Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ID# 14-642 Aquisition of Service Body Fleet Vehicle
REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT M. YATES CITY MANAGER DATE: JUNE 23, 2015 SUBJECT: ACQUISITION OF SERVICE BODY FLEET VEHICLE Recommendations Staff recommends the City Council award the purchase of one (1) service body fleet vehicle to be awarded to Lake Chevrolet in the amount of $4 0,287.18. Background The City of Lake Elsinore has an inventory of 125 pieces of equipment, which includes vehicles, off-road equipment, multiple water crafts, and other various machinery. The City’s Fleet Department is responsible for the maintenance and replacement of all vehicles and equipment within the City’s fleet. Currently, the City owns two service body fleet vehicles which are utilized by the City’s Public Works Department. These vehicles provide superior mobile work platforms and service versatility, which allows staff to perform their job duties more efficiently. These service body fleet vehicles allow for faster response times, because they are self- contained with equipment and materials to perform a wide variety of maintenance tasks. Discussion Recently, staff determined that the Community Development Department was in need of a new vehicle for fire inspections due to the age and condition of their existing vehicle. Currently, the Department is using a 1994 Chevrolet Blazer with more than 160,000 miles. In contrast, the City’s existing Public Works service body fleet vehicles are still in great working condition and can easily be used for fire inspections. Therefore, the proposed service body fleet vehicle would be incorporated into City’s fleet for use by maintenance staff in Public Works and the existing 2002 service body fleet vehicle would be reassigned to Community Development for use by fire inspection. Acquisition of Service Body Fleet Vehicle June 23, 2015 Page 2 On April 22, 2015 the City’s Fleet Department provided specifications for this service body fleet vehicle to three local dealerships. Staff also advertised for bids on the City’s website. Lake Chevrolet expressed an interest in bidding on this vehicle. Lake Elsinore Chrysler/Dodge/Jeep/Ram and Lake Elsinore Ford were non-responsive to the request for proposal. The bid results are list below: Lake Chevrolet $40,287.18 Lake Elsinore Chrysler/Dodge/Jeep/Ram Non Responsive Lake Elsinore Ford Non Responsive Fiscal Impact Sufficient budget is contained in the 2014/2015 Capital Improvement Program annual vehicle replacement reserves (Fund 105). Prepared by: Rick De Santiago Public Works Superintendent Approved by: Jim Smith Interim Director of Public Works Approved by: Grant M. Yates City Manager Attachments: Exhibit A – Acquisition of Service Body Fleet Vehicle Request for Proposal (RFP) Exhibit B – Acquisition of Service Body Fleet Vehicle Service Bed Lake Chevrolet Bid EXHIBIT A – REQUEST FOR PROPOSAL EXHIBIT B – LAKE CHEVROLET BID April 14, 2015 REQUEST FOR PROPOSAL The City of Lake Elsinore hereinafter referred to as the City, is inviting proposals for qualified Dealers to provide the City with the following new 2015 vehicle: a 2WD, 1 Ton (Between 9,000- 12,000 GVWR) Utility Truck. The selected dealer will be responsible for meeting or exceeding all vehicle specifications listed in the Request for Proposal (RFP). Time Schedules: The following is the City’s tentative schedule for the selection of a dealer: 1. Request For Proposal Mailed: April 22, 2015 2. Deadline For Filing RFP: No later than 3:00 p.m. on May 4, 2015 3. Staff Review of Proposals/ May 7, 2015 Test Drive Vehicles: 4. Award of Purchase May 26, 2015 Prior to 3:00 p.m., May 4, 2015 an original and four (4) copies of the proposal shall be submitted in a sealed envelope to: Via U.S. Mail or Courier Service and Walk-In Delivery: City of Lake Elsinore Attn: Administrative Services Director 130 South Main St. Lake Elsinore, CA 92530 Please clearly identify the package – PUBLIC WORKS VEHICLE RFP – 2015 Submittal of response by fax is not acceptable. All questions technical or commercial in nature shall be directed to Rick De Santiago, Public Works Superintendent, at RDesantiago@lake- elsinore.org. Contact with City of Lake Elsinore personnel other than those listed above regarding this RFP may be grounds for elimination from the selection process. Sincerely, Rick De Santiago Public Works Superintendent CITY OF LAKE ELSINORE REQUEST FOR PROPOSAL PUBLIC WORKS VEHICLE 2015 PART I: SELECTION CRITERIA 1. The prospective dealer will be evaluated, based in part on the following criteria: 2. Dealer’s ability to provide delivery of the vehicle(s) timely (see Exhibit A). 3. The thoroughness and conformity of proposal package and quality of vehicle(s). 4. Overall cost of the proposal to the City, and the ability of the proposal to fulfill the City’s needs. 5. Extent of manufacturer and/or dealer warranties. PART II: INSTRUCTIONS, CONDITIONS, AND LEGAL REQUIREMENTS 1. Provide pricing on all requirements as outlined in Exhibit “A”. If there are discrepancies between unit prices and extensions, the City reserves the right to clarify pricing with the affected dealers. Additionally, if a dealer is proposing above basic requirements to provide enhanced capabilities, please state these enhancements in the proposal. 2. Dealer agrees that failure on its part to list all cost components related to the purchase will not be accepted by the City as an acceptable justification to re-quote the proposal. Dealer acknowledges that the original proposal and costs provided stand. However, dealer has the option of withdrawing a proposal at any time until a final contract is executed. 3. The City reserves the right to cancel or renegotiate the purchase any time prior to an order being submitted. 4. Delivery schedules shall be part of the consideration. Time of delivery must be stated in definite terms, and must be met. If time varies on specific items proposed, the dealer shall so state the specific schedule to those items in the proposal sheet (Exhibit A). Once a dealer has been selected for award, the City reserves the right to renegotiate delivery terms based on changing situations. 5. Dealer shall provide an original and four (4) copies of proposals upon submission. 6. The City of Lake Elsinore has outlined the requirements herein in as much detail as is currently known. Please provide any exceptions, additional information, or suggestions that will aid in the City’s selection process (attachments are acceptable). 7. Dealer shall provide within the proposal the price for the most up to date, high quality, and state of the art vehicle as outlined in Exhibit “A”. 8. The City reserves the right to negotiate terms and scope of work with the highest ranked firm. If an agreement cannot be negotiated, the City reserves the right to negotiate with any other dealer. 9. A final contract will be awarded to the most competitively priced and qualified proposal. Although price is of prime consideration, it is not the sole determining factor. The determination of the most qualified and most competitively priced proposal may involve all or some of the following factors: price, vehicle performance, previous experience and performance; conformity to specifications in Exhibit “A”; delivery schedule; terms of payment; compatibility, as required; other costs; and other objective and accountable factors which are reasonable. 10. The Dealer shall defend, indemnify, and hold the City of Lake Elsinore , its officers, agents, volunteers, and employees harmless from any and all causes of action or claims of damages arising out of or related to the dealer’s performance under this contract. 11. The Dealer shall be excused from performance hereunder during the time and to the extent that he/she is prevented from obtaining, delivering, or performing in the customary manner, by acts of God, fire, war, strike, and loss or shortage of transportation facilities. Dealer shall provide the City satisfactory evidence that non-performance is due to other than fault or negligence on dealer’s part. However, the City may require compensation for any delays determined to be caused by circumstances under the control of the dealer. Standard delivery terms should be 60-90 days of receipt of Purchase Order. 12. Any evidence of agreement or collusion among dealers acting to illegally restrain freedom of competition by agreement to propose a fixed price, or otherwise, will render the proposal of such Dealer’s void. PART III: GENERAL INFORMATION 1. Exhibit “A” shall be signed by an authorized official of the company. By signing this exhibit the dealer is indicating that he/she has carefully read the RFP, understands, and accepts all conditions stated herein. 2. The City reserves the right to reject any and all proposals. The City also reserves the right to select one or more dealers to provide the vehicle(s) as specified. 3. The City will not reimburse dealers for any costs involved in the preparation and submission of proposals. Furthermore, this RFP does not obligate the City to accept or contract for any expressed or implied purchases. 4. The City reserves the right to request any dealer submitting a proposal to clarify its proposal or to supply additional material deemed necessary to assist in the selection process. 5. If an Exhibit “A” requirement cannot be met by a dealer, then the dealer should submit a “No Proposal” response for the item(s) affected. Alternate or equivalent items submitted for no proposal responses may be considered by the City, unless otherwise specified. 6. All submitted proposals and information included therein or attached thereto shall become public records upon delivery to the City. 7. Dealer is requested to provide any exceptions, additional information or suggestions that will aid in the City’s selection process. The attached Exhibit is a suggested list of requirements. If dealer needs to revise or make additions to the Exhibit, computer or typed alterations are allowed as long as the City format is maintained. 8. Any questions regarding this RFP should be referred to Rick De Santiago, Public Works Superintendent, at RDesantiago@lake-elsinore.org. CITY OF LAKE ELSINORE SPECIFICATIONS NEW ONE TON UTILITY TRUCK (9,000-12,000 GVWR) FOR THE PUBLIC WORKS DEPARTMENT NUMBER/ITEM DESCRIPTION SPECIFICATION INCLUDED (YES/NO) COMMENTS 1. TYPE Full-Size 2WD, 1 Ton Single Cab Between 9,000-12,000 GVWR Utility Trucks. 2. COLOR Exterior – White; Interior – Vinyl As Supplied With Standard Package. 3. WEIGHT Approximately 9,000-12,000 GVWR (please quote on vehicle that comes closest to this requirement in your fleet). 4. ENGINE 8 Cylinder V8 Minimum 5 to 7 Liter Engine With High Capacity Air Cleaner, & Heavy Duty Battery. 5. FUEL Standard Gasoline. 6. STEERING Power Steering w/Tilt Steering Wheel. 7. BRAKES Power Brakes. 8. TRANSMISSION 6-Speed Automatic with Over Drive and Tow/Haul Mode or Equivalent. 9. AXLES Rear Axle Ratio 4.10 Rear Axle Locking Differential. 10. WHEELBASE Single Rear Wheels. Minimum 133.6’’ 11. SPRINGS & SHOCKS Heavy Duty Front Springs. Heavy Duty Front & Rear Shocks. 12. TIRES All-Season Tires Standard Rim. Spare To Match. 13. INTERIOR Vinyl As Supplied Within Standard Package. Cloth is preferred. Front – Split Bench 40/20/40 Seat, center fold down with storage arm rest. 14. WINDOWS & DOORS Standard Factory Tint As Supplied Within Standard Package. Power Windows & Locks. 15. AIR- CONDITIONING Factory installed. 16. RADIO AM/FM Stereo CD Player with MP3, Seek & Scan, Digital Clock. Interior: Standard Dome Light. 17. BUMPERS Front and Rear Steel Bumpers, Painted or Chrome Or As Supplied In Standard Package. 18. MIRRORS Left & Right Side: Dual Extending, Power Mirrors. Interior: Standard Dome Light. 19. CARGO BED Standard Service Bed 20. ACCESSORIES a. Front License Plate Bracket. b. Standard Factory Floor Covering With Rubber Mats. c. Gauges – Full Instrumental. d. Towing Package With 6 Prong Plug, With Class IV Hitch. e. Brake Controller f. Five pound DOT Approved Fire Extinguisher g. DOT Approved First Aid Kit h. Recovery Hooks (Front and Back) i. Amber Light Bar With 4 Corner Strobes, Built in Arrow Stick, Front and Rear Warning Strobes and Aux. Lights. j. Strobe Lights on Corners of Back Bumper k. Kenwood VHF 50 Watt Radio 21. LICENSES Exempt - Dealer To Process All Necessary DMV Registration Papers For License (No Charge For Exempt Registration). 22. OWNERS MANUAL Operators Manual Will Be Furnished With Vehicle(s) Upon Delivery 23. WARRANTY Factory/Dealer Warranties Will Be Furnished With Vehicle(s) Upon Delivery 24. KEYS 4 Sets of Vehicle Keys. DEALER: ADDRESS: PHONE: AUTHORIZED REPRESENTATIVE: SIGNATURE: MAKE: MODEL: YEAR: COLOR: Single Truck Purchase UNIT SALE PRICE PER TRUCK: SALES TAX PER TRUCK: TOTAL PRICE PER TRUCK: COSTS STATED WITHIN THE UNIT SALES PRICE ARE ALL-INCLUSIVE FOR SPECIFICATIONS LISTED. SIGNING THIS PROPOSAL GUARANTEES DELIVERY WITHIN 60-90 DAYS OF RECEIPT OF PURCHASE ORDER. April 14, 2015 CITY OF �.�l LAE Cog LSIHOE DREAM EXTREME REQUEST FOR PROPOSAL The City of Lake Elsinore hereinafter referred to as the City, is inviting proposals for qualified Dealers to provide the City with the following new 2015 vehicle: a 2WD, 1 Ton (Between 9,000- 12,000 GVWR) Utility Truck. The selected dealer will be responsible for meeting or exceeding all vehicle specifications listed in the Request for Proposal (RFP). Time Schedules: The following is the City's tentative schedule for the selection of a dealer: 1. Request For Proposal Mailed: April 22, 2015 2. Deadline For Filing RFP: No later than 3:00 p.m. on May 4, 2015 3. Staff Review of Proposals/ May 7, 2015 Test Drive Vehicles: 4. Award of Purchase May 26, 2015 Prior to 3:00 p.m., May 4, 2015 an original and four (4) copies of the proposal shall be submitted in a sealed envelope to: Via U.S. Mail or Courier Service and Walk -In Delivery City of Lake Elsinore Attn: Administrative Services Director 130 South Main St. Lake Elsinore, CA 92530 Please clearly identify the package — PUBLIC WORKS VEHICLE RFP — 2015 Submittal of response by fax is not acceptable. All questions technical or commercial in nature shall be directed to Rick DeSantiago, Public Works Superintendent, at RDesantiapoCa7lake- elsinore.orc. Contact with City of Lake Elsinore personnel other than those listed above regarding this RFP may be grounds for elimination from the selection process. Sincerely, Rick DeSantiago Public Works Superintendent CITY OF LAKE ELSINORE SPECIFICATIONS NEW ONE TON UTILITY TRUCK (9,000- 12,000 GVWR) FOR THE PUBLIC WORKS DEPARTMENT SPECIFICATION NUMBER/ITEM DESCRIPTION INCLUDED COMMENTS (YES /NO) 1. TYPE Full -Size 2WD, 1 Ton Between 9,000- 12,000 GVWR Utility Trucks. 2. COLOR Exterior — White; Interior — Vinyl As Supplied , With Standard Package. y 3. WEIGHT Approximately 9,000- 12,000 GVWR (please quote on vehicle that comes closest to this requirement in your fleet). 4. ENGINE 8 Cylinder V8 Minimum 5 to 7 Liter Engine r With High Capacity Air Cleaner, & Heavy l� Duty Battery. 5. FUEL Standard Gasoline. ` 6. STEERING Power Steering w /Tilt Steering Wheel. 7. BRAKES Power Brakes. `r 8. TRANSMISSION 6 -Speed Automatic with Over Drive and Tow /Haul Mode or Equivalent. �l 9. AXLES Rear Axle Ratio 4.10 V Rear Axle Locking Differential. 10. WHEELBASE Single Rear Wheels. Minimum 133.6" 11. SPRINGS & Heavy Duty Front Springs. / SHOCKS Heavy Duty Front & Rear Shocks. 12. TIRES All- Season Tires Standard Rim. Spare To Match. Y 13. INTERIOR Vinyl As Supplied Within Standard Package. Cloth is preferred. Front — Split Bench 40/20/40 Seat, center fold down with storage arm rest. 14. WINDOWS & Standard Factory Tint As Supplied Within DOORS Standard Package. Power Windows & Locks. 1 15. AIR- Factory installed. CONDITIONING x 16. RADIO AM /FM Stereo CD Player with MP3, Seek & Scan, Digital Clock. Interior: Standard Dome Light. 17. BUMPERS Front and Rear Steel Bumpers, Painted or Chrome Or As Supplied In Standard Package. 18. MIRRORS Left & Right Side: Dual Extending, Power Mirrors. Interior: Standard Dome Light. 19. CARGO BED Standard Service Bed 20. ACCESSORIES a. Front License Plate Bracket. b. Standard Factory Floor Covering With Rubber Mats. c. Gauges — Full Instrumental. i0 d. Towing Package With 6 Prong Plug, With I� r Class IV Hitch. 7 e. Brake Controller f. Five pound DOT Approved Fire Extinguisher g. DOT Approved First Aid Kit h. Recovery Hooks (Front and Back) i. Amber Light Bar With 4 Corner Strobes, Built in Arrow Stick, Front and Rear Warning V' Strobes and Aux. Lights. j. Strobe Lights on Corners of Back Bumper k. Kenwood VHF 50 Watt Radio 21. LICENSES Exempt - Dealer To Process All Necessary DMV Registration Papers For License (No Charge For Exempt Registration). 22. OWNERS Operators Manual Will Be Furnished With MANUAL Vehicle(s) Upon Delivery i 23. WARRANTY Factory/Dealer Warranties Will Be Furnished With Vehicle(s) Upon Delivery 24. KEYS 4 Sets of Vehicle Keys. �Q DEALER: ADDRESS: S =I /N)`o (.I CI Dv� LA-e-4 af_-Av_ - cn c)7 -,-s a b PHONE: Qs) b��' 3� 1_ _____ _ _ AUTHORIZED.RE4.RESENTATIVE: %- SIGNATURE:. MAKE: CAVV Single Truck Purchase MODEL: SJSA YEAR: 2615 COLOR: Ble6ou UNIT SALE PRICE PER TRUCK: 31111 • &'� SALES TAX PER TRUCK: ZleA.14 TOTAL PRICE PER TRUCK: 4Q?,p,,2EZ, IS bm CA -t eu- Fi_,e: plohv i I3, _t s COSTS STATED WITHIN THE UNIT SALES PRICE ARE ALL- INCLUSIVE FOR SPECIFICATIONS LISTED. SIGNING THIS PROPOSAL GUARANTEES DELIVERY WITHIN 60 -90 DAYS OF RECEIPT OF PURCHASE ORDER. Prepared By: administrator 1y5 2015 Fleet/Non- Retail Chevrolet Silverado 350OHD Built After Aug 14 2WD SELECTED MODEL & OPTIONS SELECTED MODEL - 2015 Fleet/Non- Retail CC35903 2WD Reg Cab 133.6" Work Truck Code Description CC35903 2015 Chevrolet Silverado 350OHD Built After Aug 14 2WD Reg Cab 133.6" Work Truck SELECTED VEHICLE COLORS - 2015 Fleet/Non- Retail CC35903 2WD Reg Cab 133.6" Work Truck Code Description Interior: Dark Ash Exterior 1: Summit White Exterior 2: No color has been selected. SELECTED OPTIONS - 2015 Fleet/Non- Retail CC35903 2WD Reg Cab 133.6" Work Truck Code Description! 1WT WORK TRUCK PREFERRED EQUIPMENT GROUP includes standard equipment 9J4 BUMPER, REAR, DELETE (Requires single rear wheels. Included with (ZW9) pickup box delete.) *CREDIT* A31 WINDOWS, POWER with driver express up and down and express down on all other windows (Included and only available with (PCR) WT Fleet Convenience Package.) AE7 SEATS, FRONT 40/20/40 SPLIT - BENCH, 3- PASSENGER, DRIVER AND FRONT PASSENGER RECLINE with outboard head restraints and center fold -down armrest with storage. Vinyl has fixed lumbar and cloth has manually adjustable driver lumbar. (STD) (Upgradeable to (AZ3) front 40/20/40 split -bench seat.) AQQ REMOTE KEYLESS ENTRY (Included and only available with (PCR) WT Fleet Convenience Package.) AVF 2015 INTERIM PROCESSING CODE DD8 MIRROR, INSIDE REARVIEW AUTO - DIMMING (Included and only available with (PCR) WT Fleet Convenience Package.) Report content is based on current data version referenced. Any performance- related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 384.0, Data updated 4/28/2015 © Copyright 1986 -2012 Chrome Data Solutions, LP. All rights reserved. Customer File: May 04, 2015 11:02:19 AM Page 1 Prepared By: administrator 2015 Fleet/Non- Retail Chevrolet Silverado 350OHD Built After Aug 14 2WD SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2015 Fleet/Non- Retail CC35903 2WD Reg Cab 133.6" Work Truck Code Description DPN MIRRORS, OUTSIDE HEATED POWER- ADJUSTABLE VERTICAL CAMPER UPPER GLASS, MANUAL - FOLDING AND EXTENDING, BLACK. Includes integrated turn signal indicators consisting of 51 square inch flat mirror surface positioned over a 24.5 square inch convex mirror surface with a common head and lower convex spotter glass (convex glass is not heated and not power adjustable) and addition of Auxiliary cargo lamp for backing up (helps to see trailer when backing up with a trailer) and amber auxiliary clearance lamp (Included and only available with (PCR) WT Fleet Convenience Package and includes (DD8) auto - dimming inside rearview mirror.) GAZ SUMMIT WHITE GT5 REAR AXLE, 4.10 RATIO (Requires (L96) Vortec 6.OL V8 SFI engine or (LC8) 6.OL V8 SFI Gaseous CNG (Compressed Natural Gas) engine.) H2Q DARK ASH, VINYL SEAT TRIM with Jet Black interior accents 104 CHEVROLET MYLINK AUDIO SYSTEM, 4.2" DIAGONAL COLOR SCREEN WITH AM /FM STEREO USB ports, auxiliary jack, SD card slot, Bluetooth streaming audio for music and most phones, hands -free smartphone integration, Pandora Internet radio and voice - activated technology for radio and phone JFI GVWR, 10,400 LBS. (4717 KG) WITH SINGLE REAR WHEELS (Requires C35903 and (L96) Vortec 6.OL V8 SFI engine or (LC8) 6.OL V8 SFI Gaseous engine.) JL1 TRAILER BRAKE CONTROLLER, INTEGRATED (If (ZW9) pickup box delete or (9J4) rear bumper delete is ordered (JL1) trailer brake controller is deleted and available to order as a free flow option.) L96 ENGINE, VORTEC 6.OL VARIABLE VALVE TIMING V8 SFI E85- COMPATIBLE, FLEXFUEL capable of running on unleaded or up to 85% ethanol (360 hp [268.4 kW] @ 5400 rpm, 380 lb -ft of torque [515.0 N -m] @ 4200 rpm) with (E63) fleetside pickup box; (322 hp [240.1 kW] @ 4400 rpm, 380 lb -ft of torque [515.0 N -m] @ 4200 rpm) with (ZW9) pickup box delete (Does not include E85 capability with (ZW9) pickup box delete.) (STD) Report content is based on current data version referenced. Any performance - related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 384.0, Data updated 4/28/2015 © Copyright 1986 -2012 Chrome Data Solutions, LP. All rights reserved. Customer File: May 04, 2015 11:02:19 AM Page 2 Prepared By: administrator 2015 Fleet/Non- Retail Chevrolet Silverado 350OHD Built After Aug 14 2WD SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2015 Fleet/Non- Retail CC35903 2WD Reg Cab 133.6" Work Truck Code Description MYD TRANSMISSION, 6 -SPEED AUTOMATIC, HEAVY -DUTY, ELECTRONICALLY CONTROLLED with overdrive and tow /haul mode. Includes Cruise Grade Braking and Powertrain Grade Braking (Requires (L96) Vortec 6.OL V8 SFI engine or (LC8) 6.OL V8 SFI Gaseous CNG (Compressed Natural Gas) engine.) (STD) PCR WT FLEET CONVENIENCE PACKAGE includes (DPN) outside heated power - adjustable vertical camper mirrors, (DD8) inside rearview auto - dimming mirror and (AQQ) Remote Keyless Entry (Includes (A31) power windows.) PYT WHEELS, 18" (45.7 CM) PAINTED STEEL includes 18" x 8" (45.7 cm x 20.3 cm) steel spare wheel. Spare not included with (ZW9) pickup box delete unless a spare tire is ordered. (Requires single rear wheels, (QGM) LT265/70R18E all- terrain, blackwall tires or (QWF) LT265/701318E all- season, blackwall tires.) (STD) QWF TIRES, LT265/70R18E ALL - SEASON, BLACKWALL (Requires single rear wheels.) (STD) R9Y FLEET FREE MAINTENANCE CREDIT This option code provides a credit in lieu of the free oil changes, tire rotations and inspections (4 maximum), during the first 24 months and 24,000 miles period for this ordered vehicle. The invoice will detail the applicable credit. The customer will be responsible for all oil change, tire rotations and inspections costs for this vehicle. (Requires one of the following Fleet or Government order types: FBC, FBN, FCA, FCN, FLS, FNR or FGO. Not available with FDR order type.) *CREDIT* SFW BACKUP ALARM CALIBRATION This calibration will allow installation of an aftermarket back up alarm. (Not available with SEO (8S3) back -up alarm or (UY2) trailer wiring provisions. Included with (ZW9) pickup box delete.) SRW CHASSIS, SINGLE REAR WHEEL TG5 SINGLE -SLOT CD /MP3 PLAYER (Requires (104) 4.2" diagonal color display radio with Chevrolet MyLink.) Report content is based on current data version referenced. Any performance- related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 384.0, Data updated 4/28/2015 © Copyright 1986 -2012 Chrome Data Solutions, LP. All rights reserved. Customer File: May 04, 2015 11:02:19 AM Page 3 Prepared By: administrator ■ aF� 2015 Fleet/Non- Retail Chevrolet Silverado 350OHD Built After Aug 14 2WD SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2015 Fleet/Non- Retail CC35903 2WD Reg Cab 133.6" Work Truck Code Description UE1 ONSTAR DIRECTIONS AND CONNECTIONS PLAN FOR 6 MONTHS including Automatic Crash Response, Stolen Vehicle Assistance, Roadside Assistance and Turn -by -Turn Navigation (Requires (104) 4.2" diagonal color display radio with Chevrolet MyLink. Visit onstar.com for coverage map, details and system limitations. Services vary by model and conditions.) BLUETOOTH FOR PHONE personal cell phone connectivity to vehicle audio system (Included and only available with (104) 4.2" diagonal color display radio with Chevrolet MyLink) VQ2 FLEET PROCESSING OPTION W4 ONSTAR WITH 4G LTE provides a built -in Wi -Fi hotspot to connect to the internet at 4G LTE speeds (Requires (104) 4.2" diagonal color display radio with Chevrolet MyLink. Visit www.onstar.com for vehicle availability, details and system limitations. Services and connectivity may vary by model and conditions. 4G LTE service available in select markets. 4G LTE performance based on industry averages and vehicle systems design. Some services require data plan.) YF5 EMISSIONS, CALIFORNIA STATE REQUIREMENTS Z85 SUSPENSION PACKAGE, STANDARD includes 51mm twin tube shock absorbers and 33mm front stabilizer bar (STD) ZW9 PICKUP BOX, DELETE includes (9J4) rear bumper delete, spare tire delete and spare tire carrier delete, and deletes (Z82) trailering equipment and (JL1) trailer brake controller. (Requires a long box model C *359'"3.) 'CREDIT* ZY1 PAINT, SOLID OPTIONS TOTAL Report content is based on current data version referenced. Any performance - related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 384.0, Data updated 4/28/2015 © Copyright 1986 -2012 Chrome Data Solutions, LP. All rights reserved. Customer File: May 04, 2015 11:02:19 AM Page 4 E Page 1 of 1 3 http: // images. cobaltgroup. com /5/8/9/10521987985.jpg 5/6/2015