PL79.0WD ADDITIONAL CATALOG WHELEN ITEM5(%DISCOUNT FROM LIST PRICE) 35% 101 SOUND OFF 2019 REV08/19 ADDITIONAL CATALOG SOUND OFF ITEMS(%DISCOUNT FROM LIST PRICE) 45% 102 WHELEN GB2SP31 LEGACY DUO LED LIGHTBAR W/TRAFFIC ADVISOR,CARBIDE SIREN,SPEAKER $ 2,595.00 103 SOUND OFF ENFLBS1248DUO NFORCE DUO LED LIGHTRAR,481 DIGITAL SIREN,10ON SPEAKER S 2,495.00 104 SOUND OFF ENFWBFSFOx NFORCE DUO FRONT INTERIOR LIGHT BAR W/SCENE LIGHTING $ 1,49S.00 105 SOUND OFF ENFWBRFFOx NFORCE REAR INTERIOR LIGHT BAR $ 750.00 106 WHELEN ISFLS08 FRONT INNER EDGE W/TAKEDOWNS $ 1.295.00 107 SOUND OFF EL3Hl2A00x 12 MODULE LED ULTRALITE $ 656.00 108 SOUND OFF EL3PH12A00 8 MODULE LED ULTRALITE $ 548.00 109 WHELEN D6...... 6 LAMP DOMINATOR LIGHT STICK $ 407 00 110 WHELEN TAL85 9 LAMP LED AM BER TRAFFIC ADVISOR $ 725.00 ill SOUND OFF EPL7PDxC NFORCE MINI LED LIGHTBAR $ 405.00 112 WHELEN MC16Px CENTURY MINI LED LIGHTBAR $ 345.00 113 SOUND OFF ELB453CLOxx 4000 SERIES LED BEACON $ 224.00 114 WHELEN L21LXP L21 SERIES LED BEACON S 245.00 115 SOUND OFF EMG200054A MAGNUM EMG2000AMBER LIGHTBAR $ 1,348.00 116 WHELEN JE2AAAA JUSTICE LIGHTBAR ALL AMBER 4 CORNERS,4 FRONT,4 REAR MODULES S 1,24S.00 117 SOUND OFF ELUC2S010x UNDERCOVER HIDDEN LED $ 105.00 118 WHELEN VTX609x VERTEX HIDDEN LED S 105.00 119 SOUND OFF EGHSTlx GHOST LED(GRILLE) S 120.00 120 WHELEN IONx ION SUPER LED(GRILLE) $ 125.00 121 SOUND OFF ENT263x INTERSECTORS(MIRROR) $ 247.00 122 WHELEN MBFXllxx MIRROR BEAM LED $ Z79.00 123 WHELEN M4xC M4 SERIES LED(PSHBMPR) $ 145.00 124 WHELEN 4EGRILB M4 BLACK HOUSING $ 55.00 125 SOUNDOFF EMPS2STS4x 4"MPOWER(STUD MT) $ 125.00 126 SOUND OFF EMPS25MS4x 4"MPOWER LED(SURFACE MT) $ 125.00 127 WHELEN IONSMx QN LED(SURFACE MOUNT $ 140,00 128 SOUND OFF EMPSISMS3x 3"MPOWER LED(SURFACE MOUNT) $ 100.00 129 WHELEN MCRNSx MICRON LED(SUFACE MT) $ 95.00 130 WHELEN UNZ6x LINEAR 6(SURFACE MOUNT) $ 12S.00 131 SOUND OFF PMP28RK2LPV MPOWER LICENSE PLATE BKT $ 2300 132 WHELEN R5KT6 LINZ6 LICENSE PLATE BKT $ 22.50 133 SOUND OFF ENFDG53xx n-FORCE DUAL DECK/WNDW 5 32000 134 WHELEN AVVWJ21xx AVENGER 11 DUALDECK/WNDW $ 28000 Exhibit "A" 135 WHELEN SLPMM" SLIMLIGHTER DECK/WNDW 5 315.00 136 WHELEN M4FF15B 15+F150 M4 FOG LAMP MOUNT KIT 5 77.00 137 WHELEN M4CT15B TAHOE M4 FOG LAMP MOUNT KIT $ 65.00 138 SOUND OFF ETFBSSN-P TAIL LAMP FLASHER 1 71100 139 WHELEN SSFPOS HEADLAMP FLASHER $ 76,00 140 DEL CITY 7500036 LIGHTED ROCKER SWITCH $ 10.00 141 WHELEN PCC6W WHELEN 6SWITCH BOX $ 126.00 142 WHELEN CCSRN3 CENCOM SAPPHIRE SIREN 5 1,150.00 143 WHELEN 2955LSA6 'SIREN/SWITCH BOX COMBO $ 575.00 144 WHELEN 295SLSAI STANDARD SIREN AMPLIFIER $ 390.00 145 WHELEN HHS3200 HAND HELD SIREN > 452.00 146 SOUND OFF ETSA481RSP n-ERGY 400 SERIES REMOTE HEAD SIREN 695 00 147 SOUND OFF ETSA481CSP n-ERGY 400 SERIES COMBO > 67500 148 SOUND OFF ETSA461HPP n-ERGY HAND HELD SIREN $ 51500 149 SHO-ME 30-25D4 4 TONE UNDERCOVER 51REN 255A0 150 SHO-ME 31-2515-4040 4 TONE UNDERCOVER SIREN/5WITCHBOX COMBO 5 372.00 151 WHELEN SA315P SPEAKER 5 278.00 152 WHELEN SAKE SPEAKER BRACKET 3600 153 FEDERAL SIG E5100 DYNAMAX SPEAKER $ 25400 154 FEDERAL SIG E5B-U UNIVERSAL SPEAKER BKT 5 3000 155 SOUND OFF USS100D 100D SERIES SPEAKER 5 Z5400 156 SETINA 10XLC-ISED INTERCEPTOR SEDAN"XL" $ 750.00 157 PRO-GARD PSSP3614INT13A INT SEDAN SPACE SAVER $ 775.00 158 SETINA 10XLC-ISUV INTERCEPTOR UTILITY"XL" > 799.00 159 PROGARD P4714UINT13A ULTILITY FLAT PARTITION W/RECESS PANEL $ 775.00 160 JOTTO 475-1104 2015+F150 CREW CAB 75000 161 GAMBER 7160-0350KT INTERCEPTOR SEDAN OR UTILITY(NO CRADLE OR DOCK) j 555.00 162 GAMBER 7160-0250 NOTEPAD V UNIVERSAL CRADLE $ 284.00 163 HAVIS PKG-PSM-153 MDT MOUNT PACKAGE INT UTILITY(NO CRADLE OR DOCK) 29500 164 HAVIS C-3090 UNIVERSAL ECONOMY CRADLE 14500 165 HAVIS DS-PAN-112 DOCK PANASONIC TOUGHBOOK31 NO RF PORTS $ 1,04000 166 JOTTO DESK 425-5019/5215 LAPTOP MT W/UNIVERSAL TOP PI SEDAN $ 325.00 167 JOTTO DESK 425-5023/5215 LAPTOP MT W/UNIVERSAL TOP PI UTILITY 32500 168 JOTTO DESK 425-S238 BRACE KIT $ 5400 169 HAVIS PKG-PSM-185 MDT MOUNT PACKAGE 2015+F150/FSDUTY(NO CRADLE OR DOCK) $ 29600 170 HAVIS PKG-PSM-109 MDT MOUNT PACKAGE EXPEDITION(NO CRADLE OR DOCK) $ 296.00 171 OSG GRAPHIC ON-SITE REFLECTIVE 2 COLOR $ 59500 172 MPH PYTHONFIK PYTHON IF DUAL ANTFNNA K-BAND 1,559.COD 173 KUSTOM SIGNAL RP-1 RAPTOR DUAL ANTENNA K-BAND $ 2,09600 Exhibit "A" 174 APPI IED CONCEPTS SDSL2KA STALKER DUAL SL KA-BAND $ 3,262.DO 175 WATCHGUARD 4RESTDGPSRV2 DIGITAL VIDEO SYSTEM $ 6,12500 176 WATCHGUARD 4RE-VISTA VISTA BODY CAMERA $ 1.455.00 177 MOBILE VISION FB3DVS 1.3 DIGITAL VIDEO $ 5,495.00 178 MOBILEVISION IRCAM2 ADDITIONAL CAMERA $ 427.50 179 DIGITAL ALLY DVM750 DIGITAL IN CAR VIDEO 5 5495D0 180 MARTEL 3330 DC6 DIGITAL IN CAR VIDEO W/ADDITIONAL REAR SEAT CAMERA a 3,995.00 181 LAIRD TES.386825 700-800 Mhz STUBBY $ 50.00 182 LARSEN TES.61596 800 Mhz 3D8 GAIN NMO $ 2390 183 LARSEN TES.43884 1S2-162 Mhz VHF 1/4 WAVE ANTENNA $ 1400 184 LARSEN TES.80715 144-174 Mhz VHF BOB GAIN ANTENNA $ 37.05 18S LARSEN TES453440 ANTENNA COAX NMO 0-6Ghz $ 30.40 186 911 CIRCUITS CH8.0 CH8 WIRING HARNESS BASIC 5 29900 187 911 CIRCUITS CH15.1 CH15.1 WITH TIMER WIRING HARNESS STANDARD i 74000 188 911 CIRCUITS CH15.0 CH15.0 WIRING HARNESS STANDARD S 62000 189 921 CIRCUITS CH27.1 CH27.1 WITH TIMER WIRING HARNESS ADVANCED 94000 190 911 CIRCUITS CH27.0 CH27.0 WIRING HARNESS ADVANCED > 820.00 191 WHELEN P465LC WHELEN LED P46 BULB $ 24900 192 UNITY 330PL-0002/189 UNITY SPOTLIGHT 2015,F150 $ 296.67 193 UNITY 330PL-0002/189 UNITY SPOTLIGHT F-SDUTY $ 296.67 BASIC PATROL PKG--LED OVERHEAD LIGHTBAR,SIREN/SPEAKER,4 CORNER LEDs,REAR ARROW, 194 SILSBEEFLEET TXPATROLl GRILL LEOS,REAR LIC PLATE LEDs,PRISONER PARTITION,CONSOLE,WIRING HARNESS $ 7.495.00 BASIC SLICKTOP PKG--LED INTERIOR LIGHTBAR,SIREN/SPEAKER,4 CORNER LEDs,REAR ARROW, 195 SILSBEEFLEET TXCHIEF] GRILL LEDS,REAR LIC PLATE LEDS,CONSOLE,WIRING HARNESS $ 6,695.00 196 UNITY 330PL-0002/189 UNITY SPOTLIGHT EXPEDITION NEW BODY $ 29667 197 TOMMY 60-104OTP38 1000#LIFT GATE FOR PICKUP TRUCK $ 3,59500 198 TOMMY 60-1342TP38 1300N LIFTGATE FOR PICKUP TRUCK $ 3,78D DO 199 TOMMY 60-1542TP38 15009 LIFTGATE FOR PICKUP TRUCK 5 3,945.0U 200 TOMMY 54-104OTP38 1000#LIFTGATE FOR SERVICE BODY $ 3,595.00 201 TOMMY 54-1342TP38 130D#LIFTGATE FOR SERVICE BODY 5 3,795.00 202 TOMMY 54-1642TP38 16000 LIFTGATE FOR SERVICE BODY $ 3 945.D0 203 TOMMY 91-13SOTP36 13000 LIFTGATE FOR FLATBED $ 3,905.00 204 TOMMY 91-165OTP36 16000 LIFTGATE FOR FLATBED i 3,975.00 205 TOMMY 89-20TP37 20009 RAILGATE FOR FLATBED/STAKE BODY1 4,895.00 206 EAGLE E38-60FV 1000H LIFTGATE FOR VAN $ 3,766,00 207 Z-TECH SBL6 SPRAY IN BEDLINER 6 5'BED 395.00 208 Z-TECH SBL8 SPRAY IN BEDLINER 8'BED i 4,15.00 209 COLONEL FSU99 DROP IN BEDLINER 8'BED 145.00 210 WEATHERGUARD 216-3 3 BAR VAN RACK 569.00 211 PARAMOUNT PRI OVERHEAD PICKUP RACK 845.00 212 RKi GRILL RKI WINDOW GRILL 49600 Exhibit "A" 213 RKI C63 STEEL CROSSOVER TOOLBOX 794.00 214 RKI C63A ALUMINUM CROSSOVER TOOLBOX S 995.00 215 RKI 61S 61"STEEL SIDE MOUNT TOOLBOX $ 535.00 216 RKI 615A 61"ALUMINUM SIDE MOUNT TOOLBOX $ 595.00 217 TRUCKERS REC RECEIVER TUBE AND HITCH S 395.00 218 TRUCKERS PIN 15-TON PINTLE HOOK HITCH W/2"BALL COMBO $ 565.00 219 TRUCKERS G5N IN BED 30KN TURN-A-BALL GOOSENECK HITCH W/2 516"BALL S 995.00 220 TRUCKERS EBC ELECTRIC BRAKE CONTROLLER 345.00 221 SETINA P94005 SEDAN ALUMINUM PUSH BUMPER $ 345.00 222 SETINA PB400VS SUV/TRUCK/VAN PUSH BUMPER S 345.00 223 SETI NA 43617 ADDITIONAL CATALOG SETINA ITEMS(95 DISCOUNT FROM RETAIL) $ 0.20 224 RANCH HAND F150/F-SOUTY RANCH HAND LEGEND REAR BMPR j 4S6 00 225 RANCH HAND RH-FBF1758LR RANCH HAND FRT END REPLACEMENT BUMPER W/WINCH MOUNT > 1.53100 226 BIG COUNTRY F-SERIES ALL BIG COUNTRY 3'ROUND BLACK $ 18999 227 BIG COUNTRY F-SERIES ALL BIG COUNTRY 4"OVAL BLACK 265.99 228 MOTOROLA CM-300 MOTOROLA 32 CH 45 WATT NON-DIGITAL RADIO } 59500 229 RKI LS680 LOW PROFILE SERVICE BODY FOR 56"CA SRW 5,940.D0 230 RKI L6080 LOW PROFILE SERVICE BODY FOR 60"CA SRW $ 6,420.00 231 RKI L56DW94 LOW PROFILE SERVICE BODY FOR 56"CA DRW C,926.D0 232 RKI L60DW94 LOW PROFILE SERVICE BODY FOR 60"CA DRW $ 7,469.00 233 RKI L84DW94 LOW PROFILE SERVICE BODY FOR 84"CA DRW S 8,/23.00 234 RKI S SERIES ADD FOR STANDARD HEIGHT RKI SERVICE BODIES S 306.00 235 RKI T SERIES ADD FOR TOP OPENING RKI SERVICE BODIES 1,150.00 236 TRUCKERS 515DE 2/3 YARD 9'DUMP BODY ELECTRIC/HYDRAULIC 7 TON CAPACITY $ 8,445.00 237 TRUCKERS 519DE 3/4 YARD 11'DUMP BODY ELECTRIC/HYDRAULIC 10 TON CAPACITY $ 9,710.00 238 TRUCKERS 5000SU DONOVAN ROLL COVER TOP CRANK $ 1,566 DO 239 TRUCKERS 50005U DONOVAN ROLL COVER GROUND CRANK $ 1,78900 240 TRUCKERS 1212/430 9X8 FLATBED DUMP 8-TON ELECTRIC/HYDRAULIC W/HEADBOARD $ E.8.18-00 241 TRUCKERS 1540/485 12XB FLATBED DUMP 12-TON ELECTRIC/HYDRAULIC W/HEADBOARD $ 8,772.00 242 TRUCKERS 1540/612 12XB FLATBED DUMP 18-TON PTO DIRECT W/HEADBOARD S 9,072 DO 243 TRUCKERS 1762/612 14X8 FLATBED DUMP 18-TON PTO DIRECT W/HEADBOARD 5 10.242 00 244 TRUCKERS 1977/612 16XS FLATBED DUMP 18-TON PTO DIRECT W/HEADBOARD 10,675.00 245 TRUCKERS 1212/430/324 9X8 STAKE BED DUMP 8-TON ELECTRIC/HYDRAULIC W/HEADBOARD $ 8,848.00 246 TRUCKERS IS40/485/380 12X8 STAKE BED DUMP 12-TON ELECTRIC/HYDRAULIC W/HEADBOARD 5 10,T72.00 247 TRUCKERS 1540/612/380 12XB STAKE BED DUMP 18-TON PTO DIRECT W/HEADBOARD $ 11.235 00 248 TRUCKERS 1762/612/417 14XB STAKE BED DUMP 18-TON PTO DIRECT W/HEADBOARD $ 12,646 00 249 TRUCKERS 1977/612/454 16XS STAKE BED DUMP 18-TON PTO DIRECT W/HEADBOARD 250 TRUCKERS 1212 9X8 FLATBED WOOD OR STEEL W/HEADBOARD $ 3,55800 251 TRUCKERS 1347 1OX8 FLATBED WOOD OR STEEL W/HEADBOARD $ 4,717.00 Exhibit "A" 252 TRUCKERS 1540 12XB FLATBED WOOD OR STEEL W/HEADBOARD $ 4,879.0 253 TRUCKERS 1762 14X8 FLATBED WOOD OR STEEL W/HEADBOARD $ 5,049.00 2S4 TRUCKERS 1977 16X8 FLATBED WOOD OR STEEL W/HEADBOARD $ 5,482.00 255 TRUCKERS 750 9'GOOSENECK BODY W/30K 2 5/16'GOOSNECK BALL $ 4,375.DO 256 TRUCKERS 875 Ll'GOOSENECK BODY W/30K 2 5/16'GOOSNECK BALL $ 4,G77.p0 257 TRUCKERS 1212/324 9X8 STAKE BED WOOD OR STEEL W/HEADBOARD 5 6,121.00 258 TRUCKERS 1347/360 IOX8 STAKE BED WOOD OR STEEL W/HEADBOARD $ 5,436.00 259 TRUCKERS 1540/380 12X8 STAKE BED WOOD OR STEEL W/HEADBOARD 6,E23.00 260 TRUCKERS 1762/417 14X8 STAKE BED WOOD OR STEEL W/HEADBOARD $ 7,452.00 261 TRUCKERS 1977/454 16X8 STAKE BED WOOD OR STEEL W/HEADBOARD $ 7,995.DO 262 TRUCKERS 750/243 9'GOOSENECK STAKE BODY W/30K 2 S/16'GOOSNECK BALL 4,875.00 263 TRUCKERS 875/243 11'GODSENECK STAKE BODY W/30K 2 5/16'GOOSNECK BALL 5,177.00 264 KOHLER IR-30 14HP AIR COMPRESSOR $ 3,434.00 265 RKI CRANE RKI CRANE REINFORCEMENT(UP TO 41(fl CRANE) $ 1,395.00 266 RKI MASTER MASTER LOCK SYSTEM FOR 56"AND 60"SERVICE BODIES $ 450.00 267 RKI MASTER84 MASTER LOCK SYSTEM FOR 84"SERVICE BODIES $ 495.DO 268 RKI LAD/BOW RKI PIPE BOW LADDER RACK j 429.DO 269 RKI LAD/SIDE RKI SIDE MOUNT ANGLE LADDER RACK W/ROLLER 595.00 270 RKI TELETOP56 RKI TELESCOPING TOP 56"CA SRW $ 1,269.00 271 RKI TELETOP60 RKI TELESCOPING TOP 60"CA DRW 5 1,445.00 272 RKI TELETOP84 RKI TELESCOPING TOP 84"CA DRW 1,165.00 273 RKI WG10 LOUVERED REAR WINDOW GRILL $ 525.DO 274 LIFTMOORE 32DOREL-11 32004 11'CRANE W/BOOM REST,JACKSTAND $ 9,121.00 275 LIFTMDORE 320CREL-15 3200H 15'CRANE W/BOOM REST,JACKSTAND L0,699.00 276 WARN 47801 M15000/1S000LB WARN WINCH $ 1,599.00 277 WARN 96820 VR-12 120004 STANDARD DUTY WINCH S i.299 00 278 WARN 96800 VR-8 BODOA STANDARD DUTY WINCH $ 899.00 279 WARN 37441 X09000i MULTI MOUNT WARN WINCH $ 1,11700 280 WARN 32966 REAR WIRING KIT FOR MULTI MOUNT S 201.00 281 SILSBEE LABOR INSTALLATION HOURLY RATE 70.00 282 SILSBEE SHOP INTERNAL HANDLING AND SHOP FEES 25000 283 SILSBEE DEL DELIVERY CHARGE PER MILE(MAY BE LESS BASED ON QUANTITY) j 1.75 284 ON SITE WRAP VINYL WRAPS PER DOOR/PANEL $ 30000 285 ON SITE WRAP VINYL WRAPS ROOF $ 400.00 286 JOTTO 42S-6500 JOTTO DESK CONSOLE 2015+FORD F-150 W/ARMREST CUPHOLDER&MIC CLIP 55000 287 JOTTO 425.6505 JOTTO DESK CONSOLE 2020+INTERCEPTOR UTILITY W/ARMREST CUPHOLDER&MIC CLIP 475 00 288 HAVIS C-VS-1509-INSE JHAVIS CONSOLE INTERCEPTOR SEDAN W/ARMREST CUPHOLDER&MIC CLIP 49800 289 HAVIS C-VS-1308-INUT HAVIS DESK CONSOLE INTERCEPTOR UTILITY W/ARMREST CUPHOLDER&MIC CLIP $ 49800 290 JOTTO 425-6011/425-6142 LOTTO 12" CONSOLE F-150 W/ARMREST CUPHOLDER AND MIC CLIP $ 43500 Exhibit "A" 291 LOTTO 425-6011/425-6133 JOTTO 12"CONSOLE F-SDUTY W/ARMREST CUPHOLDER AND MIC CLIP $ 435.00 292 SETINA GK10342U DUAL VERTICAL GUN RACK T-RAIL W/UNIVERSAL LOCKS $ 389.00 293 SETINA GK10271UHK SINGLE VERTICAL SHOTGUN RACK W/UNIVERSAL LOCK S 259.00 294 JOTTO 475-2010 DUAL VERTICAL GUN RACK PARTITION MOUNTED $ 395.OD 295 PRO-GARD S570ST15 2015+TAHOE PRISONER SEAT W/CARGO BARRIER $ L196.OD 296 PRO-GARD 547051JINT13 INT UTILITY SEAT W/CARGO BARRIER $ L196.00 297 SETINA QK063SITU20 2020+INT UTILITY SEAT W/CARGO BARRIER $ 99400 298 SETINA QK04911TU12 INT UTILITY FLOOR PAN $ 199.00 299 PRO-GARD B4705UINT13 UTILITY CARGO BARRIER S 430.00 300 SETINA PK01231TU1202ND 2020 UTILITY CARGO BARRIER $ 399.00 301 SETINA WK05141TUZO VERTICAL WNDW ARMOR 2020+ INT ULITITY $ 209.00 302 SETINA WK05141SU12 VERTICAL WNDW ARMOR INT UTILITY S 209.00 303 SETINA DKOIOOITU20 MOLDED DOOR PANEL 2020+INT UTILITY S 235.00 304 SETINA DKO1001TU12 MOLDED DOOR PANEL INT UTILITY $ 235.00 305 PROGUARD W857T35 VERTICAL WNDW ARMOR 2015+TAHOE PPV $ 220.00 306 PROGUARD WB47UINT13 VERTICAL WNDW ARMOR INT UTIUTY $ 220.00 307 PROGUARD DP57T15 FLAT ADS DOOR PANE L2015+TAHOE PPV $ 128.00 308 PROGUARD DP47UINT13 FLAT ADS DOOR PANEL INT UTILITY $ 128.00 309 OPS OP-FIU-20-4D-24-DY OPS 2 DRAWERALUMINUM EQUIPMENT CABINET W/MOUNTING PLATFORM $ L995.00 310 RAYALLEN EZ1-T2015 RAY ALLEN K9 INSERT FOR 2015+CHEVY TAHOE $ Z,199.99 311 RAY ALLEN EZS-INSUV RAY ALLEN K9INSERT FOR FORD INTERCEPTOR UTILITY S L949,88 312 RAY ALLEN F3 RAY ALLEN TACTICAL K9,DEPLOYMENT AND HEAT ALARM SYSTEM W/PAGER $ 1,D95.00 313 DEERSKIN ACCM6 6 COMPARTMENT ANIMAL CONTROL UNIT CHASSIS MOUNT $ 12,103.00 314 DEERSKIN CAT12 12 CAGE CUSTOM ADOPTION TRAILER ANIMAL CONTROL UNIT $ 34,995.00 315 BOWIE C-100 Custom Fiberglass Coaches Animal Control Unit-6 compartment w/rear storage $ 10,500.00 316 BOWIE C-100-NS Custom Fiberglass Coaches Animal Control Unit-6 compartment-no storage $ 10,250.00 317 BOWIE PRO6W6 Custom Fiberglass Coaches Animal Control Unit-6 compartment-no storage $ 11,500.00 318 BOWIE PRO 6WS7 Custom Fiberglass Coaches Animal Control Unit-6 compartment w/rear storage S 11,700.00 319 BOWIE PRO 6WD7 Custom Fiberglass Coaches Animal Control Unit-6 compartment w/quarantine 5 11,700.00 320 BOWIE PRO 8W8 Custom Fiberglass Coaches Animal Control Unit-8 compartment-no storage 5 12,500.00 321 BOWIE PRO 8WS9 Custom Fiberglass Coaches Animal Control Unit-8 compartment w/rear storage 5 12,800.00 322 BOWIE PRO BWS11 Custom Fiberglass Coaches Animal Control Unit-10 compartment w/rear storage $ 13,400.00 323 BOWIE PRO 8WD9 Custom Fiberglass Coaches Animal Control Unit-8 compartment w/quarantine S 12,800.00 324 BOWIE Int-Door-6 Heavy Duty Interior Safety Door-Powdercoated Black(Set of 6) $ $70.00 325 BOWIE Int-Door-8 Heavy Duty Interior Safety Door-Powdercoated Black(Set of 8) 5 1,160.00 326 BOWIE Int-Door-STNLS-6 Stainless Steel Heavy Duty Safety Door(Set of 6) $ 1,140.00 327 BOWIE Int-Door-STNLS-8 Stainless Steel Heavy Duty Safety Door(Set of 8) $ 1,520.00 328 BOWIE AC-Only Air Conditioning-18,000 BTU cooling w/temp monitoring in cab $ 1,800.00 329 BOWIE AC-Heat A/C&Heating-14,000 BTU cool-12,000 BTU Heat w temp monitoring in cab $ 2,150.00 Exhibit "A" 330 BOWIE AC-Only-HC High Capacity A/C-up to 28,000 BTU cooling w/temp monitoring in cab $ 2,20MOD 331 BOWIE AC-Heat-HC High Capacity A/C&Heat-29.000 BTU cool-36.000 BTU Heat w/temp monitor S 2,450.00 332 BOWIE UltraCool UltraCool Extreme Termperature A/C&Heating w/auxiliary compressor $ 3,850.00 333 BOWIE BSAV-Hoist Hoist BackSaver with Large Cage-front passenger compartment $ 3,295.00 334 BOWIE P-Ramp Pull Out Fold Down Ramp-front passenger side(C-100 model only) 5 395.00 335 BOWIE Scene Light Clear Scene Light-1 Left-1 Right-1 Rear(3 total) $ 240.00 336 BOWIE Amber Strobe LED 3"x 5"Surface Mount Amber Strobe-rear $ 160.00 337 BOWIE Mini Strobe LED Mini 4 Diode Warning Strobe-surface or grill mount $ 160.00 338 BOWIE Tadvisor Traffic Advisor LED with 8 Amber Lightheads and digital controller in cab $ 625.00 339 BOWIE Beacon LED Rooftop Beacon-Amber $ 185.00 340 BOWIE GoLight GoLight Spotlight with dash and handheld remote $ 350.00 341 BOWIE BSMirror Rear Blind Spot Mirror $ 125.00 342 BOWIE Cpole Catch Pole Holder-tube style with locking access door $ 225.00 343 BOWIE Rvison Rear Vision Camera with 5.6"flat screen color monitor $ 47S.D0 344 SUPREME SVA12085096 Alum.Van Body,length 12',height 85",width 96" $ 8,408.00 345 SUPREME SVA14085096 Alum.Van Body,length 14',height 85",width 96" 5 8,871.DO 346 SUPREME SVA14085096F 3/8"FRP exterior wall in lieu of alum.,no liner $ 600.00 347 SUPREME SVG 12085096 Insulated Alum.Van Body,length 12',height 85",width 96" $ IL298.00 348 SUPREME SVG 14085096 Insulated Alum.Van Body,length 14',height 85",width 96" $ 14,535.00 349 MOBILITY WORKS TX138 WHEELCHAIR ACCESSIBLE VAN 7 AMBULATORY,2 WHEELCHAIRS,REAR ACCESS 5 1L664.D0 350 MOBILITY WORKS TX137 WHEELCHAIR ACCESSIBLE VAN BAMBULATORY,I WHEELCHAIRS,REAR ACCESS $ 13.370.00 351 Al TINT 2DR WINDOWTINT $ 139.00 352 ASTINT 4DR WINDOWTINT $ 169.00 353 Al TINT SUV WINDOWTINT $ 249.00 354 Al TINT VAN WINDOWTINT $ 349.00 355 FORD PROTECT PLANS EXTENDED SERVICE PLANS RETAIL CATALOG(%DISCOUNT FROM RETAIL) $ 10.00 356 BAF 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 $ 11,520-25 358 BAF 781 CNG GGE 10,ECONOLINE BIFUEL,UNDERBODY TANKS 5 11.5I0.25 359 BAF 782 CNG GGE 20,ECONOLINE DEDICATED,UNDERBODY TANKS $ 13,042.75 360 BAF 783 CNG GGE 15,TRANSIT CONNECT DEDICATED,BEHIND BENCH TANKS $ 10,909.75 361 BAF 785 CNG GGE 20,F250 F350 DEDICATED,UNDERBODY TANKS $ 12,332 25 362 BAF 786 CNG GGE 10,F250 F350 DEDICATED,UNDERBODY TANKS $ 1L114.25 363 BAF 787 CNG GGE 21,F250 F350 BIFUEL,IN BED TANKS $ 11,D12.75 364 VERSALIFT SWITCH-N-GO SWITCH AND GO HOIST $ 29.856.00 365 VERSALIFT TEL-29 29'AERIAL $ 35,897,00 366 VERSALIFT SST-37 37 AERIAL S 49,960.00 367 DAVIS 2/3 YARD DUMP 2/3 YARD 10'DUMP BODY 5 11,750.00 368 DAVIS 3/4 YARD DUMP 3/4 YARD 10'DUMP BODY $ 12,300.D0 Exhibit "A" 369 DAVIS 4/5 YARD 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 5 14,370.00 371 DAVIS 8/10 YARD DUMP 8/10 YARD 10'DUMP BODY CLASS 70 PTO DRIVEN $ 14,475.00 372 DAVIS 5/6 YARD DUMP 5/6 YARD 10'DUMP BODY CLASS 70 PTO DRIVEN $ 14,450.00 RKI BY 373 GENERAL BODY WG15 RAWSON KOENIG LOUVERED WHITE HEADACHE RACK $ 458.30 RKI BY 374 GENERAL BODY C63 RAWSON KOENIG WHITE STEEL SINGLE LID CROSS BODY TOOL BOX j 735.05 RKI BY 375 GENERAL BODY C63A RAW50N KOENIG ALUMINUM SINGLE LID CROSS BODY TOOL BOX j 818.04 376 GENERAL BODY BED LINER SPRAY IN BED LINER,SPECIFY UNDER OR OVER RAIL $ 444.59 377 GENERAL BODY GG1 RANCH HAND STYLE GRILL GUARD $ 68299 WHELEN BY 378 GENERAL BODY ABUA97 WHELEN 97DB BACK UP ALARM j 98.40 WHELEN BY 379 GENERAL BODY 2012 WHELEN 2012 ROOF TOP AMBER STROBE 433.92 WHELEN BY 380 GENERAL BODY FL2AAAA WHELEN FL2AAAA LED AMBER LIGHT BAR $ 2.543,04 WHELEN BY WHELEN FL2AAAA LED AMBER LIGHT BAR W/SIX LAMP LED TRAFFIC ADVISOR,CONTROL HEAD& 381 GENERAL BODY FL2AAAAW/ADVISOR SWITCHES 3.388-66 UNITY BY GENERAL 382 BODY 325 SPOT LIGHT UNITY/PER SIDE $ 462 37 TEKONSHA BY 383 GENERAL BODY 9035 TEKONSHA ELECTRONIC BRAKE CONTROL j 235.93 BUYERS BY 384 GENERAL BODY BUYERS BUYERS RECEIVER HITCH CLA55 V 5 462.37 BUYERS BY 385 GENERAL BODY B6 BUYERS 6-WAY TRAILER PLUG $ 93.66 BUYERS BY 386 GENERAL BODY B7 BUYERS 7-WAY TRAILER PLUG 10552 ECCO BY GENERAL 387 BODY 6011CC ECCO 4 CORNER LED STROBE LIGHTS $ 93660 FIL-RITE BY 388 GENERAL BODY FR1210CA Diesel Fuel Transfer Pump,Fil-Rite model FR1210CA w/105 gallon L-shaped tank. $ 1,523.45 TOM MYGATE BY 389 GENERAL BODY 60-1040 TP27 TOMMYGATE 60-1040 TP27 LIFTGATE 1000LB CAPACITY W/58"X27"PLATFORM $ 3,720,00 TOMMYGATE BY 390 GENERAL BODY 60-1040 TP38 TOMMYGATE 60.1040 TP38 LIFTGATE 10DOLS CAPACITY W/2PC 58"X38"PLATFORM 3.903.00 TOMMYGATE BY 391 GENERAL BODY G2-60-1342 TP27 TOMMYGATE G2-60-1342 TP27 LIFTGATE 13001-8.CAPACITY W/58"X27"PLATFORM $ 4,025.00 TOM MYGATE BY 392 GENERAL BODY G2-60.1342 TP38 TOMMYGATE G2-60-1342 TP38 LIFTGATE 1300LB.CAPACITY W/2PC 58°X38"PLATFORM $ 4,200 00 PRO MAX BY 393 GENERAL BODY PRO MAX PER APPLICATION CAB LENGTH BLACK TUBULAR NERF BARS ANY CAB $ 349.74 KNAPHEIDE BY 394 GENERAL BODY 680) SRW 40"CA Knapheide 68018ft Service body,3 compts.Both sides $ 6,099.74 KNAPHEIDE BY 5RW 40"CA Knapheide 680FJ 8ft Service body,3 compts both sides+top opening compts both 395 GENERAL BODY 680FJ sides $ 6,744.69 70MMYGATE BY 396 GENERAL BODY 54-1040 TP TOMMYGATE 54-1040 TP LIFTGATE 10001-6.CAPACITY W/52"X27"PLATFORM 3 995.00 TOM MYGATE BY 397 GENERAL BODY 54-104OF11 TP TOMMYGATE 54-1040 Ell TP LIFTGATE 1000LB. CAPACITY W/2PC 52"X38"PLATFORM 5 -1.175,00 TOM MYGATE BY 398 GENERAL BODY G2-54-1342 TP27 TOMMYGATE G2-54-1342 TP27 LIFTGATE 1300LB CAPACITY W/52"X27"PLATFORM ,t,L10.DO TOMMYGATE BY 399 GENERAL BODY G2-54-1342 TP38 TOMMYGATE G2-54-1342 TP38 LIFTGATE 1300LB CAPACITY W/2PC 52"X38"PLATFORM 4,150.00 400 GENERAL BODY BBP9R Bumper to Bumper Pipe Rack 8ft&9ft Utility Body Reg Cab $ 2.537 11 RKI BY GENERAL 401 BODY L5680 SRW 56"CA RKI L5680 8ft Service body,3 compts Both sides $ 6,306.03 RKI BY GENERAL 402 BODY T5680 SRW 56"CA RKI T56808ft Service body,3 compts bath sides+top opening compts both sides 7,27820 KNAPHEIDE BY 403 GENERAL BODY 6961 SRW 56"CA Knapheide 696J 8ft Service body,3 compts Both sides 5.921.91 KNAPHEIDE BY 5RW 56"CA Knapheide 696FJ 8ft Service body,3 compts both sides+top opening compts both 404 GENERAL BODY 696FJ sides $ 6,514.69 KNAPHEIDE BY 405 GENERAL BODY PLUS 50 add thru compt w/drawers for the 696J body 3,070.11 KNAPHEIDE BY 406 GENERAL BODY PLUS 50 add thru compt w/drawers for the 696FJ body $ 2.430.41 KNAPHEIDE BY 407 GENERAL BODY 25123498 48"SHOVEL BOX PAINTED AND INSTALLED $ 828 71 Exhibit "A" KNAPHEIDE BY 408 GENERAL BODY 25123506 60"SHOVEL BOX PAINTED AND INSTALLED 959 54 KNAPHEIDE BY 409 GENERAL BODY 25105966 72"SHOVEL BOX PAINTED AND INSTALLED $ 887.99 410 GENERAL BODY GBSHOLDER SHOVEL POLE HOLDER MOUNTED 118.56 411 GENERAL BODY BBP9C Bumper to Bumper Pipe Rack Eft&9ft Utility Body Ext/Crew Cab 5 2,76830 412 GENERAL BODY GBF68 General Body 8ft x 80"Steel Tread Plate Flat Bed Body 5 2.661.53 413 GENERAL BODY GBFB85TK General Body 8ft x 80"Steel Tread Plate Floor Stake Bed Body with 40"metal stake sides. $ 3,811 60 414 GENERAL BODY TOPSIDE 72 TOP SIDE ON THE DECK BOX 16 5"X12.5"X 72"STEEL $ 818.D4 415 GENERAL BODY TOPSIDE 78 TOP SIDE ON THE DECK BOX 16.5"X12.5"X 78"STEEL 965.46 416 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 5"X12.5"X 96"STEEL 5 91891 418 GENERAL BODY TOPSIDE 72A TOP SIDE ON THE DECK BOX 16 5"X12 5"X 72"ALUMINUM $ 90103 419 GENERAL BODY TOPSIDE 90A TOP SIDE ON THE DECK BOX 165"X12 5'X 90"ALUMINUM $ 93067 420 GENERAL BODY TOPSIDE 96A TOP SIDE ON THE DECK BOX 16.5"X12.5"X 96"ALUMINUM $ 942.53 RKI BY GENERAL 421 BODY L8080 SRW 60"CA RKI L6080 9ft Service body,3 compts.Both sides 6.74588 RKI BY GENERAL 422 BODY T6080 SRW 60"CA RKI T6080 9ft Service body,3 compts both sides r top opening compts both sides S 1.925.52 KNAPHEIDE BY 423 GENERAL BODY 6109J SRW 60"CA Knapheide 6108J 9ft Service body,3 compts.Both sides $ 6,396.13 KNAPHEIDE BY 'SRW 60"CA Knapheide 6108FJ 911 Service body,3 compts both sides+top opening compts both 424 GENERAL BODY 6108FJ sides 5 7,107 17 KNAPHEIDE BY 425 GENERAL BODY TELETOP add for teletop cargo area cover $ 1.71907 KNAPHEIDE BY 426 GENERAL BODY PLUS 50 add thru compt w/drawers for the 61ORJ body 5 3,426.29 KNAPHEIDE BY 427 GENERAL BODY PLUS 50 add thru comptw/drawers for the 6108FJ body 5 2,78608 428 GENERAL BODY PNTCOMP Paint Inside Service Body Compartments 5 989 1E 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 5 740.98 ECCO BY GENERAL 431 BODY TXDOT STROBE ECCO 4 CORNER LED STROBE W/DOT OVAL AMBER REAR 5 1.055,15 TOMMYGATE BY 432 GENERAL BODY 91-1050 TP42 TOMMYGATE 91-1050 TP42 LIFTGATE 1000LS.CAPACITY 87"x42"PLATFORM $ 3,544 8S TOMMYGATE BY 433 GENERAL BODY G2-92-1350 TP41 TOMMYGATE G2-92-1350 TP41 LIFTGATE 1300LB.CAPACITY 87"02"PLATFORM 5 3,995.36 434 GENERAL BODY BBP9R Bumper to Bumper Pipe Rack Eft Flat Bed Reg Cab S 2,500 36 435 GENERAL BODY BBI Bumper to Bumper Pipe Rack Bft Flat Bed Crew Cab 5 2,726.80 436 GENERAL BODY INV1.6 1600 watt HD inverter w/1 aux battery and box $ 2,679 38 437 GENERAL BODY INV3K 3000 watt HD inverter w/2 aux batteries and boxes S 3,301 80 438 GENERALBODY LEDLITE LED light upgrade $ 17784 439 GENERAL BODY WRKLIT4E 2 work lights on head rack S 369,90 440 GENERAL BODY RGP Rear Goal Post w/Front Storage Pockets 62242 441 GENERAL BODY TPHB tapered headboard in lieu of square headboard $ 231.19 RKI BY GENERAL 442 BODY L56DW94 DRW 56"CA RKI L56DW94 9ft Service body,3 compts.Both sides 6,75180 RKI BY GENERAL 443 BODY T56DW94 DRW 56'CA RKI TS15DW94 9ft Service body,3 compts both sides+top opening compts both sides $ 8,577 58 KNAPHEIDE BY 444 GENERAL BODY 696D54J DRW 56"CA Knapheide 696D54J 91`1 Service body,3 compts.Bath sides $ 7,332 73 KNAPHEIDE BY DRW 56"CA Knapheide 696D54F1 9ft Service body,3 compts both sides+top opening compts 445 GENERAL BODY 696D54FJ both sides i.9i7 32 KNAPHEIDE BY 446 GENERAL BODY PLUS 50 add thru comps w/drawers for the 696D54J body Exhibit "A" KNAPHEIDE BY 447 GENERAL BODY PLUS 50 add thru compt w/drawe, for the 696DS4F1 body S 2,537.11 KNAPHEIDE BY 448 GENERAL BODY OHLR add for OH ladder rack $ 1,SO4 48 KNAPHEIDE BY 449 GENERAL BODY MLS add for compartment masterlocks 473.04 Knapheid by 450 General Body RFCGB Raised Front Compartment w/gas bottle rack 1.765 31 451 GENERAL BODY CRK CRANE REINFORCEMENT ADDED TO SERVICE BODY UP TO 4K CRANE S 1.69418 452 GENERAL BODY GBOUT3K DUAL OUTRIGGERS FOR USE WITH 3200LB CRANES $ 1.836.44 453 GENERAL BODY GBOUT4K DUAL OUTRIGGERS FOR USE WITH 4000LB CRANES $ 2.123 C9 E.H.WACHS BY 454 GENERAL BODY TM/7MN WACHS WATER VALVE TURNING MACHINE INSTALLED REQUIRES CHASSIS PTO OPTION $ 26,183.25 455 GENERAL BODY RPLBUMP Front Replacement Bumper with Wrap Around Grill Guard S 2,1103.61 WARN BY GENERAL 456 BODY TRANS II Transformer II Winch Mount Grill Guard w/Brush Guard,black 5 2.003-61 WARN BY GENERAL Warn 10,D00 lb.Electric Winch w/Roller Flair Lead. Requires either TRANS II Grill Guard or 457 BODY WR10K RPLBUMP Replacement bumper for mounting of winch 5 1,529.38 WARN BY GENERAL Warn 12,000 lb.Electric Winch w/Roller Flair Lead. Requires either TRANS II Grill Guard or 458 BODY WR12K RPLBUMP Replacement bumper for mounting of winch $ 1,754.64 COMP AIR SYS BY 459 GENERAL BODY ACHD13 Air Compressor Honda 13HP Gas,Elect.Start $ 2,544 6S COMP AIR SYS BY 460 GENERAL BODY CIIOGED34HC Air Compressor Diesel Engine,Elect Start $ 6,982.99 VMAC BY GENERAL 461 BODY VR70 70 CFM Vehicle Engine Driven Screw Compresor 5 14,E3s.81 462 GENERAL BODY AIR REEL Air Reel 1/2"x50'Retractable Air Hose Reel W/Plumbing 5 769.43 463 GENERAL BODY AT 250 Miller NT 250,230 Amp Electric Welder/Generator w/Leads,Stinger,Clamp 5 E,982.99 AUTO CRANE BY Auto Crane 3203-PRX 32DOlb.Full Power Crane W/Body Reinforcment,jack leg,boom support, 464 GENERAL BODY 3203-PRX spring work on crane side to level chassis 15,870 00 AUTO CRANE BY Auto Crane 4004EH 40001b.Full Power Crane W/Body Reinforcment,dual outriggers,boom 465 GENERAL BODY 4004EH support,spring work on crane side to level chassis $ 19.544.07 MECHANICS HEAVY DUTY 11FT CRANE RATED SERVICE BODY WITH 32DOLB CAPACITY ELECTRIC OVER 466 SERVICE TRUCK WITII 3K CRANE HYDRAULIC CRANE,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUM 10,200 GVWR $ 30,575.77 MECHANICS HEAVY DUTY 11FT CRANE RATED SERVICE BODY WITH 4DOOLB CAPACITY ELECTRIC OVER 467 SERVICE TRUCK WITH 4K CRANE HYDRAULIC CRANE,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUM 10,200 GVWR $ 32,447.78 MECHANICS HEAVY DUTY 11FT CRANE RATED SERVICE BODY WITH SOOOLB CAPACITY ELECTRIC OVER 468 SERVICE TRUCK WITH 5K CRANE HYDRAULIC CRANE,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUM 15,000 GVWR 41,813 76 MECHANICS HEAVY DUTY 11FT CRANE RATED SERVICE BODY WfTH 6000LB CAPACITY ELECTRIC OVER 469 SERVICE TRUCK WITH 6K CRANE HYDRAULIC CRANE,DUAL MANUAL OUTRIGGERS.REQUIRES MINIMUM 18,O00 GVWR 46.793,14 470 TRANSIT WORKS TW0001 Additional Wheelchair Location $I,175 30 471 TRANSIT WORKS TW0002 Freedman two(2)Passenger Fold-Away wheel well 3PT GOES Seat 51,167 25 472 TRANSIT WORKS TW0003 Galvaneal steel short step(Driver or Passenger) $197 80 473 TRANSIT WORKS TW0004 Galvaneal steel full passenger step S394.45 474 TRANSIT WORKS TW0005 Power Sliding Cargo Door $2,750.00 475 TRANSIT WORKS TW0006 Stanchion Poles Side Cargo Doors-"B"Pillar $215 05 476 TRANSIT WORKS TW0007 Complete Safety Kit-51b Fire Extinguisher,16 Unit First Aid Kit&Triangle Reflector Kit $149.50 477 TRANSIT WORKS TW0008 Body spill kit in Plastic Storaee $46.00 478 TRANSIT WORKS 7W0009 Roof Hatch $807 30 479 TRANSIT WORKS TW0010 Full Wood Floor with Altro Floor Covering 51,380.00 480 TRANSIT WORKS I WO011 Aftermarket Seat(Per Seat Position) $736.00 491 TRANSIT WORKS 7W0012 Upgrade to Smartfloor Flexible Seating System(No seats Included) 57.903 75 482 TRANSIT WORKS 7W0013 Additional Smartfloor Seats 573600 483 TRANSIT WORKS TW0084 Upgrade ADA Section of Smartfloor(Rear Lift) $2,053.90 484 TRANSIT WORKS TW0027 Back-up alarm 8625 485 TRANSIT WORKS TW0028 Basic safety kit(Sq fire extinguisher,first aid kit,web cutter) 112 70 Exhibit "A" 486 TRANSIT WORKS TW0029 Complete safety kit f5»fire extinguisher,first aid kit,web cutter,triangle reflector kit) 141.45 487 TRANSIT WORKS TW0030 Complete safety kit plus flares(511 fire extinguisher.first aid kit.web cutter.triangle reflector kit,fl 181.70 488 TRANSIT WORKS TW0031 Body spill kit(stowed) 14.38 499 TRANSIT WORKS TWD032 Single oxygen tank holder-holds D&E size cylinders only 2D4.70 490 TRANSIT WORKS TW0033 Substituting Electric securement system in an already completed vehicle 650.90 491 TRANSIT WORKS TWO034 Unoccupied Wheelchair Holder(Mounted driver side in place of 60%of bench seat) 575.00 492 TRANSIT WORKS TW0035 'Back-up Camera 632.50 493 TRANSIT WORKS TW0036 Flex-Flat ramp upgrade(Eliminates 3rd Row 2 Passenger Flip) 632.50 494 TRANSIT WORKS TW0037 3rd row 2 passenger Flip seat(not available with Flex-Flat ramp) 1,14425 495 TRANSIT WORKS TW0038 Q-5tramt Electric securement system in place of Sure-Lok retractable system 454.25 496 TRANSIT WORKS TW0046 Window Tint 230.00 497 TRANSIT WORKS TW0047 ADA Interlock 373.75 498 TRANSIT WORKS TW0050 2nd row 3 passenger bench seat(only available with 2nd row stow-n-go factory seating) 1,035.00 499 TRANSIT WORKS TW0051 Steel footplate 25875 500 TRANSIT WORKS TWD081 Freight Flat Bed Truck(Per Mile from Kansas City,K5) $1.38 501 TRANSIT WORKS TW0083 freight Ford Low Roof Ship Thru(Subject to Ford Delivery Schedule) $166.75 502 TRANSIT WORKS 7W0082 Freight Flat Bed Truck(Per Mile from Akron,OH) 51.39 503 TRANSIT WORKS TW0080 Freight Ford Ship Thru(Subject to Ford Delivery Schedule) $143.75 504 TRANSIT WORKS TW0090 Lowered floor rear-ramp mobility conversion to include manual rear ramp,1 or 2 wheelchair posit $13,789.50 505 TRANSIT WORKS TW0102 Ford Transit Connect Wagon 534.662.50 506 TRANSIT WORKS TW0112 Regular Length LOW Roof $13,512.50 507 TRANSIT WORKS TW0113 Extended Length HIGH Roof $11.011.25 508 TRANSIT WORKS TW0114 Freedman one(1)passenger forward-facing 3PT seat w/three-point lap/shoulder belts $607.20 509 TRANSIT WORKS 7W0116 Freedman CHAIRMAN one(1)passenger forward-facing,3PT seat w/three-point $759.00 510 TRANSIT WORKS TW0119 Freedman CEO one(1)passenger forward-facing 3PT seat w/three-point lap/shoulder $764.75 511 TRANSIT WORKS TVW128 Freedman two 12)passenger forward facing3PT seat w/three-point lap/shoulder belts $398.15 512 TRANSIT WORKS TW0130 Freedman CHAIRMAN one(1)passenger forward-facing 3PT seat w/three-point $601.45 513 TRANSIT WORKS TW0132 Freedman CEO one(1)passenger forward-facing 3PT seat w/three-point lap/shoulder belts- $607.20 514 TRANSIT WORKS TW0134 Armrest(indicate left or right) $40.25 515 TRANSIT WORKS TW0135 CRS Bracket-single (must order 3 if van has 10 or more seats+driver) $36-80 516 TRANSIT WORKS TW0136 Level 3 fabric upgrade-per passenger-SPECIFY COLOR WHEN ORDERING; $17.25 517 TRANSIT WORKS TW0137 Level 3.5 fabric upgrade-per passenger-SPECIFY COLOR WHEN ORDERING: $40.25 519 TRANSIT WORKS TW0138 Level 4 fabric upgrade-per passenger-SPECIFY COLOR WHEN ORDERING; $40.25 519 TRANSIT WORKS TWo139 Level 5 fabric upgrade-per passenger-SPECIFY COLOR WHEN ORDERING; 551 75 520 TRANSIT WORKS TW0140 Level 6 fabric upgrade-per passenger-SPECIFY COLOR WHEN ORDERING: 557.50 521 TRANSIT WORKS TW0141 LONCOIN Floor covering,in BLACK-regular length van $152.95 522 TRANSIT WORKS TWo142 LONCOIN floor covering,in BLACK-extended length van $179 40 523 TRANSIT WORKS TWO 143 Add insulation 5442.75 524 TRANSIT WORKS TW0144 E2(150C)Window tint-INDICATE PRIVACY GLASS OR QUANTUM REFLECTIVE $419 75 Exhibit "A" 525 TRANSIT WORKS TWO145 E4(2500)Window tint-INDICATE PRIVACY GLASS OR QUANTUM REFLECTIVE 526 TRANSIT WORKS TWO146 Braun Century series C9191B automatic ADA lift.34"x 51"platform.900lb.Capacity, $4,628.75 527 TRANSIT WORKS TWO147 ADA interlock,spot lights on lift,FMVSS 403&404 compliant-SIDE LIFT $0.00 528 TRANSIT WORKS 7WO149 ADA interlock,spot lights on lift,FMVSS 403&404 compliant-REAR LIFT S0.00 529 TRANSITWORKS TWO150 Dash-mounted display for interlock functions $97,75 530 TRANSIT WORKS TWO151 MANUAL(LEVEL 1)-4-point ratchet-style wheelchair tiedown system,with manual lap $195.50 531 TRANSIT WORKS T O152 &shoulder restraints 0 532 TRANSIT WORKS TWO153 RETRACTABLE(LEVEL 2)-4-point retractable wheelchair tiedown system,with manual S377.20 533 TRANSIT WORKS TWO155 DELUXE(LEVEL 3)- 4-point retractable wheelchair tiedown system,with retractable $492.20 534 TRANSIT WORKS TWO156 lap&shoulder restraints $0.00 535 TRANSIT WORKS 7WO157 Wall-mounted tiedown storage container S63.25 536 TRANSIT WORKS 7WO158 Two 12)wall-mounted lengths of L-track,driver side&pass side,for future wheelchair $365J0 537 TRANSIT WORKS TWO159 shoulder mounts S0.00 538 TRANSIT WORK5 TWO160 Straight stanchion pole $212.75 539 TRANSIT WORKS TWO161 Entry assist grab handle at ambulatory entrance $172.50 540 TRANSIT WORKS TWO169 Ferno 175-3 cot mount Installed 5891 25 541 TRANSIT WORKS TW0170 Stryker 6370 cot mount Installed S1.017.75 542 TRANSIT WORKS TWO177 Red/white reflective tape on inside of door iambs $115 00 543 TRANSIT WORKS 7WO178 SmartFloor rubber strip rail inserts,installed $23000 544 TRANSIT WORKS TWO179 Seal floor to walls $126.50 545 TRANSIT WORKS TW0180 RAM 50.00 546 TRANSIT WORKS TWO181 PARATRANSIT PACKAGE A $14,816.60 547 TRANSIT WORKS TWO182 —Al 3P Bench Floor Upgrade $224.Z5 548 TRANSIT WORKS TWO183 --A2 GO-Seat Upgrade 5101 20 549 TRANSIT WORKS TW0184 --A3 2P Fold Away Seat Upgrade -$172.50 550 I TRANSIT WORKS TWO185 PARATRANSIT PACKAGE B S14,S16.60 551 TRANSIT WORKS TWO186 --Ell 3P Bench Floor Upgrade 522-1,25 552 TRANSIT WORKS TW0187 --R2 GO-Seat Upgrade $101.20 553 TRANSIT WORKS TW0188 --93 2P Fold-Away Seat Upgrade -$172.50 554 TRANSIT WORKS TWO189 --B4 Four Wheelchairs Floor Upgrade t-14..1 6 555 TRANSIT WORKS TW0190 PARATRANSIT PACKAGE R $10,712 25 556 TRANSIT WORKS TWO191 --Rl 13)Rear Smart Seats Upgrade S172.50 557 TRANSIT WORKS TWO192 TRANSPORTER PACKAGE C $9,148-25 558 TRANSIT WORKS TWO193 --Cl GO-Seat Upgrade $101 20 559 TRANSIT WORKS TWO194 --C2 4P Bench Floor Upgrade 5262-20 S60 TRANSIT WORKS TWO195 PARATRANSIT PACKAGE D $15,352 50 561 TRANSIT WORKS 7WO196 --Dl 3P Bench Floor upgrade 5224.75 562 TRANSIT WORKS TWO197 --D2 GD-Seat Upgrade 5101.20 563 TRANSIT WORKS TWO198 —03 2P Fold-Away Seal Upgrade -$172.50 Exhibit "A" 564 TRANSIT WORKS TWO199 PARATRANSIT PACKAGE E $15,582.50 565 TRANSIT WORKS TWO200 --El 3P Bench Floor Upgrade $224 25 566 TRANSIT WORKS TW0201 --E2 GO-Seat Upgrade 5101.20 567 TRANSIT WORKS TW0202 --E3 2P Fold-Away Seat Upgrade -5172.50 568 TRANSIT WORKS TW0203 --E4 Four Wheelchairs Floor Upgrade $442.75 569 TRANSIT WORKS TWO204 PARATRANSIT PACKAGE S $10,712.25 570 TRANSIT WORKS TW0205 --51!3)Rear Smart Seats Upgrade $172 50 571 TRANSIT WORKS TW0206 TRANSPORTER PACKAGE F $9,58295 572 TRANSIT WORKS TWO207 --F1 GO-Seat Upgrade $101 20 573 TRANSIT WORKS TW0208 --F2 4P Bench Floor Upgrade 5262.20 574 TRANSIT WORKS TWO209 PARATRANSIT PACKAGE G $15,953.95 575 TRANSIT WORKS TWO210 --G1 3P Bench Floor Upgrade $224.25 576 TRANSIT WORKS TWO211 --G2 GO-Seat Upgrade $101.20 577 TRANSIT WORKS TW0212 --G3 2P Fold-Away Seat Upgrade •S172 50 578 TRANSIT WORKS TW0213 PARATRANSIT PACKAGE H $15,953.95 579 TRANSIT WORKS TWO214 --HS 3P Bench Floor Upgrade $224.25 580 TRANSIT WORKS TW0215 --H2 GO-Seat Upgrade $101.20 581 TRANSIT WORKS TWO216 --H3 2P Fold-Away Seat Upgrade --5172.50 582 TRANSIT WORKS TW0217 --H4 Four Wheelchairs Floor Upgrade $442,75 583 TRANSIT WORKS TWO218 TRANSPORTER PACKAGE 1 $9,888.85 584 TRANSIT WORKS TWO219 --11 GO-Seat Upgrade 585 TRANSIT WORKS TW022O 12 4P Bench Floor Upgrade 5262.20 #REF! VERSALIFT VST47 SERVICED BODY W/47 AERIAL $94,678.00 #REF! VERSALIFT VST40 SERVICE BODY WITH 40 AERIAL 575,600.00 #REF! VERSALIFT SST40 SERVICE BODY WITH 40 SST AERIAL 5E6,011.60 #REF! VERSALIFT V040 SERVICE BODY WITH 40'VO AERIAL $81,45000 #REF! VERSALIFT VST6000 SERVICE BODY WITH 55'AERIAL 5116.406.O0