GENESEE COUNTY PURCHASING A

Similar documents
VIRGINIA SHERIFFS ASSOCIATION

2017 Retail GMC Canyon 4WD Ext Cab 128.3" T2M53 PRICING SUMMARY

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

CITY of NOVI CITY COUNCIL

2017 CHEVROLET TAHOE (CK15706) 4WD 4DR VEHICLE COMPLETE NJ STATE CONTRACT - 9C1

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

We propose to furnish you with a 2015 Chevrolet Colorado Ext Cab W/T 4 x 4

2018 Retail Chevrolet Silverado WD Reg Cab 133.0" Work Truck CC1 PRICING SUMMARY

2014 Chevrolet Silverado 1500

2013 Retail Chevrolet Express Cargo Van RWD " Diesel CG33705 SELECTED MODEL & OPTIONS

2017 Retail GMC Canyon 4WD Ext Cab 128.3" T2M53 PRICING SUMMARY

NORTH CAROLINA SHERIFFS ASSOCIATION

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION

NOTES: 2:00 1, N.

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION

2018 Retail Chevrolet Colorado 4WD Crew Cab 128.3" Work Truck 12M43 PRICING SUMMARY

2018 Retail Chevrolet Malibu 4dr Sdn LS w/1ls 1ZC69 PRICING SUMMARY

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" CG3380 SELECTED MODEL & OPTIONS

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" Diesel SELECTED MODEL & OPTIONS

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

NORTH CAROLINA SHERIFFS ASSOCIATION

2018 Chevrolet Suburban LT

REQUEST FOR BID For Trucks. Bid Notice

NORTH CAROLINA SHERIFFS ASSOCIATION

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

2018 Retail GMC Sierra WD Double Cab 143.5" TK15753 PRICING SUMMARY

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

2017 Retail GMC Sierra WD Double Cab 143.5" TK15753 PRICING SUMMARY

REQUEST FOR BID For Trucks. Bid Notice

NORTH CAROLINA SHERIFFS ASSOCIATION

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

2016 Fleet/Non-Retail Chevrolet Express Cargo Van RWD " CG33 PRICING SUMMARY

2016 Fleet/Non-Retail Chevrolet Express Cargo Van RWD " CG23 PRICING SUMMARY

NORTH CAROLINA SHERIFFS ASSOCIATION

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

2018 Retail Chevrolet Traverse FWD 4dr LS w/1ls 1NB56 PRICING SUMMARY

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

2017 Fleet/Non-Retail Chevrolet Express Cargo Van RWD " CG23 PRICING SUMMARY

NORTH CAROLINA SHERIFFS ASSOCIATION

VILLAGE OF ANTIOCH ANTIOCH POLICE DEPARTMENT Chevrolet 4 Door CK WD 1500 Commercial Tahoe Vehicle

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

2018 Retail Chevrolet Colorado 4WD Crew Cab 128.3" Z71 12P43 PRICING SUMMARY

INVITATION TO BID (ITB)

NORTH CAROLINA SHERIFFS ASSOCIATION

2019 Chevrolet Tahoe Police Patrol Package Contract #185

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

NORTH CAROLINA SHERIFFS ASSOCIATION

Everything You Need! Phone , Ext. 229

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

Request for Quote # Armored Vehicle for Hammond Police Swat Team

2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 $26,995. Fuel Efficiency Rating

CITY OF THREE RIVERS, MICHIGAN INSTRUCTIONS FOR TYPE II AMBULANCE BIDS

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

2018 Chevrolet Tahoe Police Patrol Package Contract #147

Town of South Windsor, Connecticut. Police Department

2017 Retail GMC Canyon 4WD Crew Cab 128.3" SLE T2N43 PRICING SUMMARY

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

Request for Proposal. Articulated Loader

PART A TENDER SUBMISSION

NORTH CAROLINA SHERIFFS ASSOCIATION

2018 Retail Chevrolet Silverado WD Crew Cab 153.0" LT w/1lt CK1 PRICING SUMMARY

NORTH CAROLINA SHERIFFS ASSOCIATION

Ship To. Parts & Service Municipal Equipment 2703 Fire Road NJ-Atlantic Egg Harbor Township NJ 08234

Barrow County Board of Commissioners

INVITATION TO BID (ITB)

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

NORTH CAROLINA SHERIFFS ASSOCIATION

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

2007 Chevrolet Malibu 1ZS69 4dr Sdn LS w/2fl

NORTH CAROLINA SHERIFFS ASSOCIATION

2018 Retail Chevrolet Impala 4dr Sdn LT w/1lt 1GY69 PRICING SUMMARY

INVITATION TO BID Fort Morgan Golf Course Golf Carts

NORTH CAROLINA SHERIFFS ASSOCIATION

2017 Retail Chevrolet Silverado WD Double Cab 143.5" LT w/2lt CK PRICING SUMMARY

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

Purchasing Department Finance Group INVITATION TO BID

' DRY BOX WITH STEP BUMPER

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

MSRP* 2007 Chevrolet Silverado 2500HD LS $42,400

2018 Golf Cart Lease Sunset Valley Golf Club

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

2018 Retail Chevrolet Equinox AWD 4dr LT w/1lt 1XY26 PRICING SUMMARY

NORTH CAROLINA SHERIFFS ASSOCIATION

2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT

Transcription:

Nerahoo Hemraj Controller GENESEE COUNTY PURCHASING A Division of the Genesee County Controller s Office COUNTY ADMINISTRATION BLDG 1101 BEACH STREET, ROOM 343, FLINT, MICHIGAN 48502 Phone: (810) 257-3030 Fax (810)257-3380 www.gc4me.com October 24, 2017 GENESEE COUNTY INVITATION FOR BIDS # The Genesee County Purchasing Department will receive sealed bids on 2018 VEHICLES for Genesee County, various townships, small cities, school districts, and other governmental units that may wish to participate. Sealed bids will be received until 11:00 a.m. (EST), Wednesday, November 8, 2017, at which time the bids will be opened in Room 343, Genesee County Administration Building, 1101 Beach Street, Flint, Michigan 48502. Bids will be opened and read at 11:00 a.m. This procurement is conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file and available for inspection at the Genesee County Purchasing Department. Each bidder is responsible for labeling the exterior of the sealed envelope containing the bid response with the bid number, bid name, bid due date and time, and your firm s name. The bid request number and due date for this IFB are: DUE DATE: Wednesday, November 8, 2017 @ 11:00 a.m. (EST) BID REQUEST NUMBER: # Cindy Carnes Cindy Carnes Purchasing Manager bid2\17\ Attachments GENESEE COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER 1

TABLE OF CONTENTS SECTION 1. INSTRUCTIONS TO BIDDERS... 3 SECTION 2. STANDARD TERMS AND CONDITIONS... 4 SECTION 3. ADDITIONAL TERMS AND CONDITIONS... 4 SECTION 4. VEHICLE SPECIFICATION SHEETS & BID FORMS... 7 SIGNATURE PAGE... 9 2

IFB # 2018 VEHICLES SECTION 1. INSTRUCTIONS TO BIDDERS 1. Sealed bids will be received until 11:00 a.m. (EST), Wednesday, November 8, 2017 at the Genesee County Purchasing Department, 1101 Beach Street, Room 343, Flint, MI, 48502. Label the bid as indicated on page 1. LATE BIDS AND BIDS SENT BY FACSIMILE OR BY EMAIL WILL NOT BE ACCEPTED. 2. Submit one original, one (1) hard copy, and one electronic copy of the bid response. All bids become the property of Genesee County. The original must include a signature on the Signature Page of a person authorized to make a binding offer. Additionally, the bid response must consist of one copy in electronic format on a CD or USB flash drive, formatted in Adobe (.pdf), Microsoft Word, and/or Microsoft Excel. Failure to provide the required number of duplicate copies may result in rejection of your bid. 3. Michigan Inter-governmental Trade Network an alternate review of the RFP number RFP-CC- can be done at http://www.mitn.info/genesee- County.asp?AgencyID=2340&PageType=open. Genesee County has partnered with BidNetDirect as part of themichigan Intergovernmental Trade Network and will post their bid opportunities to this site. As a vendor, you can register with Michigan Inter-governmental Trade Network (use hyperlink or https://www.bidnetdirect.com/register/mitn/subscription/298034697/subscriptionoptions?subscriptionitemid=&purchasinggroupid=8412351&registrationflow=va RIANT_B) and be sure that you see all available bids and opportunities. By selecting automatic bid notification, your company will receive emails once Genesee County has a bid opportunity that matches your company's business. In addition, the site handles bid opportunities, RFPs, and RFQs for other member governmental agencies. If you need help registering, please call Michigan Intergovernmental Trade Network support department toll free 1-800-835-4603. 4. All Terms and Conditions are an integral part of this IFB. Any exceptions must be clearly set forth in your bid and referenced on Company Letterhead. In addition, all exceptions to vehicle specifications must be clearly indicated on the vehicle specification sheets and bid forms. 5. The County of Genesee requires a signed Insurance Checklist with each bid submitted. Insurance required per the specifications governing this work must be provided prior to the contract starting date and kept in full effect and compliance during entire contract period. Failure to comply with these provisions will cause termination of the contract. 6. The contractor agrees to be responsible for any loss or damage to property or persons due to the performance of services and the provision of supplies (equipment) herein contracted, and further agrees to protect and defend the County of Genesee against all claims or demands whatsoever, and to hold the County of Genesee harmless from any loss or damage resulting therefrom. 3

7. All prospective bidders shall be responsible for routinely checking the Genesee County Purchasing Department website: http://www.gc4me.com/departments/purchasing to obtain issued addenda. Genesee County shall not be responsible for the failure of a prospective bidder to obtain addenda and other information issued at any time related to this IFB. 8. Preference for Preferred Businesses: Unless the funding source for the contract prohibits such preferences, within 5 business days of bid opening, if the lowest responsive responsible bidder is not a Genesee County Business or a Veteran- Owned Business, a Genesee County Business or Veteran-Owned Business who has submitted a responsive bid that is no more than 5% higher than the lowest responsive bid may submit an amended bid to the Purchasing Manager. In the event that there are multiple Preferred Businesses that would qualify for an opportunity to submit an amended bid, only the Preferred Business submitting the lowest qualifying bid may submit an amended bid. A Preferred Business who is the lowest responsive and responsible bidder may not amend their bid pursuant to this section. Amended bids submitted by Preferred Businesses in this manner shall be considered along with other responsive bids submitted by responsible bidders. 9. Submit bid to Genesee County Purchasing Office: IFB # 2016 Vehicles Cover Page thru page 30, including: Completed Vehicle Specification Sheets and Bid Forms pages 10 to page 30 Signed Signature Page State of Michigan New Vehicle Dealers License Number Statement of Exceptions All exceptions to the terms and conditions in this IFB. This information must be submitted on Company Letterhead SECTION 2. STANDARD TERMS AND CONDITIONS 1. See Genesee County website, Purchasing Department for Standard Terms and Conditions SECTION 3. ADDITIONAL TERMS AND CONDITIONS 1. Issuing Office: This IFB is issued by the Genesee County Purchasing Department. The sole point of contact for this solicitation is Ms Cindy Carnes, Purchasing Manager, Genesee County, 1101 Beach Street, Room 343, Flint, Michigan 48502, ccarnes@co.genesee.mi.us and fax (810) 257-3380. E-mail is the preferred method of contact. 2. Questions & Inquiries: All questions regarding this IFB shall be submitted in writing and received no later than 11:00 a.m. (EDT), Monday, October 30, 2017, at the Genesee County Purchasing Department as indicated above. Written answers to questions to clarify this solicitation will be provided via an addendum. No verbal interpretation to any respondent as to the meaning of any requirement stated in this IFB shall be binding on Genesee County. All responses to questions regarding this RFP shall be issued in writing, as an addendum, by Genesee County. 4

3. Addenda: Genesee County reserves the right to amend and provide clarification of this solicitation prior to the due date for bids. In such an event, an addendum will be posted on the Genesee County Purchasing Department website at http://www.gc4me.com/departments/purchasing as an amendment. All prospective bidders shall be responsible for routinely checking the Genesee County Purchasing Department website to obtain issued addenda. Genesee County shall not be responsible for the failure of a prospective bidder to obtain addenda and other information issued at any time related to this IFB. 4. Errors, Omissions and Discrepancies: If a bidder discovers any ambiguity, conflict, discrepancy, omission, or other error in the IFB, it shall immediately notify the Genesee County Purchasing Director of such error in writing and request modification or clarification of the document prior to the deadline for submitting questions. Genesee County will make modifications by issuing a written addendum. The bidder is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error in this Invitation for Bids prior to submitting a bid or it shall be waived by the bidder. 5. Preparation of Bids & Cost: All costs incurred in the preparation of a response to this IFB will be the responsibility of the respondent, and will not be reimbursed by Genesee County. Bids should be prepared simply and economically, providing a straightforward, concise description of the bidder s ability to meet the requirements of this IFB. 6. Responsive Bids: To insure full consideration, all bidders shall submit a complete response to this IFB using the format provided in Section 1.9. In addition, at least one of the bids submitted shall include an original signature of an official authorized to bind the bidder to its provisions. Any bid not prepared and submitted in accordance with this IFB or any bid lacking the information to enable Genesee County to make a reasonable determination of compliance with the bid requirements may be considered "non-responsive" and rejected without further review. 7. Validity Period: Any bid submitted as a result of this Invitation for Bids shall be binding on the bidder for 120 calendar days following the due date. 8. Right To Reject: Genesee County reserves the right to waive any informality in the invitation for bids; to reject any or all bids; and to make an award which it considers to be in the best interest of Genesee County. 9. Disclosure: All information in bids received is subject to disclosure under the provisions of Public Act N. 442 of 1976 known as the Freedom of Information Act. This Act also provides for the complete disclosure of contracts and attachments thereto. In the event that a proposer wishes to designate any portion of their submission as confidential or proprietary, the proposer must contact the Purchasing Director prior to submission of the proposal. 5

10. Prices & Payments: All bid prices shall be on a F.O.B. destination, freight prepaid and acceptance basis at Genesee County s specified location. These prices shall be complete and include the warranty, title fee and a complete set of factory service manuals. Full payment shall be made 30 days from satisfactory acceptance by Genesee County and receipt of a complete invoice from the successful bidder. Satisfactory acceptance shall occur after the unit has been received, inspected and found to be free of damage and in total compliance with the specifications as set forth in this solicitation. 11. Warranty: All successful bidders shall provide a minimum 36-month/36,000 mile manufacturer s warranty for each vehicle/model awarded. The warranty shall cover the complete vehicle and shall cover any and all costs for labor and parts or materials that are required to correct and repair the vehicle and all deficiencies. 12. Exceptions To Specifications: Any exceptions to vehicle specifications must be clearly stated on the Vehicle Specification Sheets & Bid Forms. Otherwise, it will be considered that the vehicles bid are in strict compliance with the written specifications and that the successful bidder will be responsible for delivering a vehicle meeting the stated specifications. 13. Acceptable Deviations: The decision of Genesee County, acting through the Controller, or his authorized representative, shall be final as to what constitutes acceptable deviations from specifications or requirements. 14. Licensing: It is vital to this agency that any and all bidders have the appropriate State of Michigan New Vehicle Dealers License. Deviation from this specification will be cause for rejection of the submitted bid. All bidders are required to put their State of Michigan New Vehicle Dealer License Number on the Signature Page (pg. 9). 15. Acceptance of Bid: The contents of the bid of the successful bidder may become contractual obligations if a contract is issued. Failure of the successful Bidder to accept these obligations will result in cancellation or termination of contract award. 16. Assignability: The resulting award/contract shall not be assigned or transferred by the successful bidder in whole or in part without the expressed written consent of Genesee County. 17. Termination for Misrepresentation: If the successful bidder receives a contract/bid award and is subsequently found to have misrepresented any information in its bid submission, the contract may be terminated at the discretion of Genesee County. 18. Inspection: All goods are received subject to inspection and testing. If goods are defective or fail to meet the bid specifications, Genesee County shall have the right to reject the goods or to correct the defects. The contractor shall pay 6

Genesee County for expenses incurred in correcting defects. Rejected goods will be held for forty-five days after delivery awaiting instructions from the contractor. After the forty-five day period, Genesee County will dispose of the goods without further liability to Genesee County. The contractor is responsible for the costs of handling, packing, and transportation incurred in returning or disposing of defective or non-conforming goods. SECTION 4. VEHICLE SPECIFICATION SHEETS & BID FORMS NOTE: 1. Genesee County vehicle purchase has not been determined at this time. 2. The county will award the vehicles based on individual vehicle price and to multiple bidders if a single bidder is not the lowest on all vehicles. The award will be made available to all local units of government within Genesee County and related agencies. 3. Please bid on the attached bid sheet your single vehicle bid price and return one (1) original, one (1) hard copies, and one electronic copy of your submitted bid. Option add-ons and deducts will be at dealer price per manufacturers price schedule, (copy of said price schedule to be furnished to Genesee County for each successful vehicle model bid upon request). Genesee County Motor Pool is equipped to service GM models and therefore will purchase only GM models. All successful bidders shall furnish one set of factory service manuals to the Genesee County Motor Pool for each successful model purchased. 4. Unless otherwise indicated all prices shall be FOB Genesee County Motor Pool, 914 Harrison Street, Flint, Michigan 48502, title fee included. Sales made to other local units of government will be delivered to their specified site at time of purchase. 5. Use of Brand or Trade Names: The use of brand names, trade names, types, styles, model numbers, stock numbers or catalogs are intended to be descriptive only and not to restrict competition, but will be used as a measure of the safety, quality and performance against which all vehicles proposed/bid shall be compared. 7

IFB # 2018 VEHICLES Bid Sheet* # Description* Code 1 Tahoe CC15706 2 Tahoe CK15706 3 Chevrolet Silverado 1500 CK15543 4 Sonic 1JU69 5 Cruze 1BR69 6 Malibu 1ZC69 7 Impala 1GX69 8 Equinox 1XP26 9 Chevrolet Traverse 1NB56 10 Chevrolet Traverse 1NC56 11 Chevrolet Colorado 12M53 12 Chevrolet Silverado 1500 CC15903 13 Chevrolet Silverado 1500 CK15903 14 Chevrolet Silverado 2500 HD CK25903 15 Chevrolet Silverado 2500 HD CK25743 16 Chevrolet Silverado 2500 HD CC25903 17 Chevrolet Silverado 3500 HD CK35903 18 Chevrolet Silverado 3500 HD CC35903 19 Chevrolet Express Cargo Van 2500 CG23405 20 Chevrolet Express Cargo Van 3500 CG33405 21 Chevrolet Express Cargo Van 3500 CG33705 Price Per Vehicle * See pages 10 to 30 for vehicle specifications Dealer License Number Company Name 8

The undersigned represents that he or she: GENESEE COUNTY IFB # 2018 VEHICLES SIGNATURE PAGE 1. is duly authorized to make binding offers on behalf of the company, 2. has read and understands all information, terms, and conditions in the RFP, 3. has not engaged in any collusive actions with any other potential proposers for this RFP, 4. hereby offers to enter into a binding contract with Genesee County for the products and services herein offered, if selected by Genesee County within 120 days from proposal due date, 5. certify that it, its principals, and its key employees are not Iran linked businesses, as that term is described in the Iran Economic Sanctions Act, P.A. 2012, No. 517, codified as MCL 129.311, et seq. 6. acknowledges the following addenda issued as part of the RFP: Conflict of Interest: To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other County contracts, or property interest for this proposal. OR The undersigned firm by attachment to this form, submits information which may be a potential conflict of interest due to other County contracts, or property interest for this Proposal. Exceptions to Solicitation and/or Standard Contract: NO YES (include attached statement) Name (typed): Signature: Title: Company: Federal Employee Identification Number (FEIN): DUNS Number: Date: Veteran Yes supporting documentation must be attached to bid. Contact Person of company representative for matters regarding this RFP CONTACT NAME POSITION E-MAIL MAILING ADDRESS CITY STATE ZIP CODE PHONE FAX Dealer License Number 9

ITEM #1 CC15706-2018 Chevrolet Tahoe, 2WD, 4 door Commercial, 5.3L/325 CID Gas/Ethanol V8, 6- Speed Automatic or approved equal/alternate with all standard equipment plus the following options: Z56 FE9 L83 MYC GU4 1FL RAP QAR ZAK ZY1 GAZ AZ3 H0U IO5 C5U 9C1 NZZ K4B KW7 RM7 7X6 6J3 6J4 UN9 ATD 6E2 6C7 9G8 UE0 VPV 9U3 Suspension Package, Heavy-Duty, Police-Rated Emissions, Federal Requirements Engine, 5.3L Ecotec3 V8 with Active Fuel Management, Direct Inject Transmission, 6-Speed Automatic, Electronically Controlled Rear Axle, 3.08 Ratio Commercial Preferred Equipment Group Wheels, 17 X 8 (43.2 CM X 20.3 CM) Steel, Police, Black Tires, P265/60R17 All-Season, Police, V-Rated Tire, Spare, P265/60R17 All-Season, Police, V-Rated Paint Scheme, Solid Application Summit White Seating, Front 40/20/40 Split-Bench, 3-Passenger Jet Black, Cloth Seat Trim Audio System, Chevrolet Mylink Radio with 8 Diagonal Color Touch GVWR, 6800 lbs. (3084 KG) Identifier for PPV Capless Fuel Fill Skid Plate Package Battery, Auxiliary, 730 CCA Power Supply, 100-AMP, Auxiliary Battery, Rear Electrical Center Power Supply, 50-AMP, Power Supply, Auxiliary Battery Power Supply, 120-AMP, (4) 30-AMP Circuit, Primary Battery Alternator, 170AMPS, High Output Wheel, 17 X8 (43.2 CM X 20.3 CM) Full-Size, Steel Spare Luggage Rack, Delete Spotlamp, Left-Hand Exterior Ornamentation Delete Wiring, Grille Lamps and Siren Speakers Wiring, Horn and Siren Circuit Door Handles, Body-Color Radio Suppression Package, with Ground Straps Seat Delete, Third Row Passenger Instrumentation, Analog Key, 2-Sided Key Common, Complete Vehicle Fleet Theft-Deterrent System, Vehicle, Pass-Key III Power Outlets, 4 Auxiliary, 12-Volt Lighting, Red and White Front Auxiliary Dome Headlamps, Daytime Running Lamps and Automatic Headlamp Cont OnStar, Delete Safety Belts, 3-Point, Driver and Front Passenger in all Seating Ship Thru, Produced in Arlington Assembly SPECIAL EQUIPMENT OPTIONS Seats, Driver and Passenger Front Individual Seats in Cloth Trim 10

ITEM #2 CK15706-2018 Chevrolet Tahoe, 4WD, 4 door Commercial, 5.3L/325 CID Gas/Ethanol V8, 6- Speed Automatic or approved equal/alternate with all standard equipment plus the following options Z56 FE9 L83 MYC GU4 1FL RAP QAR ZAK ZY1 GAZ AZ3 H0U IO5 C5Y 9C1 NQH NZZ K4B KW7 RM7 7X6 6J3 6J4 UN9 ATD 6E2 6C7 9G8 UE0 VPV 5T5 9U3 Suspension Package, Heavy-Duty, Police-Rated Emissions, Federal Requirements Engine, 5.3L Ecotec3 V8 with Active Fuel Management, Direct Inject Transmission, 6-Speed Automatic, Electronically Controlled Rear Axle, 3.08 Ratio Commercial Preferred Equipment Group Wheels, 17 X 8 (43.2 CM X 20.3 CM) Steel, Police, Black Tires, P265/60R17, All-Season, Police, V-Rated Tire, Spare, P265/60R17, All-Season, Police, V-Rated Paint Scheme, Solid Application Summit White Seating, Front 40/20/40 Splint-Bench, 3-Passenger Jet Black, Cloth Seat Trim Audio System, Chevrolet Mylink Radio with 8 Diagonal Color Touch GVWR, 7100 LBS. (3221 KG) Identifier for PPV Capless Fuel Fill Transfer Case, Active, 2-Speed Electronic Autotrac Skid Plate Package Battery, Auxiliary, 730 CCA Power Supply, 100-AMP, Auxiliary Battery, Rear Electrical Center Power Supply, 50-AMP, Power Supply, Auxiliary Battery Power Supply, 120-AMP, (4) 30-AMP Circuit, Primary Battery Alternator, 170 AMPS, High Output Wheel, 17 X 8 (43.2 CM x 20.3 CM) Full Size, Steel Spare Luggage Rack, Delete Spotlamp, Left-Hand Exterior Ornamentation Delete Wiring, Grille Lamps and Siren Speakers Wiring, Horn and Siren Circuit Door Handles, Body-Color Radio Suppression Package, with Ground Straps Seat Delete, Third Row Passenger Instrumentation Analog Key, 2-Sided Key Common, Complete Vehicle Fleet Theft-Deterrent System, Vehicle, Pass-Key III Power Outlets, 4 Auxiliary, 12-Volt Lighting, Red and White Front Auxiliary Dome Headlamps, Daytime Running Lamps and Automatic Headlamp Cont ONSTAR, Delete Safety Belts, 3 Point, Driver and Front Passenger in all Seating Ship thru, Produced in Arlington Assembly SPECIAL EQUIPMENT OPTIONS Seats, 2 ND and 3 RD Row Vinyl with Front Cloth Seats Seats, Driver and Passenger Front Individual Seats in Cloth Trim 11

ITEM #3 CK15543-2018 Chevrolet Silverado 1500, 4WD, Crew Cab, 143.5 Work Truck, 5.3L/325 CID Gas V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 L83 MYC C5Z GU4 1WT RD6 RC3 ZY1 GBA AE7 H2R 1OB Z82 5W4 G80 KNP K47 K4D KW7 RC4 K14 GEZ 6C7 9G8 7X6 6J4 6J3 6E2 Emissions, Federal Requirements Engine, 5.3L Ecotec3 V8 with Active Fuel Management, Direct Inject Transmission, 6-Speed Automatic, Electronically Controlled GVWR, 7200 LBS. (326 KG) Rear Axle, 3.08 Ratio Work Truck Preferred Equipment Group Wheels, 17 X 8 (43.2 CM X 20.3 CM) Painted Steel Tires, P265/70R17 All-Terrain, Blackwall Paint, Solid Black Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front Passenger Dark Ash with Jet Black Interior Accents, Cloth Seat Trim Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch Trailering Package Special Service Package Differential, Heavy-Duty Locking Rear Cooling, Auxiliary External Transmission Oil Cooler Air Cleaner, High-Capacity Battery, Heavy-Duty 720 Cold-Cranking AMPS/80 AMP-HR Maintenance Battery, 730 Cold-Cranking AMPS, Auxiliary Alternator, 170 AMP Tire, Spare P265/70R17 All-Season, Blackwall Power Outlet, 110-VOLT AC Ship thru, Produced in Silao Assembly and Shipped to Kerr Indust SPECIAL EQUIPMENT OPTIONS Lighting, Red and White Front Auxiliary Dome Headlamps, Daytime Running Lamps & Automatic Headlamp Cont Spotlamp, Left-Hand Wiring, Horn and Siren Circuit Wiring, Grille Lamps and Siren Speakers Key Common, Complete Vehicle Fleet 12

ITEM #4 1JU69-2018 Chevrolet Sonic, 4 door Sedan, Auto LS, 1.8L/110 CID Gas I4, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 LUW MH9 1SB RRL Q1H G7C AR7 ABX IOR Emissions, Federal Requirements Engine, Ecotec 1.8L Variable Valve Timing DOHC 4-Cylinder Sequen Transmission, 6-Speed Automatic LS Preferred Equipment Group Wheels, 15 (38.1CM) Steel with Full Bolt-On Wheel Covers Tires, P195/65R15 All-Season, Blackwall Red Hot Standard Paint Seats, Front Bucket with Recline and Height-Adjustable Headrest Jet Black/Dark Titanium, Sport Cloth Seat Trim Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch 13

ITEM #5 1BR69-2018 Chevrolet Cruze, 4 door Sedan, 1.4L LS w/1sb, 1.4L/ TBD - CID Turbocharged Gas I4, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 Emissions, Federal Requirements LE2 Engine, 1.4L Turbo DOHC 4-Cylinder MNU Transmission, 6-Speed Automatic 1SB LS Preferred Equipment Group G7C Red Hot Standard Paint A51 Seats, Front Bucket with Reclining Seatbacks and Adjustable Headrest HLF Jet Black, Cloth Seat Trim IOA Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch ZLQ LS Fleet Convenience Package SJF Wheel, Spare, 16 (40.6 CM) Steel ZFH Tire, Compact Spare, T125/70D16 UC3 Steering Wheel Controls, Mounted Audio and Phone Interface K34 Cruise Control 14

ITEM #6 1ZC69-2018 Chevrolet Malibu, 4 door Sedan LS w/1fl, 1.5L/91 CID Turbocharged Gas I4, 6- Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 Emissions, Federal Requirements LFV Engine, 1.5L Turbo DOHC 4-Cylinder MNH Transmission, 6-Speed Automatic 1FL LS Preferred Equipment Group GAN Silver Ice Metallic Standard Paint A51 Seats, Front Bucket H1T Jet Black, Premium Cloth Seat Trim IOA Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch 15

ITEM #7 1GX69-2018 Chevrolet Impala, 4 door Sedan LS w/1fl, 3.6L/217 CID Gas/Ethanol V6, 6- Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 Emissions, Federal Requirements LFX Engine, 3.6L DOHC V6 DI with Variable Valve Timing (VVT) M7W Transmission, 6-Speed Automatic, Electronically-Controlled D70 Axle, 2.77 Final Drive Ratio 1FL LS Preferred Equipment Group G1M Blue Velvet Metallic Standard Paint A51 Seats, Front Bucket H0X Jet Black/Dark Titanium, Premium Cloth/Leatherette Seat Trim IO5 Audio System, Chevrolet Mylink Radio with 8 Diagonal Color Touch T67 Battery, 70AH, Maintenance Free with Rundown Protection, Heavy NWT Exhaust, Dual Stainless-Steel with Hidden, Turned-Down Tips 16

ITEM #8 1XP26-2018 Chevrolet Equinox, FWD, 4 door LS w/1ls, 1.5L/-TBD - CID Turbocharged Gas I4, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 Emissions, Federal Requirements LYX Engine, 1.5L Turbo DOHC 4-Cylinder, SIDI, VVT MNH Transmission, 6-speed Automatic, Electronically-Controlled FJM Axle, 3.50 Final Drive Ratio 1LS LS Preferred Equipment Group G35 Storm Blue Metallic Standard Paint AR9 Seats, Front Bucket H72 Medium Ash Gray, Premium Cloth Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch 17

ITEM #9 1NB56-2018 Chevrolet Traverse, FWD, 4 door SL w/1fl, 3.6L/-TBD CID Gas V-6, 9-Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 LFY M3V 1FL GAZ AR9 H1T IOA Emissions, Federal Requirements Engine, 3.6L V6, SIDI, VVT Transmission, 9-Speed Automatic LS Preferred Equipment Group Summit White Standard Paint Seats, Front Bucket Jet Black, Premium Cloth Seat Trim Audio System, Chevrolet Mylink Radio 18

ITEM #10 1NC56-2018 Chevrolet Traverse, FWD, 4 door LT Cloth w/2fl, 3.6L/-TBD - CID Gas V6, 9- Speed Automatic or approved equal/alternate with all standard equipment plus the following options FE9 LFY M3V 2FL ABE GB8 AR9 H0U IOA Emissions, Federal Requirements Engine, 3.6L V6, SIDI VVT Transmission, 9-Speed Automatic Lt Cloth Preferred Equipment Group Seating, 7-Passenger (2-2-3 Seating Configuration) Mosaic Black Metallic Standard Paint Seats, Front Bucket Jet Black, Premium Cloth Seat Trim Audio System, Chevrolet Mylink Radio 19

ITEM #11 12M53-2018 Chevrolet Colorado, 2WD, Ext Cab, 128.3 Work Truck, 2.5L/150 CID Gas I4, 6- Speed Automatic or approved equal/alternate with all standard equipment plus the following options E63 FE9 LCV MYB CHL GT5 2WT RS2 QJJ QDC ZY1 GBA AR7 H2R IOB PCN PPA K34 ATG UTJ Pickup Box Emissions, Federal Requirements Engine, 2.5L I4, DI DOHC, VVT Transmission, 6-Speed Automatic, HMD, 6L50 GVWR, 5400 lbs. (2449KG) Rear Axle, 4.10 Ratio Work Truck Preferred Equipment Group Wheels, 16 X 7 (40.6 CM X 17.8 CM) Ultra Silver Metallic Steel Tires, P265/70R16 All-Season, Blackwall Tire, Compact Spare T175/80R18, Blackwall Solid Paint Black Seats, Front Bucket Jet Black/Dark Ash, Cloth Seat Trim Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch WT Convenience Package Tailgate, EZ-Lift and Lower Cruise Control, Electronic, Automatic Remote Keyless Entry, Extended Range Theft-Deterrent System, Unauthorized Entry 20

ITEM #12 CC15903-2018 Chevrolet Silverado 1500, 2WD, Reg Cab 133.0 Work Truck, 5.3L/325 CID Gas V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options E63 Pickup Box FE9 Emissions, Federal Requirements L83 Engine, 5.3L Ecotec3 V8 with Active Fuel Management, Direct Inject MYC Transmission, 6-Speed Automatic, Electronically Controlled C5U GVWR, 6800 lbs. (3084 KG) GU4 Rear Axle, 3.08 Ratio 1WT Work Truck Preferred Equipment Group RD6 Wheels, 17 X 8 (43.2 CM X 20.3 CM) Painted Steel RBZ Tires, P255/70R17 All-Season, Blackwall ZY1 Paint, Solid GAZ Summit White AE7 Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front H2Q Dark Ash with Jet Black Interior Accents, Vinyl Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch PCR WT Fleet Convenience Package KNP Cooling, Auxiliary External Transmission Oil Cooler Battery, Heavy-Duty 720 Cold-Cranking AMPS/80 AMP-HR, Maintenance TRW Provision for Cab Roof-Mounted Lamp/Beacon DL8 Mirrors, Outside Heated Power-Adjustable A91 Remote Locking Tailgate A31 Windows, Power Front and Rear AQQ Remote Keyless Entry, with 2 Transmitters 21

ITEM # 13 CK15903-2018 Chevrolet Silverado 1500, 4WD, Reg Cab 133.0 Work Truck, 5.3L/325 CID Gas V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options E63 FE9 L83 MYC C5W GU4 1WT RD6 RC3 ZY1 GAZ AZ3 H0U IOB PCR Z82 G80 KNP K47 JL1 NZZ Z71 RC4 DL8 A91 AG1 A31 AQQ 9G3 Pickup Box Emissions, Federal Requirements Engine, 5.3L Ecotec3 V8 with Active Fuel Management, Direct Inject Transmission, 6-Speed Automatic, Electronically Controlled GVWR, 7000 lbs. (3175 KG) Rear Axle, 3.08 Ratio Work Truck Preferred Equipment Group Wheels, 17 X 8 (43.2 CM X 20.3 CM) Painted Steel Tires, P265/70R17 All-Terrain, Blackwall Paint, Solid Summit White Seats, Front 40/20/40 Split-Bench, 3-Passenger, Available in Cloth Jet Black, Cloth Seat Trim Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch WT Fleet Convenience Package Trailering Package Differential, Heavy-Duty Locking Rear Cooling, Auxiliary External Transmission Oil Cooler Air Cleaner, High-Capacity Battery, Heavy-Duty 720 Cold-Cranking AMPS/80 AMP-HR, Maintenance Trailer Brake Controller, Integrated Underbody Shield, Transfer Case Protection Z71 Package, Off-Road Tire, Spare P265/70R17 All-Season, Blackwall Mirrors, Outside Heated Power-Adjustable Remote Locking Tailgate Seat Adjuster, Driver 10-Way Power Windows, Power Front and Rear Remote Keyless Entry, with 2 transmitters SPECIAL EQUIPMENT OPTIONS Suspension Package, Off-Road, For Base Décor Vehicles 22

ITEM #14 CK25903-2018 Chevrolet Silverado 2500HD, 4WD, Reg Cab 133.6 Work Truck, 6.0L/- TBD CID Gas/Ethanol V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options E63 Pickup Box Z71 Z71 Package, Off-Road FE9 Emissions, Federal Requirements L96 Engine, Vortec 6.0L Variable Valve Timing V8 SFI, E85-Compatible MYD Transmission, 6-Speed Automatic, Heavy-Duty, Electronically Controlled GEH GVWR, 9500 lbs. (4309 KG) GT5 Rear Axle, 4.10 Ratio 1WT Work Truck Preferred Equipment Group PYN Wheels, 17 (43.2 CM) Steel QXT Tires, LT265/70R17E All-Terrain, Blackwall ZY1 Paint Solid GAZ Summit White AE7 Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front H2Q Dark Ash with Jet Black Interior Accents, Vinyl Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch PCR WT Fleet Convenience Package VYU Snow Plow Prep Package KW5 Alternator, 220 AMPS JL1 Trailer Brake Controller, Integrated Z82 Trailering Equipment NZZ Underbody Shield, Frame-Mounted Shields NZ4 Wheels, 17 X 7.5 (43.2 CM X 19.1 CM) Full-Size, Steel Spare TRW Provision for Cab Roof-Mounted Lamp/Beacon DL8 Mirrors, Outside Heated Power-Adjustable A91 Remote Locking Tailgate A31 Windows, Power with Driver Express Up and Down and Express D AQQ Remote Keyless Entry SPECIAL EQUIPMENT OPTIONS 9G3 Suspension Package, Off-Road, for Base Décor Vehicles 23

ITEM #15 CK25743 2018 Chevrolet Silverado 2500HD, 4WD, Crew Cab 153.7 Work Truck, 6.0L/ TBD CID Gas/Ethanol V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options Z71 Z71 Package, Off-Road FE9 Emissions, Federal Requirements L96 Engine, Vortec 6.0L Variable Valve Timing V8 SFI, E85-Compatible MYD Transmission, 6-Speed Automatic, Heavy-Duty, Electronically Controlled GEH GVWR, 9500 lbs. (4309 KG) GT5 Rear Axle, 4.10 Ratio 1WT Work Truck Preferred Equipment Group PYN Wheels, 17 (43.2 CM) Steel QXT Tires, LT265/70R17E All-Terrain, Blackwall ZY1 Paint, Solid GAZ Summit White AE7 Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front H2Q Dark Ash with Jet Black Interior Accents, Vinyl Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch PCR WT Fleet Convenience Package VYU Snow Plow Prep Package KW5 Alternator, 220 AMPS JL1 Trailer Brake Controller, Integrated Z82 Trailering Equipment NZZ Underbody Shield, Frame-Mounted Shields TRW Provision for Cab Roof-Mounted Lamp/Beacon DL8 Mirrors, Outside Heated Power-Adjustable A91 Remote Locking Tailgate AQQ Remote Keyless Entry SPECIAL EQUIPMENT OPTIONS 9G3 Suspension Package, Off-Road, for Base Décor Vehicles 24

ITEM #16 CC25903-2018 Chevrolet Silverado 2500HD, 2WD, Regular Cab 133.6 Work Truck, 6.0L/ TBD - CID Gas/Ethanol V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options E63 Pickup Box FE9 Emissions, Federal Requirements L96 Engine, Vortec 6.0L Variable Valve Timing V8 SFI, E85-Compatible MYD Transmission, 6-Speed Automatic, Heavy-Duty, Electronically Controlled G4A GVWR, 9300 lbs. (4218 KG) GT5 Rear Axle, 4.10 Ratio 1WT Work Truck Preferred Equipment Group PYN Wheels, 17 (43.2 CM) Steel QHQ Tires, LT245/75R17E All-Season, Blackwall ZY1 Paint, Solid GAZ Summit White AE7 Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front H2Q Dark Ash with Jet Black Interior Accents, Vinyl Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch PCR WT Fleet Convenience Package JL1 Trailer Brake Controller, Integrated Z82 Trailering Equipment NZ4 Wheels, 17 X 7.5 (43.2 CM X 19.1 CM) Full-Size, Steel Spare TRW Provision for Cab Roof-Mounted Lamp/Beacon DL8 Mirrors, Outside Heated Power-Adjustable A91 Remote Locking Tailgate A31 Windows, Power with Driver Express Up and Down and Express AQQ Remote Keyless Entry 25

ITEM #17 CK35903-2018 Chevrolet Silverado 3500HD, 4WD, Regular Cab, 133.6 Work Truck, 6.6L/403 CID Turbocharged Diesel V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options CHX GVWR, 13,025 lbs. (5908 KG) with Dual Rear Wheels ZW9 Pickup Box, Delete Z85 Suspension Package, Standard FE9 Emissions, Federal Requirements L5P Engine, Duramax 6.6L Turbo-Diesel V8, B20-Diesel Compatible MW7 Transmission, Allison 1000 6-Speed Automatic, Electronically Controlled GT4 Rear Axle, 3.73 Ration 1WT Work Truck Preferred Equipment Group PYW Wheels, 17 (43.2 CM) Painted Steel QZT Tires, LT235/80R17E All-Terrain Tire, Spare LT265/70R18E All-Season, Standard Removed ZY1 Paint, Solid GAZ Summit White AE7 Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front H2Q Dark Ash with Jet Black Interior Accents, Vinyl Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch PCM WT Convenience Package VYU Snow Plow Prep Package K05 Engine Block Heater Battery, Heavy-Duty Dual 730 Cold-Cranking AMPS/70 AMP-HR KW5 Alternator, 220 AMPS JL1 Trailer Brake Controller, Integrated NZZ Underbody Shield, Frame-Mounted Shields J96 Brakes, 4-Wheel Antilock, 4-Wheel Disc with Dual Rear Wheels Capped Fuel Fill K40 Exhaust Brake FPF DPF, Diesel Particulate Filter, Manual Regeneration Wheel, 18 X 8 (45.7 CM X 20.3 CM) Full-Size, Steel Spare, Standard P03 Wheel Trim, Painted Trim Skins and Painted Center Caps 9J4 Bumper, Rear Delete V10 Cover, 1-Piece U01 Lamps, Smoked Amber Roof Marker TRW Provision for Cab Roof-Mounted Lamp/Beacon DPN Mirrors, Outside Heated Power-Adjustable Vertical Trailering AKO Glass, Deep-Tinted A31 Windows, Power AQQ Remote Keyless Entry K14 Power Outlet, 110-Volt AC DD8 Mirror, Inside Rearview Auto-Dimming SPECIAL EQUIPMENT OPTIONS SFW Backup Alarm Calibration 26

ITEM #18 CC35903-2018 Chevrolet Silverado 3500HD, 2WD, Regular Cab, 133.6 Work Truck, 6.0L/366 CID Gas V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options 9GH GVWR, 13,500 lbs. (6123 KG) with Dual Rear Wheels ZW9 Pickup Box, Delete FE9 Emissions, Federal Requirements L96 Engine, Vortec 6.0L Variable Valve Timing V8 SFI, E85-Compatible MYD Transmission, 6-Speed Automatic, Heavy-Duty Electronically Con GT5 Rear Axle, 4.10 Ratio 1WT Work Truck Preferred Equipment Group PYW Wheels, 17 (43.2 CM) Painted Steel QQO Tires, LT235/80R17E All-Season Highway Tire, Spare LT265/70R18E All-Season, Standard Removed ZY1 Paint Solid GAZ Summit White AE7 Seats, Front 40/20/40 Split-Bench, 3-Passenger, Driver and Front Passenger H2R Dark Ash with Jet Black Interior Accents, Cloth Seat Trim IOB Audio System, Chevrolet Mylink Radio with 7 Diagonal Color Touch PCM WT Convenience Package JL1 Trailer Brake Controller, Integrated J96 Brakes, 4-Wheel Antilock, 4-Wheel Disc with Dual Rear Wheels Capped Fuel Fill Wheel, 18 X 8 (45.7 CM X 20.3 CM) Full-Size, Steel Spare, Standard P03 Wheel Trim, Painted Trim Skins and Painted Center Caps 9J4 Bumper, Rear, Delete U01 Lamps, Smoked Amber Roof Marker TRW Provision for Cab Roof-Mounted Lamp/Beacon DPN Mirrors, Outside Heated Power-Adjustable Vertical Trailering AKO Glass, Deep-Tinted A31 Windows, Power AQQ Remote Keyless Entry KI4 Power Outlet, 110-Volt AC DD8 Mirror, Inside Rearview Auto-Dimming SPECIAL EQUIPMENT OPTIONS SFW Backup Alarm Calibration 27

ITEM #19 CG23405-2018 Chevrolet Express Cargo Van, RWD, 2500 135, 6.0L/364 CID Gas/Ethanol V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options ZW9 FE9 L96 MYD GU6 E24 1WT ZLP ZY1 GAZ AS5 93G ZX2 C60 U0F ZL3 ZQ3 Z82 UY7 DE5 A12 ZW2 BA3 PCL ATG BTV K34 Body, Standard Emissions, Federal Requirements Engine, Vortec 6.0L V8 SFI, Flexfuel Transmission, 6-Speed Automatic, Heavy-Duty, Electronically Controlled Rear Axle, 3.42 Ratio Door, Swing-Out Passenger-Side, 60/40 Split 2500 Van Preferred Equipment Group Tire, Spare LT245/75R16E All-Season, Blackwall Paint, Solid Summit White Seats, Front Bucket with Custom Cloth Trim Medium Pewter, Custom Cloth Seat Trim Seating Arrangement, Driver and Front Passenger High-Back Bucket Air Conditioning, Single-Zone Manual Audio System, AM/FM Stereo with MP3 Player Option/Package Discount Enhanced Convenience Package Driver Convenience Package Trailering Equipment, Heavy-Duty Trailering Provisions, Trailering Wire Harness Only Mirrors, Outside Heated Power-Adjustable, Black, Manual-Fold in Glass, Fixed Rear Doors Windows Glass, Rear Doors Console, Engine Cover with Swing-Out Storage Bin Commercial Link, 1 Year of Service Remote Keyless Entry Remote Vehicle Starter System Cruise Control 28

ITEM #20 CG33405-2018 Chevrolet Express Cargo Van, RWD, 3500 135, 6.0L/364 CID Gas/Ethanol V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options ZW9 FE9 L96 MYD GU6 E24 1WT ZLP ZY1 GAZ AS5 93G ZX2 C60 U0F ZQ3 A12 ZW2 BA3 K34 Body, Standard Emissions, Federal Requirements Engine, Vortec 6.0L V8 SFI, Flexfuel Transmission, 6-Speed Automatic, Heavy-Duty, Electronically Controlled Rear Axle, 3.42 Ratio Door, Swing-Out Passenger-Side, 60/40 Split 3500 Van Preferred Equipment Group Tire, Spare LT245/75R16E All-Season, Blackwall Paint, Solid Summit White Seats, Front Bucket with Custom Cloth Trim Medium Pewter, Custom Cloth Seat Trim Seating Arrangement, Driver and Front Passenger High-Back Bucket Air Conditioning, Single-Zone Manual Audio System, AM/FM Stereo with MP3 Player Driver Convenience Package Glass, Fixed Rear Doors Windows Glass, Rear Doors Console, Engine Cover with Swing-Out Storage Bin Cruise Control 29

ITEM #21 CG33705-2018 Chevrolet Express Cargo Van, RWD, 3500 155, 6.0L/364 CID Gas/Ethanol V8, 6-Speed Automatic or approved equal/alternate with all standard equipment plus the following options ZW9 FE9 L96 MYD C6Y GU6 E24 1WT ZLP ZY1 GAZ AS5 93G ZX2 C60 U0F ZQ3 A12 ZW2 BA3 Body, Standard Emissions, Federal Requirements Engine, Vortec 6.0L, V8 SFI, Flexfuel Transmission, 6-Speed Automatic, Heavy-Duty, Electronically Controlled GVWR, 9600 lbs. (4354 KG) Rear Axle, 3.42 Ratio Door, Swing-Out Passenger-Side, 60/40 Split 3500 Van Preferred Equipment Group Tire, Spare LT245/75R16E All-Season, Blackwall Paint, Solid Summit White Seats, Front Bucket with Custom Cloth Trim Medium Pewter, Custom Cloth Seat Trim Seating Arrangement, Driver and Front Passenger High-Back Bucket Air Conditioning, Single-Zone Manual Audio System, AM/FM Stereo with MP3 Player Driver Convenience Package Glass, Fixed Rear Doors Windows Glass, Rear Doors Console, Engine Cover with Swing-Out Storage Bin IFB # 30