REQUESTS FOR PROPOSALS SERVICES at

advertisement
REQUESTS FOR PROPOSALS
FOR ON-SITE VEHICLE & EQUIPMENT PARTS SUPPLY AND MANAGEMENT
SERVICES
at
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT
for the
CITY OF CHARLOTTE, NORTH CAROLINA
Dated April 8, 2014
SCHEDULE
ACTIVITY (All times are EST)
DATE
Issue RFP
April 8, 2014
Deadline for Submittal of Written Questions for Pre-Proposal at 5:00 PM
April 16, 2014
Pre-Proposal Meeting at 2:00 p.m. (Mandatory)
April 17, 2014
Final Deadline for Submittal of Written Questions at 5:00 p.m.
April 22, 2014
Proposal Submittal by 2:00 p.m.
April 29, 2014
Evaluation of Proposals
Short Listing and Proposer Interviews (if applicable)
April 29, 2014
– May 9, 2014
May 6, 2014
Award Recommendation Process: Charlotte City Council
May 27, 2014
Service Agreement Estimated Start Date
September 1, 2014
Responders must provide four (4) hardcopies in a three ring binder of their proposal by one of
the methods outlined below, as well as an electronic copy included on a flash drive and
submitted with the hardcopies of the proposal no later than April 29, 2014 by 2PM, according to
CLT’s clock.
1. Proposers may mail their submissions to Charlotte Douglas International Airport; Attn:
Procurement, 5601 Wilkinson Blvd.; Charlotte, NC 28208.
2. Proposers may hand deliver their submissions no later than 2 PM, by CLT’s clock, on April
29, 2014, by placing their proposal and all required material in the box labeled On-Site
Vehicle & Equipment Parts Supply & Management Services RFP located at the temporary
visitor’s entrance at CLT Center, 5601 Wilkinson Blvd. Charlotte, NC 28208.
1
RFP 2014-04-001
INTRODUCTION
The City of Charlotte (“City”) as owner and operator of Charlotte Douglas International Airport
(“CLT”) requests the submissions of proposals for On-Site Vehicle & Equipment Parts Supply
and Management Services (“Services”) for CLT. The goals and priorities of the Services are to:
(1) ensure responsiveness in the delivery of needed parts; (2) receive a high level of customer
service; (3) partner with a company that understand CLT’s inventory needs; and (4) minimize
CLT’s costs.
The following includes the information, requirements and forms necessary for a complete
proposal. A Mandatory Pre-Proposal Meeting will be held on April 17, 2014 at 2 p.m. The
meeting will be held in the Facilities Conference room of the CLT Center, located at 5601
Wilkinson Blvd. Charlotte, NC 28208. The meeting should last no more than two hours and will
include a site tour of the inventory location. Prior to and after the meeting, any questions
concerning the RFP may be submitted in writing at procurement@cltairport.com, however, no
response will be provided for questions submitted after 5 p.m. EST on April 22, 2014. Answers
to all written questions will be provided by written Addendum. All addenda will be posted on
CLT’s website, cltairport.com, and it will be the responsibility of the proposer to frequently
check for such additions. In case any proposer fails to acknowledge opening of any such
Addenda in the space provided in Exhibit A, its proposal will nevertheless be construed as
though the addenda had been received and acknowledged, and submission of a proposal shall
constitute acknowledgment of the opening of the same. Proposers may neither rely upon nor will
the Aviation Director or his designee make any oral representations.
2
RFP 2014-04-001
TABLE OF CONTENTS
I.
II.
III.
Overview
Scope of Services
Eligibility and Disqualification of Proposers
a. Initial Eligibility of Proposers
b. Acknowledgement of Proposer
c. Disqualification of Proposal
IV.
Proposal Format and Submission Requirements
a. Format
b. Submission Requirements
V.
Selection Criteria
VI.
Award of Contract
VII. Miscellaneous
a. Interpretation of the RFP
b. Consent to Investigate
c. City’s Right to Cancel, Reject, Modify or Reissue RFP
d. Attempts to Influence Selection Process
e. Proposer’s Cost of Proposal Preparation
f. Ownership and Public Records
g. Representation by Brokers
h. Disclaimer
VIII. Exhibits
a. Required Proposal Forms
b. Service Agreement
c. Equipment Vehicle List
d. Parts Purchased in 2013
3
RFP 2014-04-001
4
4
13
13
13
14
14
14
15
15
16
16
16
16
16
16
17
17
17
17
18
26
42
50
I.
OVERVIEW
CLT is requesting proposals from qualified and experienced proposers to provide the
Services. The intent of this RFP is to minimize vehicle and equipment fleet downtime;
and to reduce vehicle and equipment maintenance costs. The proposer will determine
CLT’s inventory requirements and make those items available as part of this operation.
The proposer shall be responsible for providing adequate staffing, inventory
management, warehouse facilities and transportation means to pick-up and deliver
required items. CLT will provide a secure operations and storage area free of charge.
This includes heat, electricity, water, use of restrooms and break rooms. The proposer
shall be wholly responsible for the on-site inventory and will work with CLT in providing
for a totally secured stock area. CLT will pay for parts as used.
The proposer is required to procure and furnish all parts materials, supplies and fluids
required for the operation, maintenance and servicing of vehicles and equipment
including a full line of heavy duty equipment parts, Original Equipment Manufacturer
(OEM) parts, small engine parts, tires, agricultural parts, hydraulic hoses, fasteners,
chemicals and tools in accordance with the quality and availability standards outlined in
this RFP. The proposer shall pass on to CLT as savings, all available manufacturer,
dealer or distributor sales, discounts, rebates and all available parts warranties. Currently
there are approximately 1,700 items inventory stock parts.
II.
SCOPE OF SERVICES
Required Services
The proposer shall provide and deliver aftermarket and OEM parts and/or supplies as
required. All parts substituted or reworked must be approved by CLT prior to
acceptance. All parts stocked and inventoried at CLT will remain the property of the
proposer until such part or item is requested by CLT via an official work order and
delivered to CLT personnel. CLT will not accept “white box” (goods that lack a brand
name) or gray market parts (parts that are unofficial, unauthorized or intended by the
original manufacturer). Proposer will sell parts to CLT, when requisitioned, based upon
the lowest possible cost to obtain the parts. The proposer shall not issue parts or supplies
to CLT without a proper work order requisition. Proposer must also provide any normal
machine shop service. No sales transactions are allowed on site other than those sales
directly to CLT.
4
RFP 2014-04-001
Inventory
To establish and maintain a high level of maintenance shop productivity, CLT requires
prompt response time to parts requests. CLT will work with the proposer throughout the
contract period to determine the parts, supplies and equipment to carry in inventory. The
inventory must be balanced and tailored to CLT’s needs. Financial responsibility and
ownership of the inventory belongs entirely to the Proposer during the entire term and
upon termination of the contract. Upon termination of the contract, CLT at its sole
discretion may purchase or require a future vendor to purchase the inventory owned by
the proposer at the proposers cost. Written notification is required from either party for
changes to minimum and maximum inventory levels and when making additions to or
subtractions from the inventory.
As part of the proposal evaluate the usage history of the current inventory of parts and
supplies, included in Exhibit D, and create an inventory plan that identifies those parts
that should be removed from and/or added to the stock, and determine the stocking
levels of those that should remain in stock. If selected, the proposer will provided a
similar evaluation on a monthly basis.
Parts and Equipment Requirements
The proposed parts operation shall provide the following equipment when needed and
requested by CLT: lube equipment for dispensing oil and grease; hydraulic hose making
equipment; paint mixing equipment to custom mix any color; and gaseous dispensing
equipment. In addition to fleet maintenance items, the proposer may be required to stock
certain special commodities that are not directly related to the maintenance and repair of
the fleet, including but not limited to, safety glasses, dust masks, gloves, soap and insect
spray
The proposer must guarantee all items purchased for equipment repair and maintenance
applications will fit the intended application and further guarantee that the product will
work on the intended application.
All prices provided in the proposal should include any cost for shipping and freight.
Where part orders require shipping and freight unexpected at the time of proposal, the
proposer shall notify designated CLT personnel of the cost and estimated date of delivery
to CLT. Upon receipt of notification, CLT will direct the proposer on how to proceed
with the order.
5
RFP 2014-04-001
Proposer must furnish 85% of CLT’s parts requirements on demand and 95% of CLT’s
parts requirements by start of business the work day following the request (or 24 hours
from request). As part of your proposal include in the inventory plan your commitment
to meet this requirement and any other information on how your company can meet
these percentages.
Proposer must provide bulk gaseous products, including but not limited to Freon, oxygen,
acetylene and argon. Additionally, CLT may require the proposer to charge out bulk
gases by individual units of measure (ounces, pounds, etc.)
Proposer must provide bulk fluids, including but not limited to, petroleum fluids, washer
fluids, diesel exhaust fluids, grease and lube oils as required. Additionally, CLT may
require the proposer to charge out bulk fluids by individual units of measure (pints,
quarts, gallons, etc.)
Parts shall be categorized as one of the following:
 Aftermarket Parts and/or Supplies: The offered part shall be of similar kind and
quality not made by the original manufacturer.
 OEM Parts and/or Supplies: The offered part shall be made by the manufacturer of
the original part.
Parts must at a minimum meet the following:
 All hydraulic equipment, components and parts must meet JIC and SAE
specifications.
 Grade 5 is required on all fasteners, including but not limited, to nuts, bolts and
washers. The proposer shall, where reasonable and acceptable, provide rebuilt,
refurbished, recycled, retreaded, or refined products that meet or exceed OEM,
SAE, UL, Mil-spec, ANSI or other industry quality standards. The proposer shall
accept industry standard cores for rebuilding where the parts are acceptable as
core exchanges including water pumps, alternators, etc.
 Original Equipment (O.E.) spec quality or better on parts sold to CLT
Deliveries
Proposer shall provide up to four (4) deliveries per day from the distribution center or
warehouse to supplement the normal stock orders and provide access to parts as needed
from any of the selected proposer’s regional locations, in addition to their local
distribution center. Proposer will provide a vehicle for pick-up and delivery of nonstocked parts from suppliers
6
RFP 2014-04-001
Incorrect/Unacceptable Parts
During the term of the Service Agreement all parts or supplies sourced by the proposer and/or
brought into inventory that are incorrect or an unacceptable substitute will be the financial
responsibility of the proposer unless CLT personnel specifically requested the exact part number
brought into inventory. CLT shall not be responsible for restocking fees associated with said
incorrectly sourced or inventoried parts or supplies unless CLT specifically requested the exact
part number. The burden of proof lies solely with the proposer to prove the incorrect part was
requested by CLT.
Electronic Computer System
Use current state of the art computer hardware and software to control and report on its
operations, including but not limited to, monitoring and reporting the status of parts on
hand, on order, on back order, usage, costs, billing information and historical data on
vehicles and equipment. Specifically, the inventory system must at a minimum perform
the following:
 Maintain a master parts inventory with traditional part data elements, including,
but not limited to: part numbers, part descriptions, manufacturer, master category
and sub category, price quantities, vendor, etc.
 Set min/max order point stock levels for each part.
 Audit part transactions from requisition through issue, including but not limited
to, work order or independent issue number, asset number, repair code, technician
ID, reorder, and all inventory adjustments.
 Assign a primary vendor (and a secondary vendor if applicable) to each part.
 Establish and maintain vendor information, including but not limited to: vendor
name, address, payment and delivery terms, etc.
 Set replacement part warranty period for parts. Track warranty replacements at
the vehicle level.
 Track and report part obsolescence.
 Properly invoice all parts at the time of sale/disbursement.
 Provide a detailed statement showing all invoice numbers, equipment numbers,
repair order numbers, account numbers, and the amounts purchased.
 Change and/or credit part cores without mark-ups or shipping charges applied.
Warranties
All items purchased for repair must fit and work on the intended application. The
proposer agrees to on-site replacement for defective, inferior, or non-fit items. Full
manufacturers, dealers or distributors warranties and/or guarantees shall be honored by
the proposer. All aftermarket and OEM parts and/or supplies provided by the proposer
7
RFP 2014-04-001
shall be warranted against defects in material and workmanship. The warranty and/or
recall will provide the full cost of the part required to replace the defective part and all
labor, packing, shipping, etc. required to replace the defective part. The proposer shall be
responsible for dealing with all warranty providers and resolving any and all issues
concerning warranties. The proposer shall maintain warranty records of items sold to
CLT and issue any credits including labor and parts, due to CLT that are covered under
these warranties.
Staffing Levels
The proposer shall provide personnel management, parts and supplies necessary to run an
efficient and effective on-site parts operation that covers all hours worked by CLT,
including overtime due to peak demand and emergency operations. The number of staff
and scheduling of such will be mutually agreed upon between the parties. Normal
working hours are 6:30 a.m. to 3:00 p.m. Monday through Friday. The proposal shall
include provisions for staffing during normal working hours and also during times of
emergency, vacation and sick leave.
Staffing Requirements
CLT recognizes that to be successful, any agreement must result in a working partnership
between CLT and the proposer. CLT must be able to rely on the proposer to make the
best and most cost effective parts supply decisions on behalf of CLT and have a baseline
understanding of all the requirements involved in a successful partnership. To that end,
the following is required of the proposer:
 Provide sufficiently trained, knowledgeable and service oriented personnel to
efficiently and effectively operate the daily supply of parts and supplies as
detailed in this RFP. Personnel shall not be employees of or have any contractual
relationship with CLT.
 An Account Representative, shall be assigned to CLT and be readily available
Monday through Friday from 7:00 am through 5:30 pm via telephone and/or
email for regular business. Additionally, a company Account Representative must
be available twenty-four (24) hours a day / seven (7) days a week by phone and
email.
 CLT will interview and must agree on all of the managers and assistant managers
assigned by the proposer to work at CLT, however at no time will CLT participate
in or review the hiring processes of the proposer.
 CLT reserves right to request the proposer to discipline or replace any employee
that is deemed detrimental to the parts operation.
8
RFP 2014-04-001
Reporting:
All reports are required to specifically identify each part number in as much detail as
possible. Reports requested by the Airport shall be delivered within three (3) calendar
days of the request. The Airport will work with the successful proposer to define such
reporting requirements. At a minimum the following reports are required:
 Monthly Invoice Report. A report itemizing all parts invoiced for the month shall
be submitted with the monthly invoice.
 Annual Report. On the calendar year of the effective date of the Service
Agreement and every anniversary date thereafter, the proposer must submit to
CLT a written annual report that summarizes the year’s activity in a format agreed
upon by the parties.
 The proposer must track and report on all parts on order with lead times greater
than one (1) hour; and provide updates on parts on order throughout each work
day to designated CLT personnel.
 Ad Hoc Reporting. CLT reserves the right to obtain from the proposer additional
reports as required at no additional cost, which reports are reasonably capable of
being produced from data in the proposer’s system.
Records and Record Keeping
The proposer shall maintain all records pertaining to charges made to CLT including, but
not limited to, part costs, salaries and overhead expenses. The proposer’s computer
system will store all transactions during the term of the Service Agreement. At the end of
the Service Agreement term, electronic copies of all records and transactions shall be
provided to CLT. The proposer will provide and maintain fully current material Safety
Data Sheets (MSDS) for all applicable products and current manufacturer’s price sheets
or other requested documents as needed.
Training.
The proposer shall provide training to CLT employees (classroom and hands-on) through
manufacturers’ representatives and factory training instructors who offer personal service
and assistance as needed. The proposer must also provide electronic training materials
and toll-free technical service numbers.
9
RFP 2014-04-001
CLT Fleet
A complete list of CLT’s current fleet is included below in Exhibit C: Equipment
Vehicle List. The fleet is upgraded consistently and CLT will work with the successful
proposer to identify fleet changes as they happen.
Compensation
Calendar year 2013 expenditures for all fleet vehicles and equipment repair parts and
supplies are estimated at approximately $1,227,837.44.
Pricing
Costs for all parts will be the price stated in the originally submitted proposal. Pricing
shall be provided in electronic format (in readable spreadsheet, Excel, etc.) and be in
accordance with proposer’s current written contracts with outside vendors (copies of
these contracts shall be provided to CLT upon request).
Invoicing
At the end of each month, the proposer will submit an invoice and any reports required
by CLT to substantiate the costs and expenses associated with providing the Services to
the City. No other invoices for parts or expenses associated with providing these services
shall be accepted or paid. Parts issued by the proposer and subsequently returned by CLT
unused, must be fully and immediately credited back to the work order upon return to the
proposer. One (1) payment will be issued monthly for items above.
Transition Services
The successful proposer will be responsible for preparing and managing an orderly and
effective transition and start-up of the Services. Prior to occupying the CLT facility, the
proposer shall work with CLT to determine a beginning inventory to be stocked and
maintained. The beginning inventory, including minimum and maximum quantities will
be defined and mutually agreed upon. As part of the proposal, please include a transition
plan.
10
RFP 2014-04-001
Contract Term
The term of the Services Agreement will be three years with two options for one year
extensions executed in the sole discretion of CLT. Proposer will be required to sign a
contract between the City and itself in a form substantially similar to Exhibit B.
CLT Facilities, Equipment and Employees
Proposer shall not utilize City equipment, employees or other unassigned interior/exterior
City facilities for any reason at any time without prior written approval by CLT.
Management
On a quarterly basis, or upon request, CLT and at least one representative of the upper
management of the successful proposer will meet face to face to discuss any operational
and contractual concerns. As part of the proposal, the members of upper management
that would be included in this meeting must be provided.
Physical Inventory
CLT’s inventory requirements change constantly and parts stocked by the proposer may become
obsolete. CLT and the proposer shall review inventory levels twice per year to determine
obsolescence. CLT will work with the successful proposer to schedule the physical inventory
activities. CLT retains the right to determine which parts are obsolete. Parts which are no longer
needed, out of date, or obsolete shall be returned for credit and/or exchanged for current stock
needs. All parts delivered and inventoried at CLT must, if required by law, have appropriate
Material Safety Data Sheets included with item.
Badging
The successful proposer’s employees must apply and qualify for an airport security badge
prior to employment. The standards adopted by the Transportation Security
Administration for the issuance of these security badges are captured in Title 49 of the
Code of Federal Regulations, Part 1542.
Uniforms
The successful proposer will supply their employees with uniforms identifying the
company. As part of the proposal include a description (and a picture where possible)
of the uniform to be provided.
11
RFP 2014-04-001
Storage and Office Space.
Office and storage space will be made available to the successful proposer. The location
and amount of space will be shown during the Mandatory pre-proposal meeting.
CLT’s Rights.
CLT reserves the right to:
 Inspect the quality of materials, supplies and equipment proposed to be furnished
and to reject any item deemed not to meet original equipment standards and
performance. At its discretion, CLT may elect to purchase and maintain
ownership of certain specialized items.
 Purchase parts and/or services from other sources if the proposer cannot obtain
desired parts or service by start of business the day following the request, and in
emergency situations to procure parts and/or services immediately if the proposer
cannot supply the part and/or service in an acceptable time frame and make
incidental purchases from other suppliers for the same commodities herein listed
when it is in CLT’s best interest.
 Determine which products must be new, refurbished, recycled or retreated.
 Direct the proposer to purchase parts from suppliers designed by CLT if the price
or quality of the part provided by the proposer is unsatisfactory.
 Direct the proposer to solicit multiple vendors competitively and purchase and
issue parts determined to be of the best value to CLT. Conversely, if CLT has
documented, negative operational experience with a certain vendor, CLT reserves
the right to direct the proposer to purchase parts from another vendor.
Subcontract
The Company shall not subcontract any of its obligations under this Contract without the
Airport’s prior written consent. In the event the Airport does consent in writing to a
subcontracting arrangement, Company shall be the prime contractor and shall remain
fully responsible for performance of all obligations which it is required to perform under
this Contract. Any subcontract entered into by Company shall name the Airport as a third
party beneficiary.
12
RFP 2014-04-001
Taxes, Licenses and Fees
The selected proposer will be responsible for any applicable taxes, licenses, permit fees
or other applicable costs associated with the Services that may be levied by the City,
County, State, Federal or other agencies.
Advertising and CLT Trademarks & Logos
Where applicable, CLT retains the right to advertising at all locations where the Services
operate. Further, any use of CLT’s trademarks and logos by the successful proposer is
prohibit absent written consent by CLT.
III.
ELIGIBILITY AND DISQUALIFICATION OF PROPOSERS
a. Initial Eligibility of Proposers
Experience and Qualifications
Proposers must be able to demonstrate the ability to meet the inventory needs for
CLT. Further, the proposer must have a sufficiently stocked distribution center or
warehouse within one (1) hour driving distance from CLT. As part of the proposal,
include a list of clients over the past 5 years including the price of parts consumed
by each client per year. Also, include the location of the distribution center or
warehouse within one (1) hour driving distance from CLT.
Financial Capacity
Proposers are expected to have the financial ability to move forward with the
Services, however, proposer’s financials will not be a required part of the RFP. Upon
inspection of the proposals, CLT reserves the right to request any and all financial
material it deems relevant in assessing the validity of the proposal.
Outstanding Claims and Litigation
Proposers are not eligible if at the time of submission the proposer, or any individual
or entity of proposer, is in default, has any past due amounts or arrearages or is in
breach of contract with any previous or existing contract with the City. Further, the
City also has the right to disqualify any proposer with whom the City has any
existing or pending litigation against the proposer or any of its subcontractors
13
RFP 2014-04-001
included as part of the proposal, if the City deems that such litigation may adversely
affect the ability for the parties to effectively work together.
b. Acknowledgement of Proposer
Proposers shall thoroughly examine and become familiar with this RFP, including
exhibits, and any addendum that may be issued. The failure or the neglect of a
proposer to receive or examine any RFP document shall in no way relieve it from any
obligation with respect to its proposal or the obligations that flow from making a
successful proposal. No claim based upon a lack of knowledge or understanding of
any document or its contents shall be allowed.
c. Disqualification of Proposal
Without in any way limiting the Airport’s right to reject any or all proposals,
proposers are advised that any of the following may be considered as sufficient cause
for the disqualification of a proposer and the rejection of a proposal: (i) failure to
meet initial eligibility requirements; (ii) submission of more than one proposal by an
individual, firm, partnership or corporation under the same or different names,
including the names it does business under; (iii) evidence of unacceptable collusion
among proposers; or (iv) improper communication as described in Section VII D,
below. Proposals will be considered irregular and may be rejected for omission,
alterations of form, additions not called for, conditions, limitation, unauthorized
alternate proposals or other irregularities of any kind. All of the foregoing
notwithstanding, however, CLT reserves the right to waive any such irregularities.
IV.
PROPOSAL FORMAT AND SUBMISSION REQUIREMENTS
a. Format
The format of the RFP is up to the proposer, except for the cover letter, company
information, addendum acknowledgement, Compensation, E-Verify Certification,
Non-Discrimination Form and CBI Forms, which must be in the format provided by
CLT and attached below as Exhibit A. However, the proposal should, at the least,
include the following:
1.
2.
3.
4.
Cover Letter
Company Information
Addendum Acknowledgement
Compensation
14
RFP 2014-04-001
5. E-Verify Certification
6. Non-Discrimination Form
7. Experience and Qualifications
8. Inventory Plan
9. Professional References
10. Other information proposer deems relevant
11. Exceptions requested by proposer to any of the RFP requirements
b. Submission Requirements
Submission Instructions
Responders must provide four (4) hardcopies in three ring binders and an electronic
copy of their proposal no later than April 29, 2014 by 2PM in the manner described
on page 1 of the RFP.
Amendment of Proposal
Amendment of a submitted proposal may occur at any time prior to the submission
deadline by written request. Amendments will only be accepted through the
submission of completely new materials that meet the requirements set forth in the
Submission Instructions section above.
Withdrawal of Proposal
Withdrawal of the proposal may occur at any time prior to the submission deadline by
written request. Withdrawal of one proposal will not preclude the submission of
another timely proposal but no withdrawal will be allowed after the submission
deadline.
V.
SELECTION CRITERIA
Category & Description
Experience and Qualification
Proposers past experience and qualifications will be evaluated to determine if the
company can meet CLT’s needs and requirements for the Services.
Responsiveness & Customer Service
Proposer will be evaluated on their commitment and any plans or information
provided in their proposal showing their ability to meet CLT’s responsiveness
requirements and provide the first class customer service.
15
RFP 2014-04-001
Inventory Plan
Proposer will be evaluated on their understanding of CLT’s inventory needs and
any suggested changes or improvements provided in the proposal.
Compensation
Proposer will be evaluated on their ability to provide the lowest cost for the
Services in a responsive and customer friendly manner.
VI.
AWARD OF CONTRACT
Upon review and evaluation of all qualifying proposals, including any interviews that
CLT may elect to require, the selection committee will select the proposer(s) and
proposal(s) that it determines, in its absolute discretion, would best provide the Services.
The Aviation Director, or his designee, will inform the selected proposer(s) that it has
been selected, subject to final agreement on all terms and conditions of the Service
Agreement. Upon proposer’s execution of such Service Agreement, the Aviation Director
shall submit it to City Council for approval. If the Aviation Director and the selected
proposer(s) are unable to agree on the final terms, the selected proposer(s) will be
excused from further consideration and CLT may, at their option, select another
proposer(s). Until the Agreement and all supporting ancillary documents have been
approved by the City Council and executed by the Aviation Director, the City shall have
no obligations hereunder.
VII.
MISCELLANEOUS
a. Interpretation of the RFP
All questions concerning interpretation of the RFP documents must be made in
writing at procurement@cltairport.com no later than 5 p.m. on April 22, 2014.
Interpretations and answers to general questions will only be made by written
addenda. The City shall not be responsible for any other explanation or interpretation.
b. Consent to Investigate
The selection of the proposer will be based on a thorough investigation into the areas
of interest expressed in the RFP. As part of that, the City may request the proposers
to provide such things as, but not limited to, financial records, information on
managing partners or participation in an interview process. By submitting a proposal,
each proposer consents to any investigation the City deems necessary.
c. City’s right to Cancel, Reject, Modify or Reissue RFP
The City, in its sole discretion, reserves the right to modify, cancel, reissue or take
any other action it deems necessary in the issuance of this RFP. The City also
16
RFP 2014-04-001
reserves the right to reject any or all proposals. Prior to the execution of the Service
Agreement, no action taken by the City may be inferred or construed to give rise to
any obligation by the City.
d. Attempts to Influence Selection Process
Except for clarifying written questions sent to CLT in compliance with this RFP, all
proposers, including any and all persons acting on their behalf, are strictly prohibited
from contacting elected or appointed City officials, officers, or employees on or
regarding any matter relating to this RFP from the time the RFP is issued until the
start of the open business meeting at which City Council is asked to approve the
Service Agreement.
e. Proposer’s Cost of Proposal Preparation
Proposers are responsible for any and all costs associated with the proposal process
including, but not limited to, the creation of the proposal and any interviews (if
applicable). The City will not accept any promotional items as part of the proposal
process and any such items included will be returned to the proposer at its own cost.
f. Ownership and Public Record
All proposals and supplementary material provided as part of this process will
become the property of the City. Proposers are advised that all information included
in the material provided may become available to the public under North Carolina’s
Public Records Law.
g. Representation by Brokers
The City will not be responsible for any fees, expenses or commissions for brokers or
their agents. Communications by or between employees of or contractors to the City
and any potential or actual respondent broker or agent are not to be construed as an
agreement to pay, nor will the City pay any such fees, expenses or commissions. By
submitting its proposal, respondent agrees to hold the City harmless from any claims,
demands, actions or judgments in connection with such broker fees, expenses or
commissions.
h. Disclaimer
The information contained in this RFP and exhibits, hereto, and any addendum that
may be issued, are provided to assist prospective proposers in the preparation of
proposals. The information has been obtained from sources thought to be reliable, but
the City and its elected officials, officers, employees, agents and contractors, are not
liable for the accuracy of the information or its use by prospective respondents.
17
RFP 2014-04-001
EXHIBIT A: REQUIRED PROPOSAL FORMS
PROPOSAL
for
ON-SITE VEHICLE & EQUIPMENT PARTS SUPPLY AND MANAGEMENT
SERVICES
at
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT
Proposer Name: ____________________________________________
Acknowledgment
The following proposal is hereby submitted by the entity signed below in accordance with all
terms and conditions as set forth in the RFP issued by the City for the right and obligation to
provide the Services at CLT.
Name of Proposer:__________________________________________________
By (Signature):_____________________________________________________
By (Name):________________________________________________________
By (Title):_________________________________________________________
Phone: (
)_____-_________
Mailing Address:____________________________________________________
Email Address:_____________________________________________________
18
RFP 2014-04-001
ACKNOWLEDGEMENT OF ADDENDA
Proposer hereby acknowledges receipt of all Addenda through and including:
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
However, submission of this proposal acts as acknowledgement of all addenda regardless of if
such is specifically noted above.
Proposer:_________________________________________________________
Authorized Signature:_______________________________________________
Print Name:_______________________________________________________
19
RFP 2014-04-001
COMPANY INFORMATION STATEMENT
Name of Firm: ________________________________________________________________
Principle Office Address:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Telephone Number: (
) _____-________
Form of Business Entity (check one):
( ) Corporation
( ) Partnership
( ) Individual
( ) Joint Venture
Complete the applicable section below, where there is not enough room provided please attach
additional information as needed:
Corporation Statement
Date of Incorporation: _______________________________
Location of Incorporation: ____________________________
Is the corporation authorized to do business in North Carolina: ( ) Yes
( ) No
Is so, as of what date: _______________________________
The corporation is held: ( ) Publicly
( ) Privately
Furnish the name, title and address of each director and officer of the corporation:
Directors:
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Title
Address
____________________
____________________
____________________
____________________
____________________
20
RFP 2014-04-001
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
Officers:
Name
1.
2.
3.
4.
5.
Title
________________
________________
________________
________________
________________
Address
____________________
____________________
____________________
____________________
____________________
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
Partnership Statement
Date of organization: ________________________________
Type of Partnership: ( ) General Partnership
( ) Limited Partnership
Partnership Agreement Recorded: ( ) Yes ( ) No
___________
Date
____________
Book
_____
______________________
________
Page
County
State
Has the Partnership done business in the State of North Carolina: ( ) Yes
( ) No
If so, when? ______________________
Name, address and ownership share of each general partner owning more than five percent (5%)
of the partnership:
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Address
% Ownership
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
__________
__________
__________
__________
__________
Joint Venture Statement
Date of organization: _______________________________
Joint Venture Agreement recorded: ( ) Yes
___________
Date
____________
Book
( ) No
_____
______________________
________
Page
County
State
21
RFP 2014-04-001
Has the Partnership done business in the State of North Carolina: ( ) Yes
( ) No
If so, when? _______________________
Name, address and percent of ownership for each joint venturer.
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Address
% Ownership
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
__________
__________
__________
__________
__________
22
RFP 2014-04-001
COMPENSATION
As part of the proposal please include either cost for the parts listed below or a management fee
and the cost for the parts listed below. However, where you propose just the cost of parts, include
the percent mark-up included in the parts to cover the provision of the services.
Year 1
Year 2
Year 3
On-Site Vehicle & Equipment Parts Supply and Management Services
Management Fee
Part Number
MCB YB632 FAN CLUTCH
MCB YF37116 FILTER DRIER
MCB YCC224 A/C COMPRESSOR
MCB BT73 TENSIONER
MCB BT72 TENSIONER
MCB YJ595 CONDENSOR
MCB BRRF115 ROTOR
MCB BRRF10 ROTOR
MIC 61737 TIRE 255-70R 22.5
MIC 05681 TIRE 225-75R 16
MIC 31733 TIRE 245-75R 17
ELD 13001250 AIR VALVE
ELD 51000402 WIPER MOTOR
ELD 18000901 COIL
FD 3C3Z6A642CA OIL COOLER
FD 6C2Z8005B RADIATOR
GRO 46742 LAMP
GRO 46743 LAMP
WIX51372MP OIL FILTER
WIX 33242 FUEL FILTER
WIX 33600 FUEL FILTER
WIX 33604 FUEL FILTER
WIX 57182 OIL FILTER
WIX 57323 OIL FILTER
TFW 41181 WATER PUMP
PF 041120 PADS
PF 065520 PADS
Total
Price
% Mark-Up (if applicable)
23
RFP 2014-04-001
E-VERIFY CERTIFICATION
This E-Verify Certification is provided to the City of Charlotte (the “City”) by the company
signing below (“Company”) as a prerequisite to the City considering Company for award of a
City contract (the “Contract”).
1. Company understands that:
a. E-Verify is the federal program operated by the United States Department of
Homeland Security and other federal agencies to enable employers to verify the work
authorization of employees pursuant to federal law, as modified from time to time.
b.
Article 2 of Chapter 64 of the North Carolina General Statutes requires employers
that transact business in this state and employ 25 or more employees in this state to:
(i) verify the work authorization of employees who will be performing work in North
Carolina through E-Verify; and (ii) maintain records of such verification (the “EVerify Requirements”).
c. North Carolina General Statute 160A-20.1(b) prohibits the City from entering into
contracts unless the contractor and all subcontractors comply with the E-Verify
Requirements.
2. As a condition of being considered for the Contract, Company certifies that:
a. If Company has 25 or more employees working in North Carolina (whether now or at
any time during the term of the Contract), Company will comply with the E-Verify
Requirements in verifying the work authorization of Company employees working in
North Carolina; and
b. Regardless of how many employees Company has working in North Carolina,
Company will take appropriate steps to ensure that each subcontractor performing
work on the Contract that has 25 or more employees working in North Carolina will
comply with the E-Verify Requirements.
3. Company acknowledges that the City will be relying on this Certification in entering into the
Contract, and that the City may incur expenses and damages if the City enters into the
Contract with Company and Company or any subcontractor fails to comply with the E-Verify
Requirements. Company agrees to indemnify and save the City harmless from and against
all losses, damages, costs, expenses (including reasonable attorney’s fees) obligations, duties,
fines and penalties (collectively “Losses”) arising directly or indirectly from violation of the
E-Verify Requirements by Company or any of its subcontractors, including without
limitation any Losses incurred as a result of the Contract being deemed void.
______________________________________ ________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
24
RFP 2014-04-001
NON-DISCRIMINATION FORM
The undersigned proposer hereby certifies and agrees that the following information is correct:
1. In preparing the enclosed proposal, the proposer has considered all proposals submitted from
qualified, potential subcontractors and suppliers, and has not engaged in discrimination as
defined in Section 2 below.
2. For purposes of this section, discrimination means discrimination in the solicitation,
selection, or treatment of any subcontractor, vendor, supplier or commercial customer on the
basis of race, ethnicity, gender, age, religion, national origin, disability or any otherwise
unlawful form of discrimination. Without limiting the foregoing, discrimination also
includes retaliating against any person or other entity for reporting any incident of
discrimination.
3. Without limiting any other remedies that the City may have for a false certification, it is
understood and agreed that, if this certification is false, such false certification will constitute
grounds for the City to reject the Proposal submitted with this certification, and terminate any
contract awarded based on such proposal. It shall also constitute a violation of the City’s
Commercial Non-Discrimination Ordinance and shall subject the proposer to any remedies
allowed there under, including possible disqualification from participating in City contracts
or solicitation processes for up to two years.
4. As a condition of contracting with the City, the proposer agrees to promptly provide to the
City all information and documentation that may be requested by the City from time to time
regarding the solicitation and selection of suppliers and subcontractors in connection with
this solicitation process. Failure to maintain or failure to provide such information shall
constitute grounds for the City to reject the proposal and to any contract awarded on such
proposal. It shall also constitute a violation of the City’s Commercial Non-Discrimination
Ordinance, and shall subject the proposer to any remedies that are allowed there under.
5. As part of its proposal, the proposer shall provide to the City a list of all instances within the
past ten years where a complaint was filed or pending against proposer in a legal or
administrative proceeding alleging that proposer discriminated against its subcontractors,
vendors, suppliers, or commercial customers, and a description of the status or resolution of
that complaint, including any remedial action taken.
6. As a condition of submitting a proposal to the City, the proposer agrees to comply with the
City’s Commercial Non-Discrimination Policy as described in Section 2, Article V of the
Charlotte City Code, and consents to be bound by the award of any arbitration conducted
there under.
NAME OF COMPANY:
BY:
TITLE:
SIGNATURE:
DATE:
25
RFP 2014-04-001
EXHIBIT B: SERVICE AGREEMENT
STATE OF NORTH CAROLINA
COUNTY OF MECKLENBURG
CONTRACT NO. __________
CONTRACT TO PROVIDE
On-Site Vehicle & Equipment Parts
Supply and Management Services
This Agreement (the “Agreement”) is entered into as of this September 1, 2014 (the “Effective
Date”), by and between [insert Company name], a [insert type of company] registered under
the laws of the State of [insert state] and doing business in North Carolina (the “Company”),
and the City of Charlotte, a municipal corporation of the State of North Carolina (the "City").
Statement of Background and Intent
A. The City is the owner and operator of the Charlotte Douglas International Airport
(“Airport”);
B. The City issued A Request for Proposals dated [insert date] requesting proposals from
qualified firms to provide the City with on-site vehicle and equipment parts supply
and management services hereafter referred to as the "Work". This Request for
Proposals, together with all attachments and any amendments, is referred to herein as the
“RFP";
C. The Company submitted a proposal in response to the RFP on [insert date]. This
proposal, together with all attachments is referred to herein as the “Proposal”; and
D. The Company wishes to provide the Work to the City in accordance with the terms and
conditions set forth herein.
NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of
which are hereby acknowledged, and in further consideration of the covenants and conditions
contained in this Agreement, the parties agree as follows:
AGREEMENT
1. INCORPORATION OF EXHIBITS. The following Exhibits are attached to the
Agreement and incorporated into and made a part of this Agreement by reference:
Exhibit A: Specifications
Exhibit B: Proposal
Any conflict between language in an Exhibit and the Agreement shall be resolved in favor of
the main body of this Agreement. Each reference to [insert company name] or to the
proposer in the Exhibits shall be deemed to mean the Company.
2. DEFINITIONS. The following terms shall have the following meanings for purposes of this
Agreement (including all Exhibits):
26
RFP 2014-04-001
2.1.
Agreement shall mean the terms and conditions under which the Company shall
provide the Work.
2.2.
Airport shall mean Charlotte Douglas International Airport
2.3.
Background Checks shall have the meaning set forth in Section 24 below.
2.4.
Change shall have the meaning set forth in Section 27.5 below.
2.5.
City shall mean the City of Charlotte.
2.6.
Company shall mean the successful proposer.
2.7.
E-Verify Requirements shall have the meaning set forth in Section 27.19 below.
2.8.
Effective Date shall mean the date set forth in the first paragraph above.
2.9.
Exhibits shall mean the documents specified in Section 1 and attached and
incorporated into the Agreement.
2.10. Project Manager shall mean the Airport or Company employee who is the point of
contact under this Agreement.
2.11. Proposal shall mean the response to this RFP including the Proposal Response
Forms.
2.12. RFP shall mean Request for Proposals.
2.13. Specifications shall mean the scope and details of the Work set forth in Exhibit A
that the Company will provide under the Agreement.
2.14. Work shall mean the actual products and/or services provided in compliance with the
Specifications and under this Agreement.
3. TERM. The term of the Agreement will be for three years from the Effective Date with an
option to renew for two (2) additional one-year terms. The Agreement may be extended only
by a written amendment to the Agreement signed by both parties.
4. COMPENSATION. The Company shall provide the Work in accordance with the
Specifications set forth in Exhibit A to this Agreement. The City shall pay the Company for
the Work delivered in compliance with the Specifications and at the prices and frequency set
forth in Exhibit B. The maximum amount of the Agreement shall not exceed [insert dollar
amount in words] ($[insert amount in numbers]) This amount constitutes the maximum
fees and charges payable by the Company in the aggregate under this Agreement and will not
be increased except by a written amendment duly executed by both parties. The Company
shall not be entitled to charge the City ant prices, fees or other amounts that are not listed in
Exhibit B.
5. BILLING. Each invoice sent by the Company shall include all reports, information and data
required by this Agreement (including the Exhibits) necessary to entitle the Company to the
requested payment and shall be provided by the Company to the City at the frequency set
forth in Exhibit A. The Company shall send one (1) copy only of each invoice using one of
the following options:
1. Option 1 – E-mail one copy of each invoice to cocap@charlottenc.gov. Company shall
not mail invoices that have been sent via e-mail.
27
RFP 2014-04-001
2. Option 2 – Mail one copy of each invoice to:
City of Charlotte- Accounts Payable
P.O. Box 37979
Charlotte, NC 28237-37979
Attn: Aviation
The City is not tax exempt from sales tax. The Company shall include all applicable State
and County sales taxes on the invoice and not combined with the cost of the goods.
Payment of invoices shall be due within thirty (30) days after the City has received all of the
following: (a) an accurate, properly submitted invoice, (b) all reports due for the month
covered by the invoice; and (c) any other information reasonably requested by the City to
verify the charges contained in the invoice.
6. GENERAL WARRANTIES. Company represents and warrants that:
6.1
It is a legal entity, validly existing and in good standing under the laws of the State of
[insert state], and is qualified to do business in North Carolina;
6.2
It has all the requisite corporate power and authority to execute, deliver and perform
its obligations under this Agreement;
6.3
The execution, delivery, and performance of this Agreement have been duly
authorized by Company;
6.4
No approval, authorization or consent of any governmental or regulatory authority is
required to be obtained or made by it in order for it to enter into and perform its
obligations under this Agreement;
6.5
In connection with its obligations under this Agreement, it shall comply with all
applicable federal, state and local laws and regulations, including but not limited to EVerify and shall obtain and provide to the City all applicable permits and licenses
within ten (10) days of the Company receiving notice of award and within twentyfour (24) hours of demand at any time during the term;
6.6
The Company shall not violate any agreement with any third party by entering into or
performing this Agreement;
6.7
The Work shall comply with all requirements set forth in this Agreement, including
but not limited to the attached Exhibits;
6.8
The Company guarantees the materials and workmanship on all materials and
services provided under the Agreement and that it will fix any defects at its own
expense that are discovered during the guarantee period at the time designated by and
to the satisfaction of the Airport;
6.9
All Work performed by the Company and/or its subcontractors pursuant to this
Agreement shall meet industry accepted standards, and shall be performed in a
professional and workmanlike manner by staff with the necessary skills, experience
and knowledge; and
28
RFP 2014-04-001
6.10
The Work provided by the Company under this Agreement will not infringe or
misappropriate any patent, copyright, trademark or trade secret rights of any third
party.
7. INDEMNIFICATION. The Company shall indemnify, defend and hold harmless the City
and the City’s officers, agents and employees from and against any and all claims, losses,
damages, obligations, liabilities and expenses, including but not limited to attorneys' fees,
arising out of or resulting from Company’s performance under this Agreement, except to the
extent that the claims, losses, damages, obligations, liabilities and expenses are caused by the
sole negligence of the City, or the City’s officers, agents and employees. Such liabilities
shall include those arising from a violation of any federal, state or local law, regulation or
ordinance by the Company or any of its subcontractors (including without limitation EVerify or other immigration laws). Company shall purchase insurance, as described in
Section 8 of the Agreement, which shall include coverage for the contractual liability
described herein. In any case in which Company provides a defense to the City pursuant to
this indemnity, the defense will be provided by attorneys reasonably acceptable to the City.
This provision shall survive the expiration or early termination of the Agreement.
8. INSURANCE. The Company shall obtain and maintain during the life of the Agreement,
with an insurance company rated not less than A by A.M. Best, authorized to do business in
the State of North Carolina the following insurance:
8.1.
Automobile Liability. Bodily injury and property damage liability covering all
owned, non-owned and hired automobiles for limits of not less than $1,000,000
bodily injury each person, each accident and $1,000,000 property damage, or
$1,000,000 combined single limit - bodily injury and property damage. Where the
company will have driving privileges on the AOA, these limits increase to
$5,000,000.
8.2.
Commercial General Liability. Insurance with a limit of not less than $1,000,000 per
occurrence or in the aggregate including coverage for bodily injury, property damage,
products and completed operations, personal injury liability and contractual liability.
8.3.
Worker’s Compensation and Employers Liability. The Company shall meet the
statutory requirements of the State of North Carolina and any applicable Federal laws.
The City shall be listed as an additional insured under the commercial general liability
insurance for operations or services rendered under this Agreement.
The Company shall not commence any work in connection with this Agreement until it has
obtained all of the foregoing types of insurance and proof of such insurance have been
submitted to the Airport and all insurance has been approved.
9. OTHER INSURANCE REQUIREMENTS.
9.1.
The City shall be exempt from, and in no way liable for any sums of money, which
may represent a deductible in any insurance policy. The payment of such deductible
shall be the sole responsibility of the Company and/or subcontractor providing such
insurance.
9.2.
The City shall be named as an additional insured for operations or services rendered
under the general liability coverage. The Company’s insurance shall be primary of
29
RFP 2014-04-001
any self-funding and/or insurance otherwise carried by the City for all loss or
damages arising from the Company operations under this Agreement.
9.3.
Certificates of such insurance will be furnished to the City and shall contain the
provision that the City be given thirty (30) days written notice of any intent to amend
or terminate by either the insured or the insuring company.
9.4.
Should any or all of the required insurance coverage be self-funded/self-insured, a
copy of the Certificate of Self-Insurance or other documentation from the North
Carolina Department of Insurance shall be furnished.
9.5.
If any part of the work under the Agreement is sublet, the subcontractor shall be
required to meet all insurance requirements set forth in the Agreement. Nothing
contained herein shall relieve the Company from meeting all insurance requirements
or otherwise being responsible for the subcontractor.
10. TERMINATION.
10.1. TERMINATION WITHOUT CAUSE. The City may terminate this Agreement at
any time without cause by giving thirty (30) days written notice to the Company.
10.2. TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to
the other party, either party may terminate this Agreement upon the occurrence of one
or more of the following events:
10.2.1.
The other party violates or fails to perform any covenant, provision,
obligation, term or condition contained in this Agreement, provided that,
unless otherwise stated in this Agreement, such failure or violation shall not
be cause for termination if both of the following conditions are satisfied: (i)
such default is reasonably susceptible to cure; and (ii) the other party cures
such default within thirty (30) days of receipt of written notice of default
from the non-defaulting party;
10.2.2.
The other party attempts to assign, terminate or cancel this Agreement
contrary to the terms hereof; or
10.2.3.
The other party ceases to do business as a going concern, makes an
assignment for the benefit of creditors, admits in writing its inability to pay
debts as they become due, files a petition in bankruptcy or has an
involuntary bankruptcy petition filed against it (except in connection with a
reorganization under which the business of such party is continued and
performance of all its obligations under this Agreement shall continue), or if
a receiver, trustee or liquidator is appointed for it or any substantial part of
other party’s assets or properties.
10.2.4.
Any notice of default pursuant to this Section shall identify and state the
party’s intent to terminate this Agreement if the default is not cured within
the specified period.
10.3. ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By
giving written notice to the Company, the City may also terminate the Agreement
upon the occurrence of one or more of the following events (which shall each
constitute grounds for termination without a cure period and without the occurrence
30
RFP 2014-04-001
of any of the other events of default previously listed):
10.3.1. The Company makes or allows to be made any material written
misrepresentation or provides any materially misleading written information
in connection with the RFP, the Proposal, or any covenant, agreement,
obligation, term or condition contained in this Agreement;
10.3.2. The Company takes or fails to take any action which constitutes grounds for
immediate termination under the terms of this Agreement, including but not
limited to failure to obtain or maintain the insurance policies and
endorsements or failure to provide the proof of insurance as required by this
Agreement; or
10.3.3. The Company fails to meet delivery times or the Work does not comply with
the terms of this Agreement as set forth in Exhibit A.
10.4. NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of
the Agreement shall not relieve the Company of the obligation to pay any fees, taxes
or other charges then due to the City, nor relieve the Company of the obligation to file
any daily, monthly, quarterly or annual reports covering the period to termination nor
relieve the Company from any claim for damages previously accrued or then accruing
against the Company.
10.5. OBLIGATIONS UPON EXPIRATION OR TERMINATION. In the event this
Agreement is terminated by the City for any reason prior to the end of the term, the
Company shall upon termination immediately discontinue all services in connection
with this Agreement and promptly cancel all existing orders and subcontracts, which
are chargeable to this Agreement. As soon as practicable after receipt of notice of
termination, the Company shall submit a statement to the City showing in detail the
Work performed under this Agreement to the date of termination.
10.6. NO SUSPENSION. In the event that the City disputes in good faith an allegation of
default by the Company, notwithstanding anything to the contrary in this Agreement,
the Company agrees that it will not terminate this Agreement or suspend or limit the
delivery of the Work or any warranties or repossess, disable or render unusable any
software supplied by the Company, unless (i) the parties agree in writing, or (ii) an
order of a court of competent jurisdiction determines otherwise.
10.7. AUTHORITY TO TERMINATE. The Aviation Director or his designee is authorized
to terminate this Agreement on behalf of the City.
11. TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of
this Agreement, the Company shall cooperate with the City to assist with the orderly transfer
of the Work, functions and operations provided by the Company hereunder to another
provider or to the City as determined by the City in its sole discretion.
12. REMEDIES.
12.1. Right to Cover. If the Company fails to meet any completion date or resolution time
set forth in this Agreement (including all Exhibits), the City may take any of the
following actions with or without termination this Agreement, and in addition to and
without limiting any other remedies it may have:
31
RFP 2014-04-001
12.1.1. Employ such means as it may deem advisable and appropriate to perform
itself or obtain the Work from a third party until the matter is resolved and the
Company is again able to resume performance under this Agreement; and
12.1.2. Deduct any and all expenses incurred by the City in obtaining or performing
the Work from any money then due or to become due to the Company and,
should the City’s cost of obtaining or performing the Work exceed the amount
due the Company, collect the amount due the City from the Company.
12.2. Right to Withhold Payment. If the Company breaches any provision of this
Agreement, the City shall have the right to withhold all payments due to the
Company until such breach has been fully cured.
12.3. Setoff. Each party shall be entitled to setoff and may deduct from any amounts owed
to the other party under this Agreement all damages and expenses incurred as a result
of the other party’s breach of this Agreement.
12.4. Other Remedies. Upon breach of this Agreement, each party may seek all legal and
equitable remedies to which it is entitled. The remedies set forth herein shall be
deemed cumulative and not exclusive and may be exercised successively or
concurrently, in addition to any other available remedy. However, under no
circumstances shall the Airport be liable to the Company for damages arising from
delay, whether caused by the Airport or not.
13. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this
Agreement is solely that of independent contractors, and nothing contained in this Agreement
shall be construed to (i) give any party the power to direct or control the day-to-day activities
of the other; (ii) constitute such parties as partners, joint ventures, co-owners or otherwise as
participants in a joint or common undertaking; (iii) make either party an agent of the other for
any purpose whatsoever, or (iv) give either party the authority to act for, bind, or otherwise
create or assume any obligation on behalf of the other. Nothing herein shall be deemed to
eliminate any fiduciary duty on the part of the Company to the City that may arise under law
or under the terms of this Agreement.
14. AUDIT. During the term of this Agreement and for a period of one (1) year after
termination of this Agreement, the City shall have the right to audit, either itself or through
an independent auditor, all books and records and facilities of the Company necessary to
evaluate the Company’s compliance with the terms and conditions of the Agreement or the
City’s payment obligations. The City shall pay its own expenses, related to such audits, but
shall not have to pay any expenses or additional costs of the Company. However, if noncompliance is found that would have cost the City in excess of $5,000 but for the audit, then
the Company shall be required to reimburse the City for the cost of the audit.
15. RECORDS. The Company shall be responsible for keeping a record that accurately states
the number of hours worked or quantity of goods provided by the Company in the process of
providing the Work under the terms of the Agreement. The City shall have the right to audit
the Company’s invoices, expense reports and other documents relating to the Work
performed under the Agreement, and shall not be required to pay for Work which did not
occur or which occurred in breach of the Agreement. The Company shall make such
documents available for inspection and copying by the City in Charlotte, North Carolina
32
RFP 2014-04-001
between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, whenever requested
by the City.
16. INSPECTION. The Airport reserves the right to inspect the equipment, plant or other
facilities of the Company to confirm that such conform with the requirements set forth in
Exhibit A and are adequate and suitable for proper and effective performance of this
Agreement. Such inspections shall be conducted during normal business hours and upon at
least three (3) days’ notice to the Company.
17. ACCEPTANCE OF THE WORK. The Work delivered under this Agreement shall remain
the property of the Company until the Airport physically inspects, actually uses and accepts
the Work.
18. COMPANY MANAGER. Where the Company provides an onsite manager to oversee the
successful provision of the Work, the Airport shall have the right to reject or request a
change of the Company’s choice; however, no such approval with be unreasonably withheld
and no such request will be unreasonably made.
19. COMPANY PROJECT MANAGER. Where the RFP or the Agreement requires the
Company to provide a Project Manager, their duties shall include, but are not limited to, the
following:
19.1. Coordination of project schedules and the Company’s resource assignment based
upon the City’s requirements and schedule constraints;
19.2. Acting as the Company’s point of contact for all aspects of the Agreement
administration, including invoicing for the Work, and status reporting;
19.3. Facilitation of review meetings and conferences between the City and the Company’s
executives when scheduled or requested by the City;
19.4. Communications among and between the City and the Company’s staff;
19.5. Promptly responding to the City’s Project Manager when consulted in writing or by
e-mail with respect to the Work deviations and necessary documentation;
19.6. Identifying and providing the City with timely written notice of all issues that may
threaten the Company’s ability to provide the Work in a manner contemplated by the
Agreement;
19.7. Ensuring that adequate quality assurance procedures are in place through the duration
of the Agreement term; and
19.8. Meeting with other companies working on City projects that relate to this effort as
necessary to resolve problem and coordinate the provision of the Work.
20. DUTY OF THE COMPANY TO IDENTIFY AND REQUEST INFORMATION,
PERSONNEL AND FACILITIES. The Company shall identify and request in writing
from the City in a timely manner the following:
20.1. All information reasonably required by the Company to perform each task comprising
the Work;
20.2. The City’s personnel whose presence or assistance may reasonably be required by the
Company to perform each task comprising the Work; and
33
RFP 2014-04-001
20.3. Any other equipment, facility or resource reasonably required by the Company to
perform the Work.
Notwithstanding the foregoing, the Company shall not be entitled to request the City provide
information, personnel or facilities other than those which Exhibit A specifically requires the
City to provide, unless the City can do so at no significant cost. The Company shall not be
relieved of any failure to perform under this Agreement by virtue of the City’s failure to
provide any information, personnel, equipment, facilities or resources that is not required
under Exhibit A or requested in writing. However, where the Company provides written
notice and the City fails to provide included information, personnel, facility or resources, the
Company shall notify the City in writing immediately in accordance with the notice
provision of this Agreement. Failure to do so shall constitute a waiver by the Company for
any claim or defense it may otherwise have based on the City’s failure to provide such
information, personnel, facility or resource.
21. NON-DISCRIMINATION. The City has adopted a Commercial Non-Discrimination
Policy that is described in Section 2, Article V of the Charlotte City Code, and is available
for review on the City’s website (the “Non-Discrimination Policy”). The Company agrees to
comply with the Non-Discrimination Policy, and consents to be bound by the award of any
arbitration conducted thereunder. As part of such compliance, the Company shall not
discriminate on the basis of race, gender, religion, national origin, ethnicity, age, or disability
in the solicitation, selection, hiring, or treatment of subcontractors, vendors, suppliers, or
commercial customers in connection with a City contract or contract solicitation process, nor
shall the Company retaliate against any person or entity for reporting instances of such
discrimination. The Company shall provide equal opportunity for subcontractors, vendors
and suppliers to participate in all of its subcontracting and supply opportunities on City
contracts, provided that nothing contained in this clause shall prohibit or limit otherwise
lawful efforts to remedy the effects of marketplace discrimination that has occurred or is
occurring in the marketplace. The Company understands and agrees that a violation of this
clause shall be considered a material breach of this Agreement and may result in termination
of this Agreement, disqualification of the Company from participating in City contracts or
other sanctions.
As a condition of entering into this Agreement, the Company agrees to: (a) promptly provide
to the City all information and documentation that may be requested by the City from time to
time regarding the solicitation, selection, treatment and payment of subcontractors in
connection with this Agreement; and (b) if requested, provide to the City within sixty days
after the request a truthful and complete list of the names of all subcontractors, vendors, and
suppliers that Company has used on City contracts in the past five years, including the total
dollar amount paid by Company on each subcontract or supply contract. The Company
further agrees to fully cooperate in any investigation conducted by the City pursuant to the
City’s Non-Discrimination Policy as set forth in Section 2, Article V of the City Code, to
provide any documents relevant to such investigation that are requested by the City, and to be
bound by the award of any arbitration conducted under such Policy. The Company
understands and agrees that violation of this clause shall be considered a material breach of
this Agreement and may result in contract termination, disqualification of the Company from
participating in City contracts and other sanctions.
The Company further agrees to provide to the City from time to time on the City’s request,
34
RFP 2014-04-001
payment affidavits detailing the amounts paid by Company to subcontractors and suppliers in
connection with this Agreement within a certain period of time. Such affidavits shall be in
the format provided by the City.
22. COMPANY WILL NOT SELL or DISCLOSE DATA. The Company will treat as
confidential information all data provided by the City in connection with this Agreement.
City data processed by the Company shall remain the exclusive property of the City. The
Company will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied
by the City in any manner except that contemplated by this Agreement.
23. WORK ON CITY’S PREMISES. The Company will ensure that its employees and agents
shall, whenever on the City’s premises, obey all instructions and directions issued by the
City’s Project Manager with respect to work on the City’s premises. The Company agrees
that its personnel and the personnel of its subcontractors will comply with all rules,
regulations and security procedures of the City when on the city’s premises.
24. NO LIENS. All products provided under this Agreement shall be delivered and remain free
25. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The Company
hereby certifies that it has or it will within thirty (30) days after execution of this Agreement:
25.1. Notify employees that the unlawful manufacture, distribution, dispensation,
possession, or use of controlled substance is prohibited in the workplace and
specifying actions that will be taken for violations of such prohibition;
25.2. Establish a drug-free awareness program to inform employees about (i) the dangers of
drug abuse in the workplace, (ii) the Company’s policy of maintaining a drug-free
workplace, (iii) any available drug counseling, rehabilitation, and employee
assistance programs, and (iv) the penalties that may be imposed upon employees for
drug abuse violations;
25.3. Notify each employee that as a condition of employment, the employee will (i) abide
by the terms of the prohibition outlines in (a) above, and (ii) notify the Company of
any criminal drug statute conviction for a violation occurring in the workplace not
later than five days after such conviction;
25.4. Impose a sanction on, or requiring the satisfactory participation in a drug counseling,
rehabilitation or abuse program by an employee convicted of a drug crime;
25.5. Make a good faith effort to continue to maintain a drug-free workplace for
employees; and
25.6. Require any party to which it subcontracts any portion of the Work under the
Agreement to comply with the provisions of this Section.
A false certification or the failure to comply with the above drug-free workplace
requirements during the performance of this Agreement shall be ground for suspension,
termination or debarment.
26. NOTICES. Any notice, consent or other communication required or contemplated by this
Agreement shall be in writing, and shall be delivered in person, by U.S. mail, by overnight
courier, by electronic mail or by telefax to the intended recipient at the address set forth
below. Notice shall be effective upon the date of receipt by the intended recipient; provided
35
RFP 2014-04-001
that any notice which is sent by telefax or electronic mail shall also be simultaneously sent by
mail deposited with the U.S. Postal Service or by overnight courier. Each party may change
its address for notification purposes by giving the other party written notice of the new
address and the date upon which it shall become effective.
Communications that relate to any breach, default, termination, delay in performance,
prevention of performance, modification, extension, amendment, or waiver of any provision
of this Agreement shall be sent to:
For The Company:
For The City:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
With Copy To:
With Copy To:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
All other notices shall be sent to the other party’s Project Manager at the most recent address
provided in writing by the other party.
27. MISCELLANEOUS.
27.1. Non-Exclusivity. The Company acknowledges that it is one of several providers of
the Work to the City and the City is not obligated to contract with the Company for
any particular project.
27.2. Time is of the Essence. Time is of the essence in having the Company perform all
Work and deliver all items within the time frames provided by this Agreement and
Exhibit A, including all completion dates, response times and resolution time.
Except as specifically stated in the Agreement, there shall be no extensions of the
stated time frames. All references to days in this Agreement (including the Exhibits)
shall refer to calendar days rather than business days, unless the Agreement provides
otherwise for a specific situation.
27.3. Entire Agreement. This Agreement including all Exhibits constitutes the entire
agreement between the parties with respect to the subject matter herein. There are no
36
RFP 2014-04-001
other representations, understandings, or agreements between the parties with respect
to such subject matter. This Agreement supersedes all prior agreements, negotiations,
representations and bids, written or oral.
27.4. Amendment. No amendment or change to the Agreement shall be valid unless in
writing and signed by both parties to the Agreement.
27.5. Service Changes and Change Orders. In the event changes to the Work (collectively
“Change”), become necessary or desirable to the parties, the parties shall follow the
procedures set forth in this Section. A Change shall be effective only when
documented by a written amendment to this Agreement executed by both parties.
The amendment shall set forth in detail (i) the Change requested, including all
modifications of the duties of the parties; (ii) the reason for the proposed Change; and
(iii) a detailed analysis of the impact of the Change on the results of the Work
including the impact on all delivery dates and any associated price.
In the event either party desires a Change, the Project Manager for such party shall
submit to the other party’s Project Manager a written request for the Change. If the
receiving party does not accept the Change within ten (10) days, the receiving party
shall be deemed to have rejected the Change request. If the parties cannot reach an
agreement on a proposed Change, the Company shall nevertheless continue to render
performance under this Agreement in accordance with its (unchanged) terms and
conditions.
Changes that involve or increase the amounts payable by the City require execution
by the Aviation Director or a designee depending on the amount. Some increases may
require execution by the City Manager or a designee or approval by Charlotte City
Council.
27.6. Governing Law and Jurisdiction. North Carolina law shall govern the interpretation
and enforcement of this Agreement, and any other matters relating to this Agreement
(all without regard to North Carolina conflicts of law principles). All legal actions or
other proceedings relating to this Agreement shall be brought in a state or federal
court sitting in Mecklenburg County, North Carolina. By execution of this
Agreement, the parties submit to the jurisdiction of said courts and hereby irrevocably
waive any and all objections which they may have with respect to venue in any court
sitting in Mecklenburg County, North Carolina.
27.7. Binding Nature and Assignment. This Agreement shall bind the parties and their
successors and permitted assigns. Neither party may assign this Agreement without
the prior written consent of the other. Any assignment attempted without the written
consent of the other party shall be void. For purposes of this Section, a Change in
Control, as defined in Section 27.13 constitute an assignment.
27.8. Survival of Provisions. Those Sections of the Agreement and the Exhibits, which by
their nature would reasonably be expected to continue after the termination of the
Agreement shall survive the termination of the Agreement, including, but not limited
to, the indemnification and definition Sections of this Agreement.
27.9. Severability. The invalidity of one or more of the phrases, sentences, clauses or
sections contained in this Agreement shall not affect the validity of the remaining
37
RFP 2014-04-001
portion of this Agreement so long as the material purposes of this Agreement can be
determined and effectuated. If any provision of this Agreement is held to be
unenforceable, then both parties shall be relieved of all obligations arising under such
provision, but only to the extent that such provision is unenforceable, and this
Agreement shall be deemed amended by modifying such provision to the extent
necessary to make it enforceable while preserving its intent.
27.10. No Publicity. No advertising, sales promotion or other materials of the Company or
its agents or representations may identify or reference this Agreement or the City in
any manner without the prior written consent of the City. Notwithstanding the
forgoing, the parties agree that the Company may list the City as a reference in
responses to invitations to bid or requests for proposals, and may identify the City as
a customer in presentations to potential customers.
27.11. No Manufacturer or Dealer Advertisement. No manufacture or dealer shall advertise
on goods delivered to the Airport without prior approval by the Aviation Director, or
his designee.
27.12. Waiver. No delay or omission by either party to exercise any right or power it has
under this Agreement shall impair or be construed as a waiver of such right or power.
A waiver by either party of any covenant or breach of this Agreement shall not
constitute or operate as a waiver of any succeeding breach of that covenant or of any
other covenant. No waiver of any provision of this Agreement shall be effective
unless in writing and signed by the party waiving the rights.
27.13. Change in Control. In the event of a change in “Control” of the Company (as defined
below), the City shall have the option of terminating this Agreement by written notice
to the Company. The Company shall notify the City within ten days of the
occurrence of a change in control. As used in this Agreement the term “Control”
shall mean the possession, direct or indirect, of either (i) the ownership of or ability to
direct the voting of, as the case may be fifty-one percent (51%) or more of the equity
interests, value or voting power in the Company or (ii) the power to direct or cause
the direction of the management and policies of the Company whether through the
ownership of voting securities, by contract or otherwise.
27.14. Force Majeure. Neither party hereto shall be liable to the other for any failure, delay
or interpretation in the performance of any of the terms, covenants, or conditions of
this Agreement due to causes beyond the control of that party including, but not
limited to, court order, shortages of materials, acts of God, act of the public enemy,
acts of superior governmental authority, weather conditions, floods, riots, rebellion,
sabotage or other circumstances for which such party is not responsible, which the
party cannot reasonably circumvent or which are not in its power to control, for as
long as such cause continues. This Section does not include strikes, slow-downs,
walkouts, lockouts and individual disputes.
27.15. No Limitations on Disclosure. The Company agrees that the Airport shall be able to
disclose and distribute to any persons or entities, without restrictions, all Work and
samples provided under this Agreement or the RFP. The Company specifically
agrees that the Airport can and will provide samples of the Work provided under this
Agreement to the Company’s competitors in any future procurement process.
38
RFP 2014-04-001
27.16. No Bribery. The Company certifies that neither it, any of its affiliates or
subcontractors, nor any employees of any of the forgoing has bribed or attempted to
bribe an officer or employee of the City in connection with this Agreement.
27.17. Familiarity and Compliance with Laws and Ordinances. The Company agrees to
make itself aware of and comply with all local, state and federal ordinances, statutes,
laws, rules and regulations applicable to the Work. The Company further agrees that
it will at all times during the term of this Agreement be in compliance with all
applicable federal, state and/or local laws regarding employment practices. Such laws
will include, but shall not be limited to workers’ compensation, the Fair Labor
Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and
Medical Leave Act (FMLA) and all OSHA regulations applicable to the work.
27.18. Taxes. The Company shall pay all applicable federal, state and local taxes which may
be chargeable against the performance of the Work.
27.19. E-Verify. As a condition for payment under this Agreement, Company shall (ii)
comply with the E-Verify requirements set forth in Article 2 of Chapter 64 of the
North Carolina General Statutes (the “E-Verify Requirements); and (ii) cause each
subcontractor under this Agreement to comply with such E-Verify Requirements as
well. Company will indemnify and save harmless the City from all losses, damages,
costs, expenses (including reasonable attorneys’ fees), obligations, duties, fines,
penalties, interest changes and other liabilities (including settlement amounts)
incurred on account of any failure by Company or any subcontractor to comply with
the E-Verify Requirements.
28. NON-APPROPRIATION OF FUNDS. If the City Council does not appropriate the
funding needed by the City to make payments under this Agreement for a given fiscal year,
the City will not be obligated to pay amounts due beyond the end of the last fiscal year for
which funds were appropriated. In such event, the City will promptly notify the Company of
the non-appropriation and this Agreement will be terminated at the end of the last fiscal year
for which funds were appropriated. No act or omission by the City, which is attributable to
non-appropriation of funds shall constitute a breach of or default under this Agreement.
39
RFP 2014-04-001
IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and
understood each and every provision hereof, the parties have caused this Agreement to be
executed on the date first written above.
(INSERT COMPANY NAME)
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
CITY OF CHARLOTTE
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
This instrument has been pre-audited in the manner required by Local Government
Budget and Fiscal Control Act.
CITY OF CHARLOTTE
FINANCE DEPARTMENT
BY:
_________________________________________________
(Signature)
TITLE: ________________________________________________
40
RFP 2014-04-001
EXHIBIT A: Specifications
[The contents of Section II: Scope of Services will be added as Exhibit A]
.
41
RFP 2014-04-001
Exhibit C: Equipment Vehicle List
CITY PROP.
NUMBER
71846
73869
78010
80374
81203
81387
71485
70330
71106
71808
72850
73534
73608
75851
75852
77083
77152
79681
80525
70635
81480
D0796
81452
66651
76556
76690
78039
79498
80763
79930
80846
80847
70268
76236
70393
75855
75856
76572
77105
77106
78003
YEAR
1999
2002
2008
2012
2013
2013
1997
1995
1997
1999
2001
2002
2002
2005
2005
2008
2007
2011
2012
1996
2012
1992
2006
2006
2009
1992
1992
1993
1993
2001
2010
2013
2013
1995
1995
2005
2005
2006
2008
2007
2008
MAKE/MODEL
FORD CROWN VICTORIA
FORD CROWN VICTORIA
FORD ESCAPE
(Haley's Group)
Nissan Leaf
FORD EXPLORER
CHEVY IMPALA
FORD 250 ECONOLINE VAN
FORD BRONCO
FORD EXPLORER
CHEVROLET TAHOE
FORD RANGER P/U
FORD F150 P/U
FORD EXPEDITION
FORD EXPLORER
FORD EXPLORER
FORD ESCAPE HYBRID 4X4
FORD F150 4X4 SUPER CAB
FORD EXPLORER
FORD F150 PICK UP TRUCK
FORD BRONCO
Bobcat Skid Steer Loader
Yale Electric Forklift ERC050GH
EZ-GO CART
YALE LPG FORKLIFT
E - ONE BLAZE 7
MCER BOMB TRAILER/K9
OSHKOSH STRIKER 3000/ BLAZE 1
CLUB CAR CARRYALL 6 EMT CART
E - ONE BLAZE 41
E - ONE BLAZE 2
* WELLS CARGO/RED CROSS
* PACE AMERICAN/K9
* WELLS CARGO BOMB TRAILER/K9
* NSWCCD BOMB BOX/FAA EQUIP
* NSWCCD/BOMB BOX/FAA EQUIP
CUSHMAN EMT CART
CUSHMAN EMT CART
CLUB CAR CARRYALL 6 EMT CART
BLAZE? F550 DUAL AGENT
BLAZE? F550 DUAL AGENT
CHEVROLET ASTRO VAN
CATEPILLAR FORKLIFT
*TOYOTA / MODEL 7FGCU25
CHEVROLET P30 STEP VAN
FORD EXPLORER
FORD EXPLORER
FORD EXPLORER
FORD ESCAPE HYBRID 4X4
FORD F150 CREW
FORD E250 CARGO VAN
BUDGET CODE, DEPARTMENT
57680 ADMINISTRATION
57680 ADMINISTRATION
57680 ADMINISTRATION
57680 ADMINISTRATION
57680 ADMINISTRATION
57680 ADMINISTRATION
57691 COMMUNITY PROGRAMS
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57690 ENGINEERING
57694 HOUSEKEEPING/JANITORIAL
57694 HOUSEKEEPING/JANITORIAL
57694 HOUSEKEEPING/JANITORIAL
57694 HOUSEKEEPING/JANITORIAL
57694 HOUSEKEEPING/JANITORIAL
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57681 LAW ENFORCEMENT/EMT/K9/FIRE
57685 LOGISTICS
57685 LOGISTICS
57685 LOGISTICS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
VECHICLE TYPE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PASS VEHICLE
PICKUP TRUCK
PASS VEHICLE
HEAVY EQUIPMENT
FORKLIFT
ELECTRIC VEHICLE
FORKLIFT
ARFF TRUCK
TRAILER
ARFF TRUCK
ELECTRIC VEHICLE
ARFF TRUCK
ARFF TRUCK
TRAILER
TRAILER
TRAILER
TRAILER
TRAILER
ELECTRIC VEHICLE
ELECTRIC VEHICLE
ELECTRIC VEHICLE
ARFF TRUCK
ARFF TRUCK
PASS VEHICLE
FORKLIFT
FORKLIFT
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PASS VEHICLE
PRIORITY
RATING
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
3
2
1
1
1
1
1
1
2
1
2
2
2
1
1
1
1
1
2
3
3
2
2
2
2
2
2
2
VIN OR SERIAL NUMBER
2FAFP71W9XX137652
2FAFP71W62X120946
1FMCU02Z08KE31415
JN1AZ0CPXCT017557
1FM5K8B86DGC45590
2G1WF5E31D1262654
1FTNE24L8WHB67045
1FMEU15N3SLB70032
1FMDU34X8VUD40474
1GNEK13R4XR139884
1FTYR10U81TA48881
1FTRX18LX2NA26926
1FMPU16L82LA82356
1FMZU73WX5ZA75470
1FMZU73W15ZA75471
1FMCU59H58KB75475
1FTRX14W37FB71534
1FMEU7DE1AUA90497
1FTFX1CF9CFB57474
1FMEU15NOTLB42979
AF0H01544
A908N02 842C
924767
A910V06970D
46JDBAA83H1009769
1M9VT0818652820
10TDKAK1265086931
TAG
68939-V
57124-V
68938-V
57126-V
43471-V
85695-T
57127-V
57128-V
69193-V
57123-V
68937-V
57129-V
57130-V
57131-V
57132-V
68936-V
57133-V
57134-V
57173-V
57135-V
T CODE CHASSIS BUILD
T49846
T49869
T49010 00/00
T49374
T49103
T49389
T49485
T49330
T49106
T49808
T49850
T49534
T49608
T49861
T49852
T49083
T49152
T49681
T49525
T49365
T46908
T43796
68935-V
57140-V
68934-V
46JDBAA80N1003959
1WC200D23N3024105
4FPFB0817SG007372
1WC200D13R3027486
1C-A00-ATC-025-2001
0C-A00-PAX-023-2001
8983790910
LM2818
57144-V
57145-V
1FD0W5HT0CEC77731
1FD0W5HT2CEC77732
1GNDM19W85B197324
EC18KS/C35TT/1ECKS00562
76693
1GB6P32Z253316366
1FMZU73W75ZA75474
1FMZU73W95ZA75475
1FMEU73886UB70172
1FMCU59H98KB45475
1FTRX14W87FB64028
1FTNE14W58DA71498
12043-V
12044-V
57148-V
T42651
T46121
T42690
T42498
T42763
T46105
T46372
T46486
T49910
T49818
T49930
68931-V
57149-V
69126-V
63712-V
69105-V
69106-V
69107-V
T49269
T46236
T49393
T49855
T49856
T49572
T49015
T49706
T49003
01-08
CITY PROP.
NUMBER
YEAR
78009
2008
79680
2011
79932
2011
80523
2012
80524
2012
80848
2013
81555
2014
81557
2014
81811
81908
71487
72477
72645
74748
74749
74750
74751
74752
74753
75467
75468
75469
75470
75844
75845
76156
76157
76158
76557
76558
76559
76560
76561
76562
76563
76611
76612
76986
76988
76989
76990
76991
76992
76993
77111
77112
77113
77114
77115
77121
2014
1998
2000
2001
2003
2003
2003
2003
2003
2003
2004
2005
2004
2005
2005
2005
2005
2005
2005
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2007
2008
2008
2008
2008
2008
2006
MAKE/MODEL
FORD ESCAPE
FORD EXPLORER
FORD EXPLORER (HERBERT)
FORD F150 PICK UP TRUCK
FORD F150 PICK UP TRUCK
FORD EXPLORER (JIMMY MYNATT)
FORD EXPLORER
FORD EXPLORER
* Quick Cart Model 2000 #1
* Quick Cart Model
#2
FORD E250 CARGO VAN
POLARIS RANGER ATV
FORD TAURUS
CHEVROLET 2500 P/U
CHEVY ASTRO VAN
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
FORD E450 GOSHEN
FORD E450 GOSHEN
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
FORD F150 P/U
FORD F150 P/U
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
SOLAR TECH MESSAGE BOARD
BUDGET CODE, DEPARTMENT
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57681 OPERATIONS
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
VECHICLE TYPE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
SMARTECARTE
SMARTECARTE
PASS VEHICLE
ATV
PASS VEHICLE
PICKUP TRUCK
PASS VEHICLE
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
PICKUP TRUCK
PICKUP TRUCK
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
MESSAGE BOARD
PRIORITY
RATING VIN OR SERIAL NUMBER
2
1FMCU02Z58KE65009
2
1FMEU7DEXAUA90496
2
1FMHK8B81BGA54251
2
1FTFX1EF6CFB57476
2
1FTFX1EF8CFB57477
2
1FM5K8AR9DGB15801
2
1FM5K8B81EGA28952
2
1FM5K8B80EGA28957
3
3
2
1FTNE2EW1EDA35162
2
2
1FAFP52U7WA267423
2
1GCGC24UXYZ270035
2
1GNDM19W41B128225
1
1N9FMAC624C084007
1
1N9FMAC644C084008
1
1N9FMAC624C084010
1
1N9FMAC644C084011
1
1N9FMAC604C084006
1
1N9FMAC664C084009
1
1N9FMAC685C084076
1
1N9FMAC615C084078
1
1N9FMAC665C084075
1
1N9FMAC6X5C084077
1
1FDXE45P15HB31861
1
1FDXE45PX5HB31860
1
1N9FMAC646C084027
1
1N9FMAC666C084028
1
1N9FMAC686C084029
1
1N9MMAC637C084240
1
1N9MMAC657C084241
1
1N9MMAC677C084242
1
1N9MMAC697C084243
1
1N9MMAC607C084244
1
1N9MMAC627C084245
1
1N9MMAC647C084246
2
1FTRF12207NA05545
2
1FTRF12227NA05546
1
1FDXE45PX7DA37939
1
1FDXE45P67DA51546
1
1FDXE45P87DA43125
1
1FDXE45P07DA56208
1
1FDXE45P47DA59094
1
1FDXE45P67DA59095
1
1FDXE45PX7DA61108
1
1N9MMAC678C084159
1
1N9MMAC638C084160
1
1N9MMAC658C084161
1
1N9MMAC678C084162
1
1N9MMAC698C084163
2
4GM2M151451409120
TAG
57150-V
57151-V
57152-V
57153-V
57154-V
43478-V
61621-V
61623-V
T CODE CHASSIS BUILD
T49009
T49680
T49932
T49253
T49524
T49848
06/08
T43000
85439-T
T49182
57155-V
69108-V
69109-V
69103-V
68991-V
68992-V
68993-V
68994-V
69187-V
68995-V
68996-V
68997-V
68998-V
57156-V
68999-V
69000-V
69101-V
63733-V
68954-V
68955-V
69112-V
68956-V
68957-V
68958-V
69102-V
57157-V
57158-V
57159-V
57160-V
57161-V
57162-V
68952-V
68953-V
57163-V
57164-V
63713-V
68940-V
68941-V
68942-V
T49487
T49774
T49645
T48748
T48749
T48750
T48751
T48752
T48753
T48467
T48468
T48469
T48470
T48844
T48845
T48156
T48157
T48158
T48557
T48558
T48559
T48560
T48561
T48565
T48567
T49611
T49612
T48986
T48988
T48989
T48994
T48995
T48992
T48993
T48111
T48112
T48113
T48114
T48115
T43121
560457--27893--2/08
560458--27894--2/08
560459--27895--2/08
560460--27896--2/08
560461--27897--2/08
CITY PROP.
NUMBER
YEAR
77122
2001
77450
2007
77451
2007
77728
2008
78004
2008
78005
2008
78006
2008
78007
2008
78008
2008
78012
2008
78013
2008
78014
2008
78015
2008
78016
2008
78017
2008
78018
2008
78019
2008
78043
2008
78044
2008
79704
2011
79705
2011
79706
2011
79707
2011
79708
2011
80104
2012
80105
2012
80111
2011
80112
2011
80113
2011
80114
2011
80163
2009
80164
2009
80165
2009
80712
2012
80837
2012
80838
2012
80839
2012
80840
2012
80841
2012
80842
2012
80843
2012
80844
2012
80845
2012
CDIA 00026 2008
CDIA 00022 2008
CDIA 00029 2008
CDIA 00021 2008
CDIA 00024 2008
CDIA 00028 2008
CDIA 00025 2008
CDIA 00020 2008
CDIA 00027 2008
MAKE/MODEL
SOLAR TECH MESSAGE BOARD
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
FORD F150 PICK UP
CHEVROLET UPLANDER VAN
FORD F150 REG CAB
FORD F150 REG CAB
FORD F150 REG CAB
FORD ESCAPE
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
FORD E450 ELKHART COACH
E-RIDE ELECTRIC VEHICLE
E-RIDE ELECTRIC VEHICLE
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
FORD ESCAPE
FORD ESCAPE
FORD RANGER
FORD RANGER
FORD RANGER
FORD RANGER
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
Sprinter
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
FORD F550 ELDORADO
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
BUDGET CODE, DEPARTMENT
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
VECHICLE TYPE
MESSAGE BOARD
BUS
BUS
PICKUP TRUCK
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
2 PASS ELEC. VEHICLE
2 PASS ELEC. VEHICLE
BUS
BUS
BUS
BUS
BUS
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
PRIORITY
RATING VIN OR SERIAL NUMBER
2
4CM2M151911408071
1
7DL2200297A006046
1
7DL2200297A006047
2
1FTRF12278KD60084
2
1GNDV23168D203358
2
1FTRF12238KE83722
2
1FTRF12258KE83723
2
1FTRF12278KE83724
2
1FMCU02ZX8KE10426
1
1FD4E45P68DB43017
1
1FD4E45P88DB43018
1
1FD4E45P68DB51747
1
1FD4E45P28DB51745
1
1FD4E45P68DB51750
1
1FD4E45P48DB56896
1
1FD4E45P28DB56900
1
1FD4E45P38DB47901
2
1E9EA15S08P363288
2
1E9EA15S28P363289
1
1D9352T34AC665027
1
1D9352T36AC665028
1
1D9352T38AC665029
1
1D9352T34AC665030
1
1D9352T36AC665031
2
1FMCU9C7XCKA10053
2
1FMCU9C71CKA10054
2
1FTKR1AD7BPA80090
2
1FTKR1AD9BPA80091
2
1FTKR1AD0BPA80092
2
1FTKR1AD2BPA80093
1
1D9422T389C665007
1
1D9422T319C665009
1
1D9422T389C665010
1
WDAPF4CC1C5700730
1
1FDAF5GT3CEC73601
1
1FDAF5GT5CEC73602
1
1FDAF5GT1CEC73600
1
1FDAF5GT5CEC97592
1
1FDAF5GT7CEC97593
1
1FDAF5GT9CED10439
1
1FDAF5GT9CEC97594
1
1FDAF5GT5CED10440
1
1FDAF5GT7CED10441
2
80418
2
170334
2
80733
2
88923
2
830176
2
81732
2
830194
2
830900
2
901960
TAG
T CODE CHASSIS BUILD
69190-V
68943-V
57165-V
69192-V
57166-V
57167-V
57168-V
57169-V
68981-V
68951-V
68977-V
68978-V
68979-V
57181-V
68980-V
57182-V
68975-V
68976-V
68969-V
68971-V
68972-V
68973-V
68974-V
57183-V
57184-V
57185-V
57186-V
57187-V
57188-V
69111-V
68966-V
68970-V
16501-V
68551-V
68548-V
68549-V
68550-V
63358-V
66790-V
63385-V
63854-V
70006-V
T43122
T48504
T48154
T49728 03-08
T49004 06/08
T49005 05/08
T49006 05/08
T49007 05/08
T49008 04/08
T48012 05/08
T48013
T48014 06/08
T48015 06/08
T48016 06/08
T48017 08/08
T48018 08/08
T48019 06/08
T49043 06/08
T49044 06/08
T48407
T48507
T48607
T48709
T48807
T49014
T49015
T49810
T49112
T49113
T49114
T48163
T48164
T48165
T48712
T48837
T48838
T48839
T48840
T48741
T48742
T48743
T48744
T48745
CITY PROP.
NUMBER
YEAR
CDIA 00023 2008
CDIA 00030
CDIA 00031
CDIA 00032
CDIA 00033
CDIA 00034
CDIA 00037
CDIA 00036
CDIA 00035
CDIA 00038
CDIA 00039
75857
2005
704
721
735
751
45362
46000
46001
49751
51231
52829
1984
52906
1984
53347
56919
1986
57919
58354
58698
1987
61160
61262
61730
63812
63840
1991
65505
1992
66015
1991
66041
1992
66399
1992
66400
1992
66424
1992
66475
66481
66497
66498
66657
1992
67282
1993
67684
67685
67936
67937
69403
69793
1994
70419
MAKE/MODEL
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
*MAGNUM PRO LITE TOWER/MODEL MLT3060
FORD EXPLORER (MARK WIEBKE)
CATERPILLAR D4 DOZER
FORD 4600SU TRACTOR
FORD 6600 TRACTOR
FORD 4610SU TRACTOR
DITCHWITCH 2300 TRENCHER
CATERPILLAR D6D DOZER
CLARK PAN
FORD 4610SU TRACTOR
FORD 4610SU TRACTOR
FORD F8000 DUMP TRUCK
JOHN DEERE 770A GRADER
WACKER TAMPER
IH ROADTRACTOR
FORD 2810 TRACTOR
INGERSOLL-RAND DD90 ROLLER
CATERPILLAR D6D DOZER
SULLAIR COMP (on sealer truck) Mod.185
JCB BACKHOE
FORD TRACTOR W/FLAIL MOWER
KUT-KWIK MOWER MODEL SSM/35/72D
CHEVROLET 2500 P/U
GMC ETNYRE FLUSHER TRUCK
FORD F900 DUMP TRUCK
CHEVROLET P30 STEP VAN 1 TON
FORD F250 P/U
FORD F250 P/U
CHEVROLET 3500 DUALLY P/U
TORO MOWER
TORO GROUNDMASTER
AMIDA AL4060D LITE CDIA#2
AMIDA AL4060D LITE CDIA#4
FORD/ELGIN SWEEPER
FORD F250 P/U PAINT TRUCK
TORO GROUNDMASTER
TORO GROUNDMASTER
FORD 6610 TRACTOR
FORD 6610 TRACTOR
TARGET PRO 65II
FORD DUMP TRUCK
CASE LOADER 621B
BUDGET CODE, DEPARTMENT
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
57686 PARKING/TAXI
MAINTENANCE SUPERVISOR
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
VECHICLE TYPE
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
PASSENGER VEHICLE
HEAVY EQUIPMENT
TRACTOR
TRACTOR
TRACTOR
HEAVY EQUIPMENT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
TRACTOR
TRACTOR
HEAVY TRUCK
HEAVY EQUIPMENT
PAINT MACHINE
HEAVY TRUCK
TRACTOR
HEAVY EQUIPMENT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
TRACTOR
MOWER
PICKUP TRUCK
HEAVY TRUCK
HEAVY TRUCK
MEDIUM TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
MOWER
MOWER
SITE LIGHT
SITE LIGHT
HEAVY TRUCK
PICKUP TRUCK
MOWER
MOWER
TRACTOR
TRACTOR
CONCRETE SAW
HEAVY TRUCK
HEAVY EQUIPMENT
PRIORITY
RATING VIN OR SERIAL NUMBER
2
901562
2
1005273
2
1005280
2
1005163
2
1005543
2
1004518
2
1004341
2
1004342
2
1004596
2
904169
2
1004344
2
1FMZU73W05ZA75476
2
7418128
1
C517865
2
C558077
1
C773873
2
301123
2
04X09147
3
1
C684511
1
C679785
1
1FDYL80UXEVA52141
1
DW770AX504201
3
604230446
1
1H52JJWR3GHA66645
1
C773871
2
353-S
2
75W02639
1
DPQ 2WJD/Ser #004-94303-GHG
2
17BT2059/3---45023/7
1
1
S/N51541
2
1GCGC24K9ME130137
1
1GDP7H1J3NJ500084
1
1FDYL90A4NVA01225
2
1GCJP32K1N3308980
2
1FTHF25H1NNA79734
2
1FTHF25H3NNA79735
2
1GCHK34K8NE201777
1
20498
1
30788-20497
2
0004-64178
2
0005-64706
1
1FDXH70P5NVA34664
1
1FTHF25H3PNA67412
1
30788-30238
1
30788-30310
1
BD51735
1
BD51736
3
163728
1
1FDYL90E8SVA22324
1
JEE0050085
TAG
T CODE CHASSIS BUILD
69191-V
T49857
T41704
T41721
T42735
T41920
T41362
T46000
T46001
T41751
T41231
T42892
T45906
T43347
T42567
T41919
T45354
T41586
T43160
T41262
T41730
T41812
T49840
T44505
T42015
T49041
T49399
T49400
T49424
T41475
T41481
T43040
T43043
T44657
T49282
T41684
T41685
T41936
T41937
T43403
T42793
T41419
66757-P
57189-V
68907-V
57190-V
69138-V
57191-V
57192-V
70029-V
57193-V
57194-V
57195-V
CITY PROP.
NUMBER
YEAR
70585
1996
70587
1996
70608
1996
70657
1996
70673
70693
1997
71060
71061
71062
71103
71118
1997
71832
71842
71898
1999
72009
72473
2000
72481
2000
72509
72587
72626
72906
73055
73346
2001
73445
73472
74332
2003
75197
2004
75858
2005
76471
2006
76575
2006
76576
76608
2006
76609
76610
2005
76644
2006
76645
2006
76646
2006
76647
2006
77000
2007
77084
77153
2008
77154
2008
77155
2008
77200
2007
77202
2008
77211
2008
77694
77973
2008
77974
2008
77975
2008
77976
2008
77977
2008
MAKE/MODEL
FORD F250 P/U
FORD F350 P/U 6PK
FORD STAKEBODY
HUDSON 9 TON TRAILER
TENNANT SWEEPER MODEL 810
GMC TOPKICK DUMP TRUCK
TENNANT SWEEPER MODEL 810
BATTS CLOSURE LIGHT
BATTS CLOSURE LIGHT
JOHN DEERE 710D BACKHOE
FORD SMALL DUMP TRUCK
EZ-LINER MODEL AL720-EZ (TRUCK MOUNTED)
WACKER RSS 800 ROLLER
FORD F150 P/U
CATERPILLAR 953C LOADER
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
MASSEY FERGUSON 4263 TRACTOR
CHEVROLET 2500 P/U
FORD F350 DUALLY
JOHN DEERE GATOR 4X4
JOHN DEERE 710D BACKHOE
ROGERS LOW BOY TRAILER 50K
BLASTRAC GPX10-18 SHOT BLASTER
BATTS DEICER SPRAYER TRAILER
FORD RANGER P/U
NEW HOLLAND TS-115A TRACTOR
FORD EXPLORER
ROCKY TOP TRAILER 7K
STERLING ELGIN SWEEPER
NEW HOLLAND TRACTOR
EZ-LINER/Mounted on Equip #77000
TENNANT 810 SWEEPER
CRAFCO CRACK SEALER SS125
TORO GROUNDMASTER 328D
TORO GROUNDMASTER 328D
TORO GROUNDMASTER 328D
TORO GROUNDMASTER 328D
GMC W5500HD with Equip #76608
CRAFCO JOINT CLEANER
FORD F250 SUPER DUTY 4X4
FORD F250 SUPER DUTY 4X4
FORD F550 4X4 BOX TRUCK
FORD F350 SUPER DUTY DUMP
FORD F450 XL SUPER DUTY 4X4
FORD F450 SUPER DUTY 4X4 CREW
SOLAR TECH MESSAGE MB3048
FORD F250 CREW CAB 4X4
FORD F250 CREW CAB 4X4
FORD F250 CREW CAB 4X4
FORD F250 CREW CAB 4X4
FORD F250 CREW CAB 4X4
BUDGET CODE, DEPARTMENT
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
57685 AIRFIELD/GROUNDS
PRIORITY
RATING
VECHICLE TYPE
PICKUP TRUCK
2
PICKUP TRUCK
2
MEDIUM TRUCK
2
TRAILER
3
TRAILER
3
HEAVY TRUCK
1
SCRUBBER/SWEEPER 3
RUNWAY LIGHTING
1
RUNWAY LIGHTING
1
HEAVY EQUIPMENT
2
HEAVY TRUCK
1
PAINT MACHINE
1
HEAVY EQUIPMENT
2
PICKUP TRUCK
2
HEAVY EQUIPMENT
2
PICKUP TRUCK
2
PICKUP TRUCK
2
TRACTOR
1
PICKUP TRUCK
2
PICKUP TRUCK
2
TRACTOR
1
HEAVY EQUIPMENT
2
TRAILER
1
PAINT MACHINE
1
DEICER
1
PICKUP TRUCK
2
TRACTOR
1
PASSENGER VEHICLE 2
TRAILER
3
HEAVY TRUCK
1
TRACTOR
1
PAINT MACHINE
1
SWEEPER/SCRUBBER 3
RUNWAY SEALER
1
MOWER
1
MOWER
1
MOWER
1
MOWER
1
MEDIUM TRUCK
2
RUNWAY SEALER
1
PICKUP TRUCK
2
PICKUP TRUCK
2
MEDIUM TRUCK-RUNWAY
1
LIGHT DUTY TRUCK
2
LIGHT DUTY TRUCK
2
LIGHT DUTY TRUCK
2
MESSAGE BOARD
2
PICKUP TRUCK
2
PICKUP TRUCK
2
PICKUP TRUCK
2
PICKUP TRUCK
2
PICKUP TRUCK
2
VIN OR SERIAL NUMBER
1FTHF36H3TEB22326
1FTJW35H3TEB18733
1FDWF80C4VV13101
10HHTD1D4T1000400
810-2330
1G0T7A9J57J517637
810-2348
991203
991215
T0710DD833658
1FDLF47F9VEC16836
TAG
68905-V
69110-V
69188-V
1FTRF17W2XNB76292
22N01991
1GCGC24U5YZ275076
1GCGCK29U0YE309864
G05420
1GCGC24U4YZ297697
1FTWF32L8YED93617
69189-V
T0710DD893277
1RBH503061AR23797
20090011
99350
1FTYR10U63TA18393
ACP216123
1FMZU73W25ZA75477
1R9BC20266L4464216
49HAADBV77DX64320
ACP274755
1B06443P5
810-4072
1C9SV122751418243
30627--250000422
30627--260000267
30627--250000427
30627--260000274
J8DE5B16877302562
Ser #044098
1FDSX21508EC74897
1FDSX21508EC74898
1FDAF57R68EC58859
1FDWW36Y98EC58826
1FDXF47R98EC58861
1FDXW47R78EC58860
539-01-0041
1FTSW21598EE39855
1FTSW21598EE39856
1FTSW21528EE39857
1FTSW21548EE39858
1FTSX215X8EE39859
57196-V
57197-V
57198-V
57199-V
69104-V
57200-V
57201-V
68982-V
69129-V
57202-V
69113-V
68983-V
57203-V
57204-V
68984-V
57205-V
57206-V
57207-V
57208-V
57209-V
57210-V
57211-V
T CODE CHASSIS BUILD
T49585
T49587
T41608
T46657
T44673
T42693
T44060
T43061
T43062
T47103
T42711
T43832
T41842
T49898
T46009
T49473
T49481
T41509
T49725
T49626
T44906
T47055
T46346
T41434
T42742
T49332
T41197
T49580
T43471
T44575
T41576
T43608
T44609
T43610
T43644
T43645
T43646
T43647
T49000
T43084
T49153
T49154
T49155
T49200
T49202
T49211
T43694
T49973
T49974
T49975
T49976
T49977
06/08
06/08
06/08
06/08
06/08
CITY PROP.
NUMBER
YEAR
78000
2008
78002
2008
78020
2008
78021
2009
78034
2008
78036
2008
78109
2009
78110
2009
78111
2009
78112
2008
79678
2011
79682
2011
79683
2011
79684
2011
80058
80115
2011
80194
2012
80195
2012
86299
80138
80139
2011
2011
2012
BUDGET CODE, DEPARTMENT
MAKE/MODEL
JOHN DEERE 450J DOZER
57685 AIRFIELD/GROUNDS
ONAN 10KW MOUNTED ON 77155
57685 AIRFIELD/GROUNDS
JOHN DEERE SKID STEER
57685 AIRFIELD/GROUNDS
GMC ETNYRE FLUSHER TRUCK
57685 AIRFIELD/GROUNDS
TENNANT 810 RIDER SWEEPER
57685 AIRFIELD/GROUNDS
TENNANT ATLV 4300
57685 AIRFIELD/GROUNDS
RUSH INTERN'L DUMP TRUCK
57685 AIRFIELD/GROUNDS
RUSH INTERN'L DUMP TRUCK
57685 AIRFIELD/GROUNDS
RUSH INTERN'L DUMP TRUCK
57685 AIRFIELD/GROUNDS
JOHN DEERE 624K LOADER
57685 AIRFIELD/GROUNDS
FORD RANGER
57685 AIRFIELD/GROUNDS
INTERNATIONAL DUMP TRUCK
57685 AIRFIELD/GROUNDS
INTERNATIONAL DUMP TRUCK
57685 AIRFIELD/GROUNDS
INTERNATIONAL DUMP TRUCK
57685 AIRFIELD/GROUNDS
VENTRAC SLOPE MOWER
57685 AIRFIELD/GROUNDS
FORD RANGER
57685 AIRFIELD/GROUNDS
FORD F250 PICKUP TRUCK
57685 AIRFIELD/GROUNDS
FORD F250 PICKUP TRUCK
57685 AIRFIELD/GROUNDS
* LIGHT TOWER
57685 AIRFIELD/GROUNDS
* LIGHT TOWER
57685 AIRFIELD/GROUNDS
* LIGHT TOWER
57685 AIRFIELD/GROUNDS
* LIGHT TOWER
57685 AIRFIELD/GROUNDS
* LIGHT TOWER
57685 AIRFIELD/GROUNDS
* LIGHT TOWER
57685 AIRFIELD/GROUNDS
* BATTS CLOSURE LIGHT
57685 AIRFIELD/GROUNDS
* BATTS CLOSURE LIGHT
57685 AIRFIELD/GROUNDS
* SWEEPSTER CLOSURE LIGHT
57685 AIRFIELD/GROUNDS
* SWEEPSTER CLOSURE LIGHT
57685 AIRFIELD/GROUNDS
* MOBILE AIR STAIRS
57685 AIRFIELD/GROUNDS
* AMIDA AL4060-D SITE LIGHT
57685 AIRFIELD/GROUNDS
* AMIDA AL4060-D SITE LIGHT
57685 AIRFIELD/GROUNDS
* AMIDA AL4060-D SITE LIGHT
57685 AIRFIELD/GROUNDS
* CRAFCO POWER BRUSH 140
57685 AIRFIELD/GROUNDS
* CORE CUT CONCRETE SAW CC1800
57685 AIRFIELD/GROUNDS
* LEE BOY TAC SPRAYER
57685 AIRFIELD/GROUNDS
* AIR LESSCO PAINT STRIPER 6000
57685 AIRFIELD/GROUNDS
* GRACO PAINT STRIPER 6000
57685 AIRFIELD/GROUNDS
* AIR LESSCO PAINT STRIPER
57685 AIRFIELD/GROUNDS
* AIR LESSCO PAINT STRIPER 4000
57685 AIRFIELD/GROUNDS
* AGRIMETAL STRAW BLOWER GA1805
57685 AIRFIELD/GROUNDS
* HUDSON TRAILER
57685 AIRFIELD/GROUNDS
* HUDSON TRAILER
57685 AIRFIELD/GROUNDS
* HUDSON TRAILER 10K
57685 AIRFIELD/GROUNDS
* HUDSON TRAILER
57685 AIRFIELD/GROUNDS
* HUDSON TRAILER(CORE SAW)
57685 AIRFIELD/GROUNDS
** AVALANCHE PLOW
57685 AIRFIELD/GROUNDS
** AVALANCHE PLOW
57685 AIRFIELD/GROUNDS
** AVALANCHE PLOW
57685 AIRFIELD/GROUNDS
JOHN DEERE TRACTOR/MOWER
57685 AIRFIELD/GROUNDS
JOHN DEERE TRACTOR/MOWER
57685 AIRFIELD/GROUNDS
FRESIA MACHINE/SNOW BROOM
57685 AIRFIELD/GROUNDS
*LARGE BATTS SPRAYER (DUMP TRUCK MOUNTED)
57685 AIRFIELD/GROUNDS
VECHICLE TYPE
HEAVY EQUIPMENT
GENERATOR
HEAVY EQUIPMENT
HEAVY TRUCK
SWEEPER/SCRUBBER
SWEEPER/SCRUBBER
HEAVY TRUCK
HEAVY TRUCK
HEAVY TRUCK
HEAVY EQUIPMENT
PICKUP TRUCK
HEAVY TRUCK
HEAVY TRUCK
HEAVY TRUCK
MOWER
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
RUNWAY LIGHTING
RUNWAY LIGHTING
RUNWAY LIGHTING
RUNWAY LIGHTING
AIR STAIRS
SITE LIGHT
SITE LIGHT
SITE LIGHT
RUNWAY SEALER
CONCRETE SAW
RUNWAY SEALER
PAINT MACHINE
PAINT MACHINE
PAINT MACHINE
PAINT MACHINE
STRAW BLOWER
TRAILER
TRAILER
TRAILER
TRAILER
TRAILER
SNOW PLOW
SNOW PLOW
SNOW PLOW
MOWER
MOWER
SNOW PLOW
DEICER
PRIORITY
RATING VIN OR SERIAL NUMBER
2
T0450JX150113
1
10HDKCC42345B--B080160809
2
T0332TA147291
1
1GDP7C1B29F406363
3
SER #810-5036
3
SER #4300-2944
2
1HTMSAARX9H120341
2
1HTMSAAR19H120342
2
1HTMSAAR39H120343
2
DW624KZ621802
2
1FTKR1AD2BPA07063
2
1HTMSAAR5BH387716
2
1HTMSAAR7BH387717
2
1HTMSAAR9BH387718
2
3
1FTKR1AD9BPA78311
2
1FT7X2A65CEA41787
2
1FT7X2A67CEA41788
2
SER#001167857
2
SER#010168630
2
SER#991059859
2
SER#161738
2
SER#0102-69027
2
SER#0102-69025
1
SER# 991799
1
SER#991788
1
SER#0835067
1
SER#0835068
2
SER#1675
2
0004-64574
2
0204-75061
2
0004-64157
1
85-032
3
1273050
1
189DS0916/4D309937
1
#1
1
#2
1
#3-0503857
1
#4-0503853
3
L/S13401
3
10HTLG166P1000076
3
10HTLG168P1000077
3
10HHSE18051000727
3
10HTLG168N1000058
3
10HHS1008R1000005
1
1
1
1
1
1
1
TAG
57212-V
57213-V
57214-V
57215-V
68985-V
57216-V
57217-V
57218-V
68986-V
68987-V
68988-V
T CODE CHASSIS BUILD
T45000
T43002
T45020
T44021
T43034
T44036
T49109
T49110
T49111
T46112
T42682
T42683
T42684
T41058
T49115
T49194
T49195
T43166
T43103
T43299
T43803
T43245
T43246
T43986
T43987
T43984
T43985
T43989
T43574
T43506
T43157
T43032
T43050
T43937
T41101
T41102
T41103
T41104
T43401
T46676
T46677
T46727
T46658
T46605
T41138
T41139
T42998
06/08
10/08
CITY PROP.
NUMBER
YEAR
81556
2014
81572
81741
81742
81805
81806
81807
81808
81812
2014
81813
2014
2014
66008
1991
70262
1995
70588
1996
70600
1996
70602
1996
70605
1996
70606
1996
70607
1996
70730
70740
1997
71101
1997
71119
1997
71486
1998
71501
1998
71727
1998
71850
72076
1999
72352
2000
72474
2000
72475
2000
72849
2001
72851
2001
75801
2005
75802
2005
75854
2005
76479
76691
2006
76692
2006
76693
2006
76694
2006
77061
77144
2008
78050
2008
78063
2008
78064
2008
78198
2008
78199
2008
80193
2012
80765
2012
80766
2012
80767
2012
BUDGET CODE, DEPARTMENT
MAKE/MODEL
FORD EXPLORER (CHAD HUSKINS)
57685 AIRFIELD/GROUNDS
GRACO LINE LAZER WALK BEHIND LINE STRIPER 57685 AIRFIELD/GROUNDS
KUBOTA ZD331LP72 MOWER
57685 AIRFIELD/GROUNDS
KUBOTA ZD331LP72 MOWER
57685 AIRFIELD/GROUNDS
DINGO
57685 AIRFIELD/GROUNDS
NEW HOLLAND TRACTOR T6
57685 AIRFIELD/GROUNDS
ALAMO FALCON 15 MOWER
57685 AIRFIELD/GROUNDS
ALAMO FALCON 15 MOWER
57685 AIRFIELD/GROUNDS
FORD F250 PICKUP TRUCK
57685 AIRFIELD/GROUNDS
FORD F250 PICKUP TRUCK
57685 AIRFIELD/GROUNDS
CYNERGY DUAL AXLE ENCLOSED TRAILER(PAINT)57685 AIRFIELD/GROUNDS
FORD E350 (PAINTER)
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
FORD F350 UTILITY BODY
57684 BUILDING
F150 P/U
57684 BUILDING
FORD F150 P/U
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
KOMATSU FG25T-11 FORKLIFT
57684 BUILDING
MAYVILLE 33SRT REDLIFT
57684 BUILDING
FORD F550
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
CHEVROLET 2500 P/U
57684 BUILDING
CHEVROLET 3500 DUALLY
57684 BUILDING
JET RODDER
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
CHEVROLET 2500 P/U
57684 BUILDING
CHEVROLET 2500 P/U
57684 BUILDING
FORD RANGER P/U
57684 BUILDING
CHEVROLET 2500 P/U
57684 BUILDING
FORD F450 UTILITY BODY
57684 BUILDING
FORD F450 UTILITY BODY
57684 BUILDING
FORD EXPLORER
57684 BUILDING
SNORKEL 80’ LIFT MODEL TBA80RDZ
57684 BUILDING
FORD F250 SUPER DUTY/UTIL. BED
57684 BUILDING
FORD F250 SUPER DUTY/UTIL. BED
57684 BUILDING
FORD F250 SUPER DUTY/UTIL. BED
57684 BUILDING
FORD F250 SUPER DUTY/UTIL. BED
57684 BUILDING
34' GENIE BOOM LIFT
57684 BUILDING
FORD F250 XL SUPER DUTY P/U
57684 BUILDING
FORD F250 UTILITY BED
57684 BUILDING
CHEVROLET EXPRESS VAN
57684 BUILDING
CHEVROLET EXPRESS VAN
57684 BUILDING
FORD F250 UTILITY BED
57684 BUILDING
FORD F250 UTILITY BED
57684 BUILDING
FORD F250 PICKUP TRUCK
57684 BUILDING
FORD E250 CARGO VAN
57684 BUILDING
FORD F150 PICK UP TRUCK
57684 BUILDING
FORD F250 UTILITY BED
57684 BUILDING
VECHICLE TYPE
PASS VEHICLE
PAINT MACHINE
MOWER
MOWER
TRACTOR
TRACTOR
MOWER
MOWER
PASS VEHICLE
PASS VEHICLE
TRAILER
PASS VEHICLE
PASS VEHICLE
LIGHT TRUCK
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
FORKLIFT
PERSONNEL LIFT
PICKUP TRUCK
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PLUMBING EQUIP.
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PICKUP TRUCK
LIGHT TRUCK
LIGHT TRUCK
PASSENGER VEHICLE
PERSONNEL LIFT
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
PERSONNEL LIFT
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PRIORITY
RATING VIN OR SERIAL NUMBER
2
1FM5K8B87EGA28955
1
1
39405
1
40766
2
313000358
2
ZDBD08390
1
1
2
1FT7X2B68EEB09341
2
1FT7X2B6XEEB09342
3
55YBC242XEN001963
2
1FDHS34M2MHB27461
2
1FTHE24H75HB18535
2
1FDJF37H5TE822324
2
1FTEF15N0TLC06825
2
1FTDF1723VNB66083
2
1FTHE24H1THB48485
2
1FTHE24H5THB48487
2
1FTHE24HXTHB48484
3
468474A
2
10600144
2
1FDLF47G3VEB83339
2
1FDFE24L9VHB95424
2
1FTNE24L3WHB55210
2
1GCGC24R7WE209516
2
1GBKC342WF071209
2
3L41C
2
1FTHE24L7YHA23683
2
1FTNE24L2YHA92538
2
1GCGC24UXYZ267295
2
1GCGC24U2YZ268473
2
1FTYR10UX1TA48882
2
1GCGC24U11Z209551
2
1FDXF46Y36EA99468
2
1FGXF46Y56EA99469
2
1FMZU73W55ZA75473
2
9309060493
2
1FDNF20527EA60009
2
1FDNF20597EA60010
2
1FDNF20507EA60011
2
1FDNF20527EA60012
2
Z34N-002664
2
1FDNF205X8EC58824
2
1FDNF20508EE53914
2
1GCGG25K58113312
2
1GCGG25KX81131958
2
1FDNF20528EE53915
2
1FDNF20548EE53916
2
1FT7X2A63CEA41786
2
1FTNE2EL9DDA07999
2
1FTNF1CF0CKE40352
2
1FDBF2AT3CEC70600
TAG
61619-V
85440-T
85441-T
74325-V
68989-V
57219-V
69978-V
68906-V
63850-V
57220-V
68924-V
68925-V
68926-V
57221-V
57222-V
57223-V
68927-V
68928-V
57224-V
68929-V
68930-V
69194-V
57225-V
57226-V
57227-V
68968-V
68922-V
57228-V
68923-V
57170-V
63711-V
68959-V
68960-V
68961-V
57171-V
57172-V
68962-V
16503-V
43477-V
15147-V
T CODE CHASSIS BUILD
T41105
T43741
T43742
T41806
T41808
T41807
T41809
T49814
T49813
T48008
T49292
T41705
T49600
T49602
T49605
T49606
T49607
T47730
T43740
T48101
T49119
T49486
T49501
T49727
T43850
T49076
T49352
T49474
T49475
T49849
T49851
T49801
T49802
T49854
T46497
T49691
T49692
T49693
T49694
T43065
T49144
T49050
T49063
T49064
T49198
T49199
T49193
T49766
T49767
08/08
10/07
09/07
08/08
08/08
CITY PROP.
NUMBER
YEAR
80768
2012
81356
2013
75778
1998
81771
725
1975
55745
1986
56582
1986
70243
1996
70589
1996
71117
1997
72644
2000
72852
2001
74335
2003
74336
2003
74337
2003
74338
2003
75853
2005
78049
2009
80131
2012
47628
1968
75877
2005
80150
73588
75822
75971
75972
75973
75645
75646
76052
76120
76121
76124
76125
76126
76130
76132
76616
76620
66497
66498
2002
2005
2005
2005
2005
2005
2005
2005
2005
1985
2005
1993
2005
MAKE/MODEL
FORD F250 UTILITY BED
FORD E250 CARGO VAN
*JLG 40' ELECTRIC LIFT
HYSTER H155 FT FORKLIFT
IH (MILITARY) WRECKER 5 TON
KOMATSU FD-20-10 FORKLIFT
FORD F350 WRECKER
FORD F150 P/U
FORD F350 UTILITY BODY
FORD F550 UTILITY BODY/WITH CRANE
INTERNATIONAL ROLLBACK
FORD F250 P/U
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD EXPLORER
16' EQUIP/LIFT TRAILER
FORD F550 UTILITY BODY/WITH CRANE
H-446 5 TON CRANE (MILITARY Hanson)
* STERIL KONI PORTABLE LIFTS
STERIL KONI PORTABLE LIFTS
* FALLEN SOLDIER CART
* TURBOWAY RAMP CDIA#1
* TURBOWAY RAMP CDIA#2
* TURBOWAY RAMP CDIA#3
*** FORD E450 SUPER DUTY
*** TOM CAT 3400 ZAMBONIE
*** FORD E450 SUPER DUTY
*** FORD E450 SUPER DUTY
*** FORD E450 SUPER DUTY
*** FORD F250 SUPER DUTY
*** FORD F250 SUPER DUTY
*** PREMIER/DEICER MT43P21
*** EZ/GO ELECTRIC GOLF CART#2
*** EZ/GO ELECTRIC GOLF CART#1
*** MEYERS C-9 SNOW PLOW
*** MEYERS C-9 SNOW PLOW
*** TRIUMPH/DD-104/DEICER
*** WASP AO4973D BOARDING STAIR
*** FORD F700 FUEL TRUCK
*** FORD F350 BOARDING STAIR
*** WASP A05236D BOARDING STAIR
*** SITE LITE SL40000
*** SITE LITE SL4000
BUDGET CODE, DEPARTMENT
57684 BUILDING
57684 BUILDING
57684 BUILDING
57684 BUILDING
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
57687 VEHICLE
SPECIAL ASSIST EQUIPMENT
SPECIAL ASSIST EQUIPMENT
SPECIAL ASSIST EQUIPMENT
SPECIAL ASSIST EQUIPMENT
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
WILSON AIR CENTER
(FBO)
* No Vehicle Number Issued, Equipment Serviced by Aviation
** No Vehicle Number Issued, Equipment Serviced by Aviation, Equipment used by Contractor
*** Equipment Serviced jointly by Aviation and Contractor
VECHICLE TYPE
PICKUP TRUCK
PASS VEHICLE
PERSONNEL LIFT
FORKLIFT
WRECKER/CRANE
FORKLIFT
WRECKER/CRANE
PICKUP TRUCK
LIGHT TRUCK
MEDIUM TRUCK
MEDIUM TRUCK
PICKUP TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
PASSENGER VEHICLE
TRAILER
MEDIUM TRUCK
CRANE TRUCK
VEHICLE LIFTS
VEHICLE LIFTS
TRAILER
AIR STAIRS
AIR STAIRS
AIR STAIRS
BUS
SWEEPER/SCRUBBER
BUS
BUS
BUS
PICKTRUCK
PICKTRUCK
HEAVY TRUCK
PASS VEHICLE
PASS VEHICLE
SNOW PLOW
SNOW PLOW
HEAVY TRUCK
AIR STAIRS
HEAVY TRUCK
AIR STAIRS
AIR STAIRS
SITE LIGHT
SITE LIGHT
PRIORITY
RATING VIN OR SERIAL NUMBER
2
1FDBF2ATZCEC70599
2
1FTNE2EW8DDB14939
2
701070300036034
2
H006V01997E
2
D1325EGB22611
3
223495
1
1FDJF37H7GNA83953
2
1FTDX1860VNA98727
2
1FDJF37H7TEB22325
2
1FDLF47F7VEC168835
1
1HTSCAAM31H342345
2
1FTNX21LX1EB70201
2
1FTYR10U13TA18396
2
1FTYR10U33TA18397
2
1FTYR10U53TA18398
2
1FTYR10U73TA18399
2
1FMZU73W35ZA75472
3
1M9DA18B99M646506
2
1FDUF5GT8CEA45526
2
H44628
2
2
2
2
2
2
1
1FDXE45F92HA11549
3
41573
1
1FDXE45P85HB13566
1
1FDXE45P15HB13568
1
1FDXE45P25HB13577
2
1FTSX21PX5EC07226
2
1FTSX21P15EC07227
1
2FZACGCT46AW71522
3
2285634
3
2299334
3
115509250
3
115509251
1
1FDNF60H1FVA46652
2
170735
1
1FDXK74C8RVA37055
2
1FDWF36585ED07998
2
172538
2
2
TAG
16502-V
56217-V
57174-V
68963-V
69130-V
57175-V
57176-V
68964-V
68965-V
68944-V
68945-V
68946-V
57177-V
68967-V
57178-V
68947-V
T CODE CHASSIS BUILD
T49768
T49356
T43745
T46817
T49226
T46745
T49582
T49423
T41589
T49117
T42644
T49252
T49335
T49336
T49337
T49338
T49853
T43049
T40131
T47628
T43879
T43010
63714-V
T48588
68948-V
57179-V
57180-V
68949-V
68950-V
T48971
T48972
T48973
T49546
T49646
T49452
T41126
T43040
T43043
Exhibit D: Parts Purchased in 2013
Part Number
AA1102754
AA1184686
AA1184687
AA1184760
AA1184761
AA1184974
AA1184975
AA1207241F
AA1277632
AA158562
AA1662084
AA1662086
AA17450031
AA1749525
AA1749525CORE
AAGAW601028
AAGAW602028
ACD10340403
ACD155705
ACD1571253
ACD1571903
ACD1580214
ACD1580556
ACD17D184M
ACD223408
ACD41110
ACD41962
ACD718030
ACD9748HH
ACDPT2721
ACE092135
ACEB65A10
ADRAX54021
ADRAX54053
ADRAX54107
ADRAX54141
ADRAX5578
AEIARC10
AEIBP40X
AEIPB10
AFM3595A
AIK4320P
AIRE2237S
AIRMIL183434
AIRONA1542746
ALI29511307
ANC3116
ANC3118
ANC3119
ANC3120
ANC3121
ANC3122
ANC3124
Part Description
CYLINDER; MASTER
CALIPER; REMAN RIGHT REAR E450
CALIPER; BRAKE LEFT REAR E450
CALIPER; RIGHT FRONT E450
CALIPER; LEFT FRONT E450
CALIPER; BRAKE RH FRONT REMF
CALIPER; BRAKE LEFT FRONT REMF
PUMP; POWER STEERING
BOX; POWER STEERING GEAR
PUMP; WATER
SHAFT; AXLE 08 ESCAPE
SHAFT; AXLE 08 ESCAPE
SENSOR; MASS AIR FLOW
SENSOR; MASS AIR FLOW
CORE; MASS AIR FLOW SENSOR
PLANNER,WLL,BLNK,36X24,LAM,WHT
PLANNER,WLL,MO,36X24,LAM,WHT
CABLE; SHIFTER CHEVY UPLANDER
SWITCH; A/C COMPRESSOR CUTOFF
CONTROL; A/C AND HEAT
SWITCH; BLOWER MOTOR
MOTOR; A/C BLOWER
MOTOR; RESISTOR BLOWER
PADS; REAR BRAKE
GREASE; 5% MOLLY 35 LB BUCKET
PLUGS; AC DELCO SPARK
PLUG; SPARK IRIDIUM
GREASE; MOLY HD
SET; SPARK PLUG WIRE
KIT; ELDO H/L CONNECTOR
BRUSH; COPPER TUBE
BRUSH ROUND WIRE
ROTOR; FRONT
ROTOR; 07 BACK E450 REAR BRAKE
ROTOR; FRONT BRAKE
ROTOR; REAR BRAKE
ROTOR; FRONT BRAKE
CYLINDER; AIR RELEASE
DEVICE; LOAD HOLDING
ASSY; PUSH BUTTON SWITCH
DOLLY; DRUM
CLEANER; PURPLE MAGIC 1 GAL
ASSY FUEL PUMP
MUFFLER; MILLER GEN
GASKET; MUFFLER
SWITCH; LOW PRESSURE 4PSI
BLADE; WIPER 31-SERIES 31-16
BLADE; WIPER 31-SERIES 31-18
BLADE; WIPER 31-SERIES 31-19
BLADE; WIPER 31-SERIES 31-20
BLADE; WIPER 31-SERIES 31-21
BLADE; WIPER 31-SERIES 31-22
BLADE; WIPER 31-SERIES 31-24
Quantity Sold
1
2
2
1
2
1
1
1
1
1
1
1
1
1
1
2
1
1
1
1
1
1
1
1
1
8
8
30
2
1
2
2
2
5
6
2
1
3
1
1
1
51
1
1
2
1
1
19
24
23
3
15
7
Part Number
ANC9118
ANC9119
ANC9120
ANC9121
ANC9122
ANCC20PB
ANTFLEETCHARGE
ANTPEAKRV
ANTWW1
APUPWP657
APUPWP726
APUPWP9166
ARM10160
ARM10861
ARM10861
ARM10863
ARM40320
ATP11486
ATPB231
AUP24
AUP26
AUP3076
AUP386
AUP765
AUPAP104
AUPAP5144
AUPAPP5364
AUPHT1
BA1520584
BAT6524
BAT6526
BAT6526R
BAT7269
BAT7565
BAT8270
BAT8424F
BAT8496R
BAYSL103
BC27E10
BC39C1232
BC47C1088
BC6651709
BC6698057
BC6698058
BC6704666
BC6730997
BC7101078
BC7136676
BC7138651
BC7143498
BC7152731
BC85D12
BCA15123
BCA15244
Part Description
BLADE; 18 INCH WIPER
BLADE; 19 INCH WIPER
WIPER BLADES; 20 INCH
BLADES; WIPER 21IN
BLADE; WIPER ANCO 91-22
BLADE; WIPER 08 ESCAPE FRT 20
ANTIFREEZE; GALLON
ANTI-FREEZE; RV PKR0A3
FLUID; WASHER 1 GAL
PUMP; WATER
PUMP; WATER PWP726
PUMP; NEW WATER
PROTECTANT; ARMOR ALL 16OZ
WIPES; ORIGINAL PROTECTANT
WIPES; PROTECT ARMORALL 10861
WIPES; CLEANING 10863
FOAM; TIRE ARMOR ALL 20 OZ
GASKET; TRANS PAN
FILTER; TRANS 6R60 6 SPEED
PLUG; SPARK AUP24
PLUG; SPARK AUP26
PLUG; SPARK
PLUG; SPARK
PLUG; SPARK COPPER CORE
PLUG; SPARK PLATNUM .054 GAP
PLUG; SPARK AP5144
PLUG; SPARK
PLUG; SPARK
PUMP; FUEL, ELECTRIC 152-0584
BATTERY
BATTERY
BATTERY
BATTERY; ELDO
BATTERY
BATTERY; MARINE DEEP CYCLE
BATTERY
BATTERY
BULB; DROP LIGHT 13 WATT
WASHER; BUCKET SKIDSTEER
BOLT; CUT EDGE
BOLT; BUCKET SKIDSTEER
SEAL; PIN
FILTER; OUTER AIR
FILTER; INNER AIR
EDGE; 68 INCH CUTTING
BUSHING; PIN
PIN; BUCKET SKIDSTEER
COMPRESSOR; AC BOBCAT
COMPRESSOR; MOUNT AC
BELT; AC BELT
BRACKET; AC COMPRESSOR
NUT; CUTTING EDGE
BEARING; BCA15123
BEARING; TAPER CUP BCA15244
Quantity Sold
7
4
10
4
1
2
735
5
135
1
11
1
12
1
6
15
8
1
1
16
16
4
4
8
28
8
4
8
3
1
1
1
2
1
3
1
1
2
6
9
6
4
1
1
1
2
6
1
1
1
1
9
3
1
Part Number
BCA202FFLB
BCA203SS
BCA204FF
BCA22217EXW33C3
BCA32019X
BCA382A
BCA387AS
BCAA14
BCAA2
BCAA3
BCAA38
BCAA5
BCAA6
BCAHB88508A
BCALM29710
BCALM29748
BDS49499
BEL700775
BEL701001
BEL785400
BEL785402
BEQ130078
BEQ130080
BEQ300198
BEQ300202
BEQ310045
BEQ350103
BEQ470144
BEQ55FB160161
BEQ620899
BEQ790048
BEQ800312
BEQ83BK50H
BEQ83BK55H
BEQ83H16S
BEQ910814
BEQ910814L
BEQ99B0091
BEQAA60
BEQB38
BFG10804
BFG28627
BFG34949
BFG41881
BFG95971
BIS35255
BIS423789
BIS45379
BIS45633
BIS47044
BIS49020
BIS66121
BISC423790
BISC6410
Part Description
BEARING; BALL
BEARING; BALL 203SS
BEARING; ALTERNATOR FRONT
BEARING; 22217EXW33C3
BEARING; 32019X
BEARING; BCA 382-A
BEARING; E450 REAR INNER AXLE
BEARING; WHEEL
BEARING; OUTER WHEEL
BEARING; BCA A3
BEARING; E450 REAR OUTER AXLE
BEARING; INNER WHEEL
BEARING; INNER FRONT
BEARING; D/S CENTER SUPPORT
BEARING; TAPER CUP BCALM29710
BEARING; TAPER CONE BCALM29748
FLUID; WH SHEP STOP LEAK
WIRES; PLUG F600 DEICER TRUCK
WIRE; 12IN 7MM COIL
WIRE; PRIMARY
WIRE; 16 GUAGE RED
SWITCH; IGN
KEY; IGN
BLOCK; TERMINAL
ASM; DIODE
SWITHC; NEUTRAL
RELAY; 50 AMP
CAP; FUEL
BEARING
ARM; LEFT HITCH
BLADE; DOUBLE CUT NO LIFT
SHAFT
PULLY
PULLY
BUSHING
BOLT; 1/2 X 20 SAE X 1 3/4
BOLT; 1/2X20SAEX1 3/4 LEFTTHRD
WASHER; .510 IDX2 1/2 OD 1/4 T
BELT; V
BELT; V
TIRE; 225/70R/15 BFG
TIRE; 235/75R17 RUGGED TRA
TIRE; P235/75R17 LONG TRAIL
TIRE; 225X75R 15BFGLONGTRL T/A
TIRE; ELDO 255X70R 22.5
PUMP; HYD
LADDER; 2 STEP
SET; PLIERS
SET; VICE GRIP
SET; 9PC WRENCH
SET; 9PC SCREWDRIVER
FLASHLIGHT; MAG LED
LADDER; 3 STEP
SET; DIAL INDICATOR
Quantity Sold
2
2
1
1
1
1
2
4
2
1
1
2
1
1
1
3
2
1
1
1
1
2
1
1
1
1
3
1
2
1
2
1
1
1
2
3
3
3
1
1
8
6
2
22
6
1
1
1
1
1
1
2
2
1
Part Number
BISC655489
BISC907529
BISHP148134
BISL100411
BISLIS14900
BISLIS56500
BK1110180302
BK11124
BK18223
BK2016BP2
BK2032BP2
BK20590
BK20LBS
BK357BPZ3
BK5011703
BK5011708
BK55412
BK6151402
BK6301660
BK6411528
BK6551571
BK6551744
BK6551746
BK6652079
BK6653152
BK6653194
BK6701017
BK6802908
BK6802909
BK7001871
BK7002274
BK7003118
BK7006202
BK7012036
BK7041911
BK7041912
BK7041929
BK7041949
BK7043004
BK7051017
BK7051019
BK7051029
BK7051050
BK7051500
BK7051508
BK7051524
BK7101036
BK7101178
BK7101715
BK7101719
BK7151151
BK7151228
BK7151516
BK7151709
Part Description
FORMS; WORK ORDER 8.5X11.25-3P
CYLINDER; 3IN X20IN HYDRAYKUC
JACK; HYDRAULIC CYLINDER
HEATER; PRO
TOOL; C3 TERMINAL
TOOL; WIRE TERMINAL
CAP; OIL FILLER FOR SPRINTER
SOLDER; ROSIN FLUX CORE
MUFFLER; LOGISTICS ASTRO VAN
BATTERY; ELECTRONIC DEVICE
BATTERY;ELECTRONIC DEVICE LITH
ROPE; 0.5IN NYLON
BATTERY; MC SPREADER
BATTERY; 1.55 VOLT 357
GAUGE; WATER TEMP
GAUGE; OIL PRESSURE
TAP; 14MM X 1.50MM PLG
NUT; 0.375X24 TORGUE CONVERTER
NUT; SPINDLE F350 FRT
NUT; WHEEL 3/4 HEX SIZE
MOTOR; A/C BLOWER
HEATER; MOTOR A/C BLOWER
MOTOR; BLOWER
NUT; HEX W/ WASHER 1/4-20
RETAINER; E450 COWL
FASTENER; PLASTIC TRIM PUSH
PAD; BRAKE PEDAL
LENS; TAIL 6802908
LENS; TAIL ASSEMBLY 6802909
THERMOMETER; NON CONTACT AC
KIT; GEN 2 OBD 2 TOOL
KIT; HD GENISYS STARTER
KIT; LD GENISYS UPGRADE
GAUGE; LIQUID FILLED 2-1/2 DIA
PLUG; OIL DRAIN W/ GSK M12-1.5
PLUG; OIL DRAIN PILOT POINT
PLUG; OIL DRAIN
PLUG; DIFF
PLUG; E450 OIL DRAIN
CLAMP; HOSE 1-1/4" - 1-5/8"
CLAMP; HOSE 1-3/4" - 2"
CLAMP; 3 TO 5 IN SS HOSE
CLAMP; HOSE LINED 3/8" - 5/8"
CLAMP; HOSE CONSTANT 1/2 - 5/8
CLAMP; HOSE 2-1/4" - 2-5/8"
CLAMP; HOSE HT 6-1/8" - 9-1/8"
PLUG; TIRE REPAIR INSERT
TIRE; STITCHER PATCH
MARKER; RED PAINT
TUBE; INNER
COUPLER; FOR GREASE GUN
HOSE; GREASE WHIP 12", 1/8 NPT
HOSE;3/8X50 AIR
NOZZLE; FUEL 13/16 AUTO 3/4
Quantity Sold
2000
4
5
2
6
6
1
1
1
1
4
1
2
1
1
1
1
2
1
5
1
1
1
1
2
3
1
1
1
1
1
1
1
1
1
1
1
1
2
20
23
10
7
3
5
5
120
1
2
2
3
1
1
6
Part Number
BK7151713
BK7151766
BK7201267
BK7251662
BK7251663
BK7251675
BK7258207
BK7272603
BK7272604
BK7301377
BK7301642
BK7302749
BK7304009
BK7305359
BK7305612
BK7308141
BK7335336
BK7335337
BK7335344
BK7335752
BK7335753
BK7335760
BK7351896
BK7353798
BK7358756
BK7451039
BK7451040
BK7511057
BK7551037
BK7551387
BK7551526
BK7552107
BK7552131
BK7601115
BK7601201
BK7601212
BK7601491
BK7631101
BK7631258
BK7651085
BK7651197
BK7651393
BK7651541
BK7651577
BK7652417
BK7652681
BK7653038
BK7701152
BK7701161
BK7701162
BK7701164
BK7701237
BK7701763
BK7701914
Part Description
NOZZLE; FUEL 15/16 AUTO 1
NOZZLE; GARDEN HOSE SPRAY
CASTERS; 2IN WHEEL
PIN; LINCH 5/16 BK7251662
PIN; LINCH 7/16 BK7251663
PIN;LOCK PTO 5/16, 2 1/4
CAP; FUEL AUX TANK 7258207
ORING; 7272603
ORING; 7272604
SPOTLIGHT; DOOR MOUNT
HARDWARE; BATTERY HOLD DOWN
MAGTNET;LIGHTFLASHINGAMBERBASE
BOX; BATTERY
COVERS; SEAT
RETAINER; FUEL LINE 7305612
COVERS; SEAT
CLAMP; EXHAUST 2-1/4
CLAMP; EXHAUST
CLAMP; 1.875 U BOLT
BOLT; 4 IN EXHAUST U
CLAMP; EXHAUST 3-1/2
BOLT; U
STUD; BALL JOINT 735-1896
HANDLE; TAIL GATE BEZEL
HANDLE; TAILGATE
FOOT; 2000LB JACK
FOOT; TRAILER TONGUE JACK
HINGE; BUTT
BALL; TRAILER 2", 1" X 2-1/8"
HOOK; PINTLE 9000 LBS
PLUG;TRLPLUGFLTBLADE7WYFLTBLRV
CABLE; BINDER RATCHET
STRAP; RATCHET 1" X 16'
BONNET; POLISHING
BONNET; POLISH
PAD; BUFFING 8 IN
BRUSH; PARTS WASHER
GLOVES; MECH WEAR MED RED
GLOVES; BLACK LARGE MECHANIX
STRIPPER; PAINT, SPRAY 12 OZ
TIE; CEMENT PATCH 14OZ
GREASE; 1 LB WHITE LITH
OIL; HYD JACK
ACETONE; GAL
ADHESIVE; EPOXY 25ML
SEALANT; 50ML HI TEMP THREAD
FUEL; BUTANE 5.1 OZ
CLIP; MOUNTING INSULATED 5/16"
CLAMP; MOUNTING INSULATED 7/8"
CLAMP; MOUNTING INSULATED 1
CLAMP; MOUNTING INSULAT 1-1/4
STRIP; 2IN SAE MAG
TAPE; P/U CAB
SOLDER; ROSIN 50/50 TIN/LEAD
Quantity Sold
4
3
2
2
1
4
1
4
4
1
1
3
1
3
2
3
3
1
2
1
1
1
2
1
1
1
1
1
1
6
1
4
14
1
1
1
1
1
1
11
1
1
2
1
20
1
2
2
1
1
2
3
1
1
Part Number
BK7702402
BK7702412
BK7703044
BK7703093
BK7703918
BK7706996
BK7706997
BK7761021
BK7769003
BK7771580
BK7821172
BK7821728
BK7821730
BK7821734
BK7823114
BK7825054
BK7825316
BK8051020
BK8111150
BK8111151
BK8111251
BK8131400
BK8131404
BK8131406
BK8131408
BK8151033
BK8151034
BK8155008
BK8155085
BK8155131
BK8172010
BK8174085
BK8174093
BK8195562
BK8211038
BK8211361
BK8211362
BK8215033
BK8215212
BK8215235
BK8217016
BK8271043
BK8271044
BK8271217
BKE96BP2
BKHSD55
BKST7RS
BKT224
BKT248
BKT301
BKT303
BKT304
BKTH211
BLI81033
Part Description
BLADES; UTILTY KNIVE SINGLE ED
BOTTLE; SPRAY 32 OZ BK 7702412
HELICOIL; SET 1/4 IN 20
KIT;HELICORETHREADREPAIRMERIC
BATTERY; STREAMLIGHT AAAA
GAUGE; AIR TANK
MANIFOLD; AIR TANK 1/2NPTBRASS
JACK; 12 TON BOTTLE
BLADE; UTILITY KNIFE
WHEEL; GRINDING 7771580
FUSE; 5X20 MM 15AMP
INVERTER; POWER 1500 WATT
INVERTER; 3000 WATT POWER
SWITCH; POWER INVERTOR REMOTE
BREAKER; CIRCUIT 100AMP7823114
REEL; EXT CORD 30 FT 10A 3-WIR
BLOCK; ATC FUSE 7825316
BOX; SINGLE LID TOOL
TANK; 92 GAL LIQ L SHAPE FUEL
TANK; FUEL
HITCH; UNDER CAR RECEIVER
ROD; 0.25 X 20 X 36 THREADED
ROD; THREADED 1/2-13 NC; 36 IN
ROD; 750X36IN THREAD
ROD; THREADED 1 INCH
JACK; TRAILER 5000 LBS
JACK; TRAILER TONGUE 2000 LBS
HOSE; 2 1/2 ID AIR DUCT
SCRAPER; ICE
RECIEVER; HITCH F150 78005
FLAP; MUD 1/4 X 24 X 30
CAN; GAS 2.5 GAL RED 8174085
CAN; GAS 5 GAL 8174093
LIFT; SUPPORT GAS
DOLLY; LUBE
SPRAYER; TANKHIGHDENSITY 2GAL
SPRAYER;TANKHIGHDENSITY 3 GAL
PUMP; FUEL TRANSFER 12VDC 20G
FUNNEL;PLASTIC 1QT 18IN L
JACK; TRAILER TONGUE 5000LBS
TANK;AIRPORTABLE 10GAL 125PSI
HOOK;PINTLE TRLR 12,000LBS
PINTLE; HOOK W2 0.3125 BALL
COOLING; TESTER SYSTEM PRES
BATTERY; AAAA 1.5V
BIT; 45/64 SD DRILL
LIGHT; TRAILER TAIL
TAP; THREAD, BOTTOM/FRACTIONAL
TAP; 14MM X 1.25
TAP; 1/8 PIPE
TAP; 3/8 PIPE
TAP; PIPE 1/2"-14 NPT
HEX; DIE SINGLE 2X20NF
CAN; GAS 5 GAL
Quantity Sold
1
4
1
1
2
2
2
1
1
1
5
1
1
1
3
3
4
1
2
1
2
1
1
1
1
1
1
12
9
1
1
10
2
2
1
1
2
4
22
2
1
5
1
1
1
1
1
1
1
1
1
1
1
1
Part Number
BLS16PB
BON262
BON301
BOS6201089001
BOS6222084001
BOS6222086001
BOS6235122544
BROHL2275DW
BRTTN450
BS16100Z9E033
BS16221Z6L000
BS16700Z6L003
BS591378
BS691656
BS799056
BSH68001
BUSCB184F100
BUSCBC20
BUSCBC40HB
BUSFMX20
BUSFMX30
BUSHHD
BUSHHK
BUSUCB20
BUSUCB25
BUSUCB30
BUY07086
BUYLT20
BYE2858
BYE3006620
BYE3599
CALSE5574
CAM14154
CAM15225
CAM15227
CARFILLHOSE
CAT31325
CAT31325A
CAT568020
CAT568151
CAT568218
CAT568225
CAT568240
CAT568242
CAT568910
CAT575225
CAT575240
CAT8Y4030
CATDRTU25
CATDSU181.5037
CATENVRSUPPLIES
CATMCU1375D
CATMUJ007
CATSPR4002
Part Description
OIL; PENETRANT PB BLASTER 12 O
FILLER; BODY 1 QT
HARDNER; BONDO
SEAT; FOAM BOTTOM TALLADEGA
KIT; AIR SPRING DRIVER SEAT
SPRING; SEAT AIR
COVER; SEAT BOTTOM VINYL BLACK
PRINTER; LAZER JET
TONER,HY,F/HL2270DW,BLK
ASSY; CARBURETOR
GASKET; CARB
PUMP; FUEL
CARBURETOR
STARTER; SOLENOID
PUMP; FUEL
STRAINER; FUEL BREAD TRUCK
BREAKER; CIRCUIT, III 100 AMP
BREAKER; CIRCUIT THRD 20 AMP
BREAKER; CIRCUIT 40 AMP
FUSE; FEMALE MAXI BLUE 20 AMP
FUSE; J CASE 30 AMP 7822121
HOLDER; FUSE W/ COVER 30 AMP
BREAKER; CIRCUIT 20AMP TUBULAR
BREAKER; CIRCUIT SPADE 20 AMP
BREAKER; 25 AMP CIRCUIT
BREAKER; CIRCUIT SPADE 30 AMP
RUNNER; FOR 9 - 10 FT PLOWS
RACK; BACKPACK BLOWER
SYSTEM; DONOVAN BULLET TARP
CONTROL; SPEED
TARP; 7 FT X 14 FT BLACK MESH
CALIPER; LEFT FRONT BRAKE
PATCH; NATURAL RUBBER 3-1/8
PROBE; TIRE REPAIR
TOOL; SPLIT EYE REPAIR
HOSE; FILL
CYLINDER; HYDRAULIC
CYLINDER; HYDRAULIC
RING; O
RING; O
ORING
RING; O
ORING
RING; O
RING; O
RING; B UP
RING; BACK UP
ASSEMBLY; SEAT BELT D6D DOZER
SEAL; ROD U
SEALS; U
SUPPLIES; ENVR
SEALS; CYLINDER
WRENCH; ADJ HYDRANT
RINGS; CAST FE
Quantity Sold
47
4
4
2
1
2
3
1
1
2
2
3
1
2
1
1
1
1
1
1
3
6
3
2
2
1
3
3
1
1
1
1
2
3
6
6
3
1
1
1
1
1
1
1
4
1
1
1
1
1
6
1
2
2
Part Number
CATST150
CATU121.3718D
CATU121.37SQB
CATU181.5037D
CATYF2025
CB1600
CB5285
CB71R1150
CB7541
CFC84VSG12VDC
CHR30919
CHR74161
CHR74539
CHR8804
CHV565401
CI1575
CI3000632220
CI3EB55A3641
CI6008151350
CLN14014
CLN4B360
CLN74471
CLNAC01
CLNAOK
CLNBABR01
CLNBB01
CLNBT01
CLNCOM20GAL
CLNCTA01
CLNCTS9
CLNDLS01
CLNFS01
CLNFS01
CLNHS01
CLNLB01
CLNNC01
CLNNN01
CLNPATCH 15
CLNPF510
CLNQF01
CLNROG01
CLNSFL01
CLNSMT01
CLNSTR01
CLNTP01
CLNVB01
CLNWA01
COL55018
COL55019BX
COL5506503
COL55081
CRC05037
CRC05037
CRC05110
Part Description
SEAL; HYD
SEAL; U
SEALS; OD
SEAL; USN
PUMP; PARKER HYD
VALVE; EXP
COMPRESSOR; AC E450 LOWER
SWITCH; ROTARY 3 SPEED
DRIER; AC E450 REAR
VALVE; ALLENAIR FOR BLAZE41
FUSE; MDA-15
SPRAY; WASP/HORNET
WIPES, RED LION
MECHANICAL SET; BORING, RAZORQ
FLUID; SYN TRANS DRUM (220 QT)
NOZZLE; 1 1/2 IPT RED
KEYS; IGN
KEY; FG25T-11 FORKLIFT IGN
PLUG; FD20-10 GLOW
NOZZLE; IND WASHER
BRUSH; WASH HD 3X10X3 1/4
CLEANER; GAL SUPER DUTY HAND
CLEANER; GLASS LIQUID 19 OZ
WIPES; HAND DISINFECTANT BUCKE
BRIK; BACTO, BACTERIA BLOCK CS
FRESHENER; BERRY BAG CASE
SHINE; BLK TIRE 12 OZ, CASE
FLUID; CLEANING
FRESHENER; AIR 16 OZ SPR, CASE
RAGS; OIL MATS
SYSTEM; DUMP LOCK
FUEL; SURCHARGE COYNE TEXTILE
FUEL; SURCHARGE
HAND; SAVER PUMP 12 OZ, CASE
CLEANER; LITTLE BUDDY WIPES,
FRESHENER; AIR CRANBERRY 8 OZ
NUTZ; NUMB
PATCH; CONTRETE 5 GAL
PENT; ELECT INSULATOR GAL
CLEANER; DISINFECTANT FOAM 75
GREASE; RID-O GUART, CASE
UNDERCOATING; 16 OZ SPRAY
TRAP; SUPER MOUSE
OPENER; QT DRAIN
CLEANER; TRIPLE PLAY GAL
FRESHENER; VANILLA BREEZE BAG
WIPES; CLEAN WIPE ITALL BUCKET
SWITCH; HEAVY DUTY ELECTRICAL
SWITCH; HD ELECTRICAL ITEM
SWITCH; HEAVY DUTY ELECTRICAL
SWITCH; HD ELECTRICAL ITEM
GREASE; WHITE LITHIUM
GREASE; CRC WHITE LITHIUM
MASS AIR FLOW SENSOR CLEANER
Quantity Sold
1
1
1
1
1
1
2
2
6
4
5
12
36
1
800
3
1
6
4
2
2
16
6
5
8
2
8
7
6
26
1
9
11
4
2
2
4
1
8
2
1
2
2
4
2
4
2
4
4
2
1
10
12
1
Part Number
CRC05110
CRC14010
CRO1592
CRO19458
CRO74523
CRO8585
CRO8591
CRO8593
CRO93016
CRO97106
CRO97107
CRO97108
CRO97112
CRO97114
CRO97118
CRO97124
CRO97125
CRO97126
CRO97132
CRWVE1500SS
CSE317171A1
CSE87319294
CSE87319295
CSS25
CSS71
CSS844
CSS909
CT07347
CT07609
CT1501200
CT61FDESC
CTAC201500
CTAC801405
CTC87726695
CUM149218702
CUM3051006
CUM3164275
CUM3164291
CUM3288461
CUM3818823
CUM3818824
CUM3914136
CUM3924725
CUM3943463
CUM3949417
CUM3949910
CUM3954701
CUM3957380
CUM3957456
CUM3957942
CUM3958069DCORE
CUM3958209
CUM3958262
CUM3958296
Part Description
CLEANER; MASS AIR FLOW SENSOR
WASP & HORNET KILLER PLUS
TAP; 3/8 X 16 CIC 200 HI SPEED
RECIP; 12-10T CIC BI-MET
TOOLUBE; RED LION
ALIGNER; TAP REAM
JAW; 0-80 TO 1/4
JAW; 1/4 TO 1/2
DRILL; 1/4 QUAD PT PLUS
BIT; 9/32 DRILL
BIT; 7/64 DRILL
BIT; 1/8 DRILL
BIT; 3/16 DRILL
BIT; 7/32 DRILL
BIT; 9/32 DRILL
BIT; 3/8 DRILL
BIT; 25/64 DRILL
BIT; 13/32 DRILL
BIT; 1/2 DRILL
HOSE; SS TIRE VALVE STEM
LATCH; DOOR CASE LOADER
WIPER; ARM CASE LOADER
BLADE; WIPER CASE LOADER
PLUG; SPARK CSS25
PLUG; SPARK RC12YC
PLUG; SPARK CSS844
PLUG; SPARK CSS 909
HEADLIGHT; CONTROL BOX MEYERS
ADAPTOR; HEADLIGHT CONTRL BOX
RACK; LADDER
LADDER; RACK
SWITCH; THERMO
FILTER; AC
FILTER; INSIDE CAB
PUMP; FUEL ASSEMBLY 149218702
REGULATOR; VOLTAGE
CONNECTOR; ELECT
TERMINAL; ELC CNR REPAIR
V-BELT; RIBBED CUM 3288461
KIT; STUD
NUT; 5/16 FLANGE USS
CAP; OIL FILLER CUMMINS
SCREW; BANJO CONNECTION
HOSE; FLEXIBLE FUEL
GASKET; EXH GAS RCN VALVE
GASKET; EGR TUBE
BOLT; HEX FLANGE CAP
PIPE; AIR TRANSFER
CLAMP; V BAND EGR
BOLT; BANJO CONNECTOR
CORE; EGR VALVE
PAN; OIL
TUBE; PRESSURE SENSING
TUBE; WATER TRANS EGR TO BLOCK
Quantity Sold
7
8
12
12
4
2
1
1
12
12
12
12
6
6
3
4
4
4
4
2
1
1
1
2
1
1
4
1
1
1
2
1
3
6
1
1
1
1
2
4
4
2
2
1
1
3
1
1
2
2
1
1
2
3
Part Number
CUM3958459
CUM3958914
CUM3959797
CUM3963983
CUM3964647
CUM3965063
CUM3966814
CUM3969562
CUM3973330
CUM3973511
CUM3973511
CUM3976834
CUM3978072
CUM3979769
CUM4021347
CUM4076930
CUM4089240
CUM4089686
CUM4089798
CUM4089945RX
CUM4309085NX
CUM4893693
CUM4897481
CUM4921728
CUM4921776RX
CUM4928594
CUM4929864
CUM4931763
CUM4935974
CUM4937530
CUM4937757
CUM4937757
CUM4939565
CUM4942580
CUM4943133DCORE
CUM4943134NX
CUM4943134NX
CUM4946280
CUM4955352
CUM4955394NX
CUM4955402RX
CUM4955438RX
CUM4984575
CUM5260632
CUM5260647
CUM5261237
CUM5263318PX
CUM5264245RX
CUM5264250NX
CUM5269714
CUM5269720
CUM5286964RX
CUM5289447
CUMCV52001
Part Description
TUBE; BREATHER
TUBE; FUEL DRAIN
GASKET; OIL PAN
WASHER; SEALING
TUBE; EGR AIR TRANSFER
TUBE; WATER TRANSFER
DIPSTICK; OIL CUMMINS 3966814
BEARING; CON ROD STD
TUBE; OIL CUMMINS 3973330
CAP; VALVE COVER OIL
CAP; OIL FILLER
TENSIONER; BELT CUMMINS
GASKET; CONNECTION
GASKET; EXH GAS RCN VALVE
WIRING; DIAGRAM CM850 ECM
SWITCH; OIL PRESSURE
KIT;AIR COMP GST/SAL 75MM SGL
HEAD; AIR COMPRESSOR GRAY ENG
SENSOR; TURBO SPEED
CHARGER; TURBO HE341VE
KIT; RED ENG EGR VALVE
BEARING; CON ROD STD
PUMP; OIL
SENSOR; EGR DIFF PRESSURE
ECM; CM850 ENG CONTROL
SENSOR; EXHAUST PRESSURE
CONNECTOR; FUEL SUPPLY
TURBO; OIL DRAIN CONNECTION
TUBE; #5 FUEL INJECTOR LINE
HOSE; TURBO FLEX WATER
HOSE; FLEXIBLE TURBO LOWER OIL
HOSE; FLEXIBLE TURBO
STUD; ENGINE
HOSE; ELBOW 1 IN 90 DEG
CORE; ECM CM2150
ECM; CM2150
ECM; CM2150 RED ENGINE
CONNECTION; AIR INTAKE
SET; MAIN BEARING STD
PUMP; WATER PUMP KIT
TURBO; HE 07 VG MR ELDO
VALVE; EGR
SENSOR; CRANKCASE PRESSURE
PUMP; FUEL TRANSFER
GASKET; EGR CONNECTION
SWITCH; FUEL RAIL PRESSURE
INJECTOR; FUEL
PUMP; FUEL
PUMP; FUEL INJECTION HP
TUBE; OIL GAUGE
TUBE; OIL GAUGE
COMPRESSOR; 1 CYL AIR
TUBE; #4 INJECTOR FUEL SUPPLY
FILTER; CRANKCASE PAC/ CVV
Quantity Sold
1
3
1
6
3
1
8
6
3
1
1
2
3
4
1
5
1
7
2
10
1
6
1
4
1
6
4
2
1
2
1
1
5
1
1
1
3
3
1
3
4
6
3
4
3
1
4
2
1
1
1
1
4
8
Part Number
CUR21501
CUR23021
CUR45220
CUR55774
CURA3
CURA4
CURA5
CURA66
CURD22
CURI14
CWRPN6256LNC
CWRPN6256RJN
CWRPNH1422TSX
CWRPNH251SPA
DCDC502
DEKYTX20LBS
DEKYTX20LBSCORE
DIA2500010
DIA2500072
DIA2900009
DIA2900011
DIA2900012
DIA2900062
DIA2900063
DIA2900084
DIA2900302
DIA2900311
DIA6048008
DIA6048009
DIA6048071
DIA6048119
DIA6048127
DIA6048128
DIXG134
DLL11395701
DLL16020701
DLL16074901
DLL314059001
DNC2344071
DNC2344127
DOBHW5635
DOR090059
DOR090114
DOR097018
DOR300003
DOR610303
DOR611127
DOR700339
DOR800403
DOR800404
DOR901301
DORHW16465
DRU1983A
DUG451
Part Description
PIN; 5/8 HITCH
LOCK; 5/8 HITCH
ADAPTER; HITCH TRAILER BALL
PLLUG; TRAILER
BALL; TRAILER 2 X 3/4 X 1 3/4
BALL; HITCH 2" X 1" X 2-1/8"
BALL;TRAILER 2-5/16, 1 X 2
BALL; TRAILER 2, 1 DIA X 2-1/8
ADAPTER; HITCH TRAILER BALL
CONNECTOR; 7 POLE TRAILER MALE
CAP,LUG NUT
NUT,JAM
STUD,EXTEND
SPACER,WHEEL
PAINT; BLK FLAT SPRAY
BATTERY; SMALE ENG
CORE; SM ENG BATTERY
BEARING; BLOCK FLANGE
SCREW; FEED HANDLE
WASHER; FLAT
NUT; ACORN
SCREW; SHOULDER
KIT; PANEL VALVE
DEY; WOODRUFF
WASHER; LOCK SPLIT
NUT; PANEL
CORE; BOLT CUT
FLANGE; INNER
FLANGE; OUTER
SCREW; ADJUSTMENT
SHAFT; ADJUSTMENT
SPACER; TUBE
HANDLE BASE
OIL,HYDRAULIC
WINDOW; RIGHT SIDE NUM 5
BLIND; DRIVERS
BREAKER; 24V 100AMP CIRCUIT
VALVE; 4 WAY PROTECTION
SENSOR; OXYGEN
SENSOR; OXYGEN
KIT; REAR CALIPER HARDWARE
PLUG; OIL DRAIN M12-1.75
PLUG; OIL DRAIN MAGNET
GASKET; OIL DRAIN PLUG .093
PULLEY; P/S PUMP
STUD; WHEEL 9/16-18
NUT; WHEEL HEX 611127
FASTENER; DOOR TRIM PANAL
CONNECTOR; HEATER HOSE
CONNECTOR; 5/8 HEATER HOSE PK
SWITCH; FUEL SELECTOR
KIT; E450 REAR BRK CAL BUSHING
SWITCH; 88924573
CLEANER; CARPET DUG451
Quantity Sold
11
4
2
1
1
3
3
1
2
2
5
13
18
8
6
2
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
8
1
1
1
1
2
1
4
3
9
16
1
3
1
11
2
5
1
2
1
2
Part Number
DUG821
DUG902
EAT70422915
EAT70440207
ECC5585CR
ECC7660R
ECH220262
ECH2250011
ECH29222
ECH29397
ECH29399
ECH920146
ECH921036
ECH921179
ECHAR294
ECHAR394
ECHBR223
ECHBR275
ECHCSS1143
ECHCSS434
ECHCSS512
ECHDJ6330
ECHDL6502
ECHDS512
ECHEC1161
ECHEC203
ECHEC264
ECHFA134
ECHFA144
ECHFA152
ECHHL6687
ECHIC24SB
ECHIC724
ECHKS6665
ECHLS6264
ECHLS6584
ECHOP6091 15.14000
ECHOP6218
ECHRC1
ECHTG6130
ECHTS5617
ECHVCR441
ELD00206615
ELD00206615
ELD0033740
ELD0033740
ELD0033741
ELD0033741
ELD023426
ELD1005438
ELD1014
ELD1050129
ELD1055482
ELD1055482
Part Description
CLEANER; WHEEL DUG821
CLEANER; CAR WASH
KIT; EATON SEAL
SHAFT; EATON
MINIBAR; LED REFLEX
BEACON; LED HYB
VALVE; AIR IDLE CONTROL
SENSOR; FUEL PRESSURE F450
VALVE; PCV F600 DEICER
VALVE; PCV
VALVE; PCV CHEVY PU 2500
VALVE; TPMS
SENSOR; TPMS BLUE
SENSOR; TIRE PRESSURE MONTIER
RELAY; E450 A/C HD
RELAY; ACCESSORY
RESISTOR; BLOWER MOTOR
RESISTOR; 2 HOLE BLOWER
SENSOR; CAMSHAFT
SENSOR; CRANKSHAFT
SENSOR; CAM POSITION SENSOR
SWITCH; FRT DOOR AJAR
SWITCH; TURN SIGNAL
SWITCH; DIMMER
PIGTAIL; HEADLIGHT SOCKET
PIGTAIL; A/C RELAY
PIGTAIL; FUEL INJECTOR
CAP; DISTRIBUTOR
ROTOR; BUTTON F600 DEICER
ROTOR; DISTRIBUTOR
SWITCH; HEADLIGHT
COIL; IGNITION, 06 E250
COIL; IGNITION
CYLINDER; IGN LOCK
SOCKET; LIGHT
PIGTAIL; FOR D F
SWITCH; OIL PRESSURE
SWITCH; OIL PRESSURE/RANGER
CONDENSER; RADIO NOISE
SWITCH; TOGGLE 25AMP 2TERMINAL
SENSOR; COOLANT TEMP
CONNECTOR; VOLTEAE REGULATO
BUMPER; F550 REAR
BUMPER; REAR
BRACKET; F550 LEFT BUMPER
BRACKET; LEFT BUMPER
BRACKET; F550 RIGHT BUMPER
BRACKET; RIGHT BUMPER
FITTINGS; FOR AIR COILS
RELEASE; VALVE EMERG DUMP
TRAY; BATTERY SLIDE
SWITCH; HAZARD TOGGLE
VALE; DOOR
VALVE; DOOR
Quantity Sold
2
1
1
1
5
5
1
1
1
1
1
1
4
2
6
4
1
1
4
1
1
1
1
1
1
5
5
1
1
1
1
1
4
1
1
1
1
1
1
9
1
1
1
2
1
2
1
2
17
2
1
1
2
3
Part Number
ELD1140540
ELD1197102
ELD1197128
ELD12005901
ELD12012101
ELD1204148
ELD1204155
ELD1208024
ELD1208073
ELD1218783
ELD1223890
ELD1223908
ELD1223916
ELD1242585
ELD1278229
ELD1281906
ELD13001250
ELD1300755
ELD13019701
ELD1325257
ELD13900001
ELD17007301
ELD17007303
ELD17009801
ELD17015801
ELD17017601
ELD17017801
ELD17019950
ELD17200150
ELD17603201
ELD17604750
ELD18000901
ELD18200201
ELD200610K
ELD200987K
ELD201085K
ELD20701018
ELD2091651
ELD210042
ELD2160088
ELD251163
ELD26004506
ELD26004509
ELD26005710
ELD26005720
ELD260070051
ELD26007050
ELD26007052
ELD26007053
ELD26007059
ELD26900404
ELD26900916
ELD26902215
ELD26902216
Part Description
WASHER;
ARM; WIPER ASSY ELD1197102
KIT; LG WIPER PIVOT
BOX; STEERING GEAR
DIPSTICK; ELDO TRANS TUBE &
MOTOR; WIPER LEFT SIDE
MOTOR; WIPER RIGHT SIDE
MICROPHONE; INTERCOM 1208024
BUTTON; HORN
SWITCH; PUSH START
MIRROR; RIGHT SIDE ELDO
MIRROR; RS ARM
MIRROR; CS ARM
MIRROR; SW RIGHT
SWITCH; DAY NIGHT
SCREW
VALVE; LEVEL KIT
GLASS; FLAT FRONT DESTIN SIGN
VALVE; KNEELING
SOLENOID; A/C VALVE 1325257
VALVE; AIR RIDE ELD13900001
CLUTCH; ELEC FAN ELD17007301
SHAFT; FAN DRIVE
HUB; FAN 17009801
HOSE; TURBO 3.5X4
BOX; GEAR 90 DG FAN HUB
FAN; ELDO RADIATOR
RADIATOR; 08 ELDO
COOLER; RADIATOR & INTER
TENSIONER; ROSTA WELDED SE27
PULLY; IDLE ELD17604750
DRIER; COIL AIR ELD18000901
SHAFT; FAN DRIVE
FILTER; HI TEMP PROHEAT AIR
PCM; PROHEATER
KIT; PROHEAT TUNE UP
BALLAST; ELD20701018
FAN; DASH
VALVE; EXPANSION
FAN; E450 10IN CONDENSER
VALVE; A/C TEMP CONTROL
SENSOR; LOW COOLANT ISB02
SENSOR; COOLANT ELD26004509
SWITCH; STOW ELD26005710
SWITCH; ELDO MAG LEVEL
GAUGE; TEMP ELD260070051
GAUGE; VOLT ELD26007050
GAUGE; OIL PRESSURE
GAUGE; FUEL ELD26007053
SPEEDOMETER; ELD 26007059
MODULE; G5
PLUG; G5 MODULE CONTROL
ASY; HI BEAM LIGHT
ASY; LOW BEAM HEADLIGHT
Quantity Sold
3
8
2
3
3
5
2
12
9
6
13
1
2
1
4
4
17
1
2
1
2
3
4
2
6
3
1
1
1
1
2
8
1
4
3
1
1
6
1
8
1
2
2
4
1
2
2
3
2
5
3
2
1
1
Part Number
ELD29552377
ELD4001
ELD4003
ELD4008
ELD4039
ELD4040
ELD412032
ELD45600501
ELD48013701
ELD48200101
ELD48200601
ELD48200901
ELD48603601
ELD48608901
ELD5004120213
ELD5063
ELD51000401
ELD51000402
ELD51000402
ELD51000405
ELD51001301
ELD51002101
ELD57005201
ELD58000701
ELD6318
ELD6400
ELD6402001
ELD64022001
ELD64044401
ELD6700000
ELD680139
ELD690119
ELD690123
ELD692221
ELD7142
ELD7144979
ELD75230131
ELD75230132
ELD7560001
ELD8003576
ELD8020729
ELD8022212
ELD8022758
ELD810101
ELD810107
ELD8167089
ELD85020002
ELD85020003
ELD85780004
ELD8800008
ELD886418450
ELD900153
ELD900155
ELD9002003
Part Description
VALVE; RETARD SOLENOID
LIGHT; AMBER TEARDROP
LIGHT; RED E450
LIGHT; AMBER E450
SWITCH; LIGHT DOME
SWITCH; DOOR
EVAP; BLOWER ASY E450 ELKHART
MIRROR; INSIDE REAR VIEW
WINDOW; T SLIDER RIGHT REAR
WINDSHIELD; RS 07-08
GLASS; UPPER DOOR
GLASS; CENTER LOWER DOOR 40'
WINDOW; PASS RIGHT REAR
GLASS; SIGN FRONT CAP
CYLINDER; AIR DOOR
MIRROR; E450 INSIDE REAR VIEW
MOTOR;PASS SIDE WIPER
MOTOR; WIPE RIGHT
MOTOR; DRIVERS WIPER
PIVOT; WIPER ADAPTER
ARM; WIPER ELD51001301
SYNCHRONIZER; WIPER
TAPE; YELLOW REFLECTIVE
RETRACTOR; BELT ELD58000701
LEVER; RECLINING SEAT
FAN; E 450 ELKHART CONDENSER
PUMP; BOOSTER WATER
PUMP; BOOSTER WATER
BLOWER; AC ELD64044401
KNOB; AMP ELD6700000
RESISTOR; BLOWER MOTOR
MOTOR; F BLOWER 07 ELD
VALVE; HEATER ELD690123
MOTOR; F BLOWER
SWITCH; HL ELD 7142
KIT; HORN CONTACT ELD7144979
END; LEFT TIE ROD
END; RIGHT TIE ROD
SWITCH; WIPER 7560001
HOSE; SIL LRG ELD8003576
HOSE; WATER
CLAMP; ELD8022212
HOSE; TURBO
COOLER; INTER
ASSY; CHARGE AIR COOLER
COOLER; INTER ELDO 8167089
CAP; RIGHT FRONT BUMPER
CAP; LEFT FRONT BUMPER
CAP; REAR BUMPER RH
SWITCH; DOOR MIRCO ROLLER
KNOB; WIPER ELD886418450
MIRROR; CS ARM 900153
MIRROR; RS ARM
STUD; WHEEL
Quantity Sold
1
36
37
13
2
5
2
1
1
1
1
5
1
1
1
1
8
2
28
4
26
10
5
2
1
3
1
7
5
1
1
4
2
2
1
4
2
2
1
1
1
2
5
1
1
1
2
1
2
3
1
6
2
1
Part Number
ELD950109
ELDBLUEFILTER
ELDLRXX2035600
ELDPH0803
ELDR006000A
ELDTL40023
ENAAA4
ETN6600237
ETN6601571
EUCEUE8979L
EXH16139
EXH31372
EXH31388
EXH31609
EXH36339
EXI18LBS
EXI2484N
EXI24FS
EXI24S
EXI26C
EXI31XHD
EXI31XHE
EXI40R60
EXI40RC
EXI5860
EXI58C
EXI59C
EXI59CCORE
EXI6460
EXI65S
EXI65SCORE
EXI7548
EXI75S
EXI78S
EXI8283
EXI8DX
EXI8DXCORE
EXIF4DLT
EXIGC110
EXIGC135CORE
EXIGC145
EXIGTH
EXIHP31D
EXIPC1200
EXISLI6V305S
EZL120A07002
EZL832122
FAS349066
FD2L2Z9424AB
FD377850S
FD388897S
FD3C2Z6C354AA
FD3C3Z6020CA
FD3C3Z6375AA
Part Description
SWITCH; SEAR ELDO
FILTER; BLUE A/C
ASSY;MIRROR ARM
HEATER; 12 V PRO
NUT; WHEEL ELDO
LIGHT; E450 ELKHART DOME
BATTERY; MOBILE PHONE NEAL
SWITCH; EMERGENCY
FILTER; TRANSFER
STUD; WHEEL
CONVETER; CATALYTIC
GASKET; ROUND MANIFOLD
GASKET; EXHAUST FORD BRONCO
GASKET; Y PIPE
NUT; CAT CONV ADAPTER
BATTERY; MC/ POWER SPORT
BATTERY; NASCAR SELECT 24-84N
BATTERY; 24FS
BATTERY; GRP24 NASCAR EXTREME
BATTERY; 26 SERIES
BATTERY; GRP 31 HD
BATTERY; GP 31 TOP POST
BATTERY; AUTO
BATTERY; GRP 40
BATTERY; PREMIUM AUTO 58-60
BATTERY; GRP 58
BATTERY; GRP 59
CORE; GRP 59C BATTERY
BATTERY; PREMIUM AUTO 64-60
BATTERY; GP65 NASCAR EXTREME
CORE; GP65 N/E BATTERY
BATTERY LEGEND
BATTERY; GRP 75 NASCAR EXTREM
BATTERY; GRP 78 NASCAR EXTREM
BATTERY; FLOOR SCRUBBER
BATTERY; 8D COMMERCIAL
CORE; 8DX BATTERY
BATTERY; HD COMM/FARM 4-DLT
BATTERY; GOLF CART 6-VOLT
CORE; BATTERY FOR GC135
BATTERY; 6 VOLT GOLF
BATTERY; SMALL ENG 8223
BATTERY; GROUP 31D 12V
BATTERY; 12V 91RC D.L. BUS
BATTERY; 6VOLT PROCELL SCRUB
SHIM; WEAR PAD
TANK; BEAD GASKET 832122
BOLT; EYE ELDO
MANIFOLD; INTAKE
BOLT; HARMONIC BALANCER
SEAL; POWER STEERING RACK
BRACKET; R/S BELT IDLE PULLY
KIT; FRONT TIMING COVER GASKET
FLYWHEEL; 6.0L E450 ENGINE
Quantity Sold
1
288
1
1
2
44
1
1
1
3
1
2
2
1
2
1
1
2
14
1
23
5
1
1
1
5
4
1
1
89
6
1
3
8
3
43
2
7
4
1
4
3
4
62
8
8
1
1
1
1
1
3
6
1
Part Number
FD3C3Z6584AA
FD3C3Z6584BA
FD3C3Z6619EA
FD3C3Z6619FA
FD3C3Z6700BA
FD3C3Z6701B
FD3C3Z6710CA
FD3C3Z6753AA
FD3C3Z6881AA
FD3C3Z6A642CA
FD3C3Z6B898AA
FD3C3Z6D083AA
FD3C3Z7Z276AA
FD3C3Z9433BJ
FD3C3Z9439AA
FD3C3Z9439AA
FD3C3Z9N693A
FD3C3Z9T514AG
FD3C3Z9T517AG
FD3F1Z12A648A
FD3F2Z9J559BC
FD3L2Z78632A22AA
FD3L2Z7864810BA
FD3L3Z9943150AA
FD4C2Z12A690AB
FD4C2Z12A690AB
FD4C2Z12A690BA
FD4C2Z14305EA
FD4C2Z18476AA
FD4C2Z6582GA
FD4C2Z6710AA
FD4C2Z6750AA
FD4C2Z6754AA
FD4C2Z6763AA
FD4C2Z6763BA
FD4C2Z8075CC
FD4C2Z8A080AA
FD4C2Z9439CC
FD4C2Z9B659AA
FD4C2Z9C165A
FD4C2Z9C166AA
FD4C2Z9T517AA
FD4C3Z16450GAA
FD4C3Z6608B
FD4C3Z9E527BRM
FD4C3Z9F838A
FD4C3Z9P456AJ
FD4C3Z9P456AJCORE
FD4L2Z11654AAA
FD4L2Z3A697AB
FD4L2Z9002CC
FD4L3Z6068AA
FD4R3Z3A697AA
FD5C2Z10849NA
Part Description
GASKET; VALVE COVER
GASKET; VALVECOVER 03FDF550SD
GASKET; HI PRESSURE RAIL 3X3Z6
COVER; SEAL OIL PUMP
ASY; F SEAL W/ WEAR SLEEVE
ASY; CRANK SEAL
GASKET; UPPER OIL PAN 3C3Z6710
DIPSTICK; O RING 3C3Z6753AA
FILTER; ASY
KIT; OIL COOLER
GSKT; 03 FD F550 SD
GASKET
SEAL; TRANS ORING
GASKET; KIT 3C3Z9433BJ
GASKET; INTAKE 3C3Z9439AA
GASKET; INTAKE MANIFOLD
KIT; ORING 2000 FD F450 SD
HARDWARE; KIT 3C3Z9T514AG
KIT; PRESSURE
ASSY; SENDER
VALVE; INTAKE MAN RUN CONTROL
PAD; SEAT BOTTOM
PAD; UPPER SEAT BACK
ASU; TAILGATE RIGHT LATCH
wire asssy
wire assy
ASSY; WIRE 78016
HARNESS; WIRE E450
CORE; 08 E450 HEATER
COVER; 6L E450 RIGHT VALVE
GASKET; PAN LOWER OIL 4C2Z6710
STICK; OIL
TUBE; OIL LEVEL
TUBE; OIL
ADAPTER; OIL TUBE
HOSE; COOLANT REC TO BLOCK
TANK; COOLANT RECOVERY
GASKET; INTAKE
FILTER; DUCT FRONT AIR
KIT; O RING
COVER; FUEL FILTER
KIT; F/ P REGULATOR GASKET
BOARDS; RUNNING BLACK F350
KIT; FRONT COVER E450 6.0L
INJECTOR; FUEL NOZZLE ASSY
SENSOR; FUEL PRESSURE
COOLER; EGR 4C3Z9P456AJ
CORE; EGR COOLER
SWITCH; HEAD LIGHT
RESERVOIR; PS
TANK; FUEL
TRANSMISSION; MOUNT
RESERVOIR; POWER STEERING
CLUSTER; E450 INSTRUMENT
Quantity Sold
1
4
3
6
1
6
6
3
1
7
1
6
1
1
4
6
1
1
1
1
2
1
1
1
1
1
4
1
1
1
9
11
1
3
4
1
2
2
1
1
2
1
1
1
1
1
5
2
1
1
1
1
1
2
Part Number
FD5C2Z7A110C
FD5C3Z6079G
FD5C3Z6710AA
FD5C3Z6F089BA
FD5C3Z6K682CCRM
FD5C3Z7210AAA
FD5C3Z9C968CA
FD5F2Z9H486AA
FD5L2Z18471AA
FD5L3Z1564416GA
FD5L3Z18472HA
FD5L3Z18472HB
FD5L3Z3A733A
FD5L3Z6038AD
FD5L3Z6038JA
FD6C2Z12B637UA
FD6C2Z13008AAC
FD6C2Z15434A20AA
FD6C2Z1561203BAA
FD6C2Z2140EA
FD6C2Z3A717BA
FD6C2Z6C640AA
FD6C2Z6C640DA
FD6C2Z6K775A
FD6C2Z7R081BA
FD6C2Z8005B
FD6C2Z8146AA
FD6C2Z8146AB
FD6C3Z6079E
FD6C3Z9189A
FD6C3Z9T515A
FD6E7Z12A690DA
FD6F2Z9F955A
FD6L2Z13405CA
FD6L2Z16152AA
FD6L2Z16153AA
FD6L2Z16856AA
FD6L2Z3600AA
FD6L2Z3691A
FD6L3Z13404BA
FD6L3Z13404BACP
FD6L3Z13405BACP
FD6L3Z3C294AA
FD6L3Z3C294AA
FD6L5Z7379A
FD7C2Z10849E
FD7C2Z12B637AA
FD7C2Z3A719B
FD7C2Z7C130A
FD7C3Z17603A
FD7C3Z17603A
FD7L3Z13008GACP
FD7L3Z13A613B
FD7L3Z18472J
Part Description
INDICATOR;GEARSHIFT 06-UP E450
KIT; GASKET
GASKET; OIL PAN
ACTUATOR; PRESSURE ASY
CHARGER; TURBO ASSY
LEVER; AUTO TRANS SHIFT
FUEL; REGULATOR
GASKET; MANIFOLD
CONTROL; AIR VENT DUCT
ASY; CONSOL COVER
HOSE; HEATER F150
HOSE; HEATER F150
PULLY; POWER STEERING PUMP
MOTOR; MOUNT PSF
MOTOR; MOUNT DSF
ASSY; ENGINE WIRING
ASSY; HEADLIGHT 6C2Z13008AAC
HANDLE; REAR DOOR E250
ASSY; E450 SEAT BELT BUCKLE
ASSY; MASTER CYLINDER
HOSE; E450 PWR STEERING
HOSE; TURBO
ASSY; INTAKE CONNECTOR
INTERCOOLER; E450
LINES; TRANS COOLER / FILTER
RADIATOR; 6C2Z8005B
SHROUD; ASSY UPPER
SHROUD; ASSY LOWER
SET; E450 6.0L HEAD GASKET
ASY; FUEL TRANSFER VALVE
ASY; OIL TUBE 03 FD F500 SD
ASY; WIRING PIGTAIL
BUSHING; MRC VALVE ROD
LAMP; ASY LEFT REAR
SUPPORT; RADIATOR FD
SUPPORT; RADIATOR, RIGHT SIDE
MOULDING; HOOD FRONT
WHEEL; STEERING
HOSE; LOW PRE POWER STEERING
LAMP; TAIL ASSY RIGHT REAR
ASY; RIGHT TAIL LAMP
ASY; LEFT TAIL LAMP
NUT; FRONT SPINDLE
NUT; SPINDLE 6L3Z3C294AA
PLUNGER; SPRING SPRING
CLUSTER; INSTRUMENT
ASSY; MAIN WIRING HARNESS
HOSE; POWER STEERING
BUSHING; SHIFT LEVER 7C2Z7C130
NOZZLE; W/W FD F450 UTILITY
NOZZLE; W/W
ASY; LEFT HEADLAMP
ASY; 3RD BRAKE LIGHT
HOSE; HEATER F150
Quantity Sold
5
2
4
1
2
1
2
6
2
1
1
1
1
1
1
1
1
2
1
1
2
2
3
1
2
8
1
12
5
1
1
1
2
1
1
1
1
1
1
1
1
1
3
4
8
1
2
1
7
2
2
1
1
1
Part Number
FD7L3Z1862901AC
FD7L3Z3106A
FD7L3Z3600AB
FD7L3Z3C529E
FD7L3Z9424D
FD8C2Z10849E
FD8C2Z12A650AVARM
FD8C2Z12A650AVCORE
FD8C2Z15431A02C
FD8C2Z2005A
FD8C2Z2B120CR
FD8C2Z7890A
FD8C2Z7890B
FD8C2Z8B614B
FD8C3Z19D594A
FD8C3Z1A124A
FD8C3Z7Z465A
FD8L3Z15632A23A
FD8L3Z5E212G
FD8L3Z5E212U
FD8L3Z9943400AA
FD8L8Z19867E
FD8L8Z7210A
FD9L2Z14N089A
FD9L3Z17508C
FD9L8Z19835B
FD9L8Z19972E
FD9L8Z8005A
FDAL5Z1061202AA
FDAL8Z19E616F
FDAU5Z5K204A
FDBC2Z3A719C
FDBC3Z2078E
FDBC3Z2078F
FDBC3Z2267B
FDBC3Z2268D
FDBC3Z2282D
FDBC3Z5230D
FDBC3Z9439A
FDBC3Z9439C
FDBC3Z9940602B
FDBC3Z9A543A
FDBC3Z9A564B
FDBC3Z9D280A
FDBC3Z9D280B
FDBC3Z9E464B
FDBC3Z9E964A
FDBC3Z9G282E
FDBC3Z9H529A
FDBC3Z9H529B
FDBC3Z9J280B
FDBC3Z9N184B
FDCC2Z19D520A
FDCL8Z3C529B
Part Description
ASY; SEAT COVER
SPINDLE; LEFT FRONT WHEEL
WHEEL; STEERING
COLUMN; STEERING
ASY; MANIFOLD
CLUSTER; 08 E450 INSTRUMENT
MODULE; PCM ENGINE
CORE; PCM ENG MODULE
REMOTE; DOOR CONTROL
BOOSTER; 08 E450 HYDRO
CALIPER; 08 E450 RIGHT FRONT
ASY; TRANS HOSE -N
ASY; TRANS HOSE OUT
SHROUD; FAN E450 6.0L D
SWITCH; A/C HIGHT PRESSURE
NUT; AXLE REAR E450
CLIP; TRANS LINE GRAY
PAD; SEAT CUSHION
ASY; CONVERTER
ASY; CONVERTER
HANDLE; TAIL/GATE
AC HOSE; 2008 ESCAPE
LEVER; GEAR SHIFT
RELAY; EMC POWER
ASY; LINKAGE & WIPER MOTOR
AC HOSE; 2008 ESCAPE
AC HOSE; 2008 ESCAPE
RADIATOR
ASY; SEAT BELT
DOOR; MOTOR A/C BLEND
CAPS; DEF FILL CAPS FOR FORDS
ASSEMBLY; POWER STEERING HOSE
HOSE; F550 LEFT FRT BRK
HOSE; F550 RIGHT FRONT BRK
HOSE; F550 CENTER REAR BRK
HOSE; F550 LEFT REAR BRK
HOSE; F550 RIGHT REAR BRK
PIPE; F550 ELDO TAIL
GASKET; INTAKE F550
GASKET; INTAKE F550
MOLDING; BED UPPER, 08F250
ASSY; PUMP FUEL
TUBE; FUEL F550
ASSY; MANIFOLD F550
ASSY; MANIFOLD F550 FORD
GASKET; FUEL SYSTEM F550
PIPE; FUEL
ASSY; PUMP F550
KIT; FUEL INJ F550
KIT; FI KIT F550
PIPE; FUEL F550
FILTER,FUEL 2011 F350
HITCH; RECIEVER 2013 E250
COLUMN; STEERING
Quantity Sold
1
1
3
1
1
2
1
1
1
2
1
2
2
4
1
9
4
1
1
1
1
1
1
2
1
1
1
1
1
1
6
1
1
1
1
1
1
2
1
1
2
1
1
1
1
2
1
1
4
4
1
1
1
1
Part Number
FDDC3Z14A664C
FDDC3Z9940700A
FDE0AZ2149B
FDE5HT6B209BA
FDE5UZ19A706A
FDE7FZ13305A
FDE7TZ7086A
FDE8TZ1107A
FDE8TZ1107A
FDE8TZ1522810A
FDE8TZ1522811A
FDE8UZ9275B
FDE9TZ1522800A
FDF2DZ3E723A
FDF2TZ13008ACP
FDF2UZ11661A
FDF2UZ1526680A
FDF37Z1023342A
FDF3HZ9A343A
FDF3TZ7L278A
FDF3UZ9B249A
FDF4TZ15219A65A
FDF57Z7212A
FDF5TZ14A604A
FDF5TZ1K104C
FDF65Z3A006A
FDF6DZ18599DA
FDF6TZ1K105BB
FDF6TZ3N105BB
FDF75Z13404AC
FDF7DZ10884AA
FDF7DZ2C251AB
FDF7DZ7R264AA
FDF7UZ1510320AA
FDF7UZ1523342A
FDF7UZ3A006AA
FDF81Z7A110CA
FDF8OZ14N089AA
FDF8UZ14A664DA
FDF8UZ18513AA
FDF8UZ18519AA
FDF8UZ2598AA
FDW300012
FDW301331
FDW302766A
FDW704893S437
FDW714852S900
FDXC2Z2853DB
FDXR3Z9L437BA
FDXS4Z9C052AA
FEL2499
FEL35062
FELES72136
FELHS9885PT3
Part Description
HORN; CLOCK SPRING F550
ASY; TAILGATE
WASHER; CAL BRK HOSE
TENSIONER; E5HT6B209BA
B M RESI ELDO
LEVER; TURN SIGNAL (HANDLE)
GASKET; EMG BRAKE
BOLT; ROTOE FDE8TZ1107A
BOLT; E450 REAR ROTOR
HINGE; LOWER LEFT DOOR
HINGE; LEFT LOWER DOOR
UNIT; FUEL SENDING
HINGE; LEFT UPPER DOOR
ASY; IGN SWITCH ACTUATOR
ASSY; HEADLIGHT F2TZ13008ACP
KNOB; HL F2UZ11661A
HANDLE; DOOR
HANDLE; WINDOW CRANK
STRAINER; FUEL
BUSHING; F3TZ7L278A
BRACKET; FUEL FILTER
LATCH; LEFT DOOR97FDF800BUCKET
TUBE; TRANS
DIODE; PCM
ASSY; CAP F350 FRT 4WD
CAP; POWER STEERING
SENSOR; ELBOW
HUB; LOCKING FORD F350 FRT
NUT; SPINDLE F350 FRNT 4WD
ASSY; TAIL LIGHT RR EXPEDITION
ASSY; SENSOR
SWITCH; BRAKE M/CYL LOW FLUID
PLUNGER; SHIFTER
SEAL; DOG HOUSE
HANDLE; WINDOW
CAP; E450 POWER STEERING
PRND2L; INDICATOR
RELAY; 70A
CLOCK; SPRING
KNOB; FAN
KNOB; F8UZ18519AA
ASY; EMB BRAKE
FILTER; O RING OIL W300012
ORING; 03 FD F550 SD
BOLTS; VALVE COVER E450
BOLT; E450 ALT
BOLT; FUEL SYSTEM
CABLE; EMG BRAKE
GASKET; PLEMUN
SENSOR; FUEL TANK VAPOR
MATERIAL; 0.0625T12X28 H TEMP
OUTLET; WATER
BOLTS; HEAD
SET; HEAD
Quantity Sold
2
1
8
6
1
4
1
1
4
1
1
1
2
1
2
2
1
1
1
14
1
1
5
1
1
2
1
1
1
1
1
1
7
1
1
1
1
14
1
4
1
1
12
12
8
4
4
1
1
1
1
1
1
1
Part Number
FELMS96451
FELOS30620R
FELTCS45450
FELTCS46132
FELVS50639R1
FIL1356
FIL2286
FIL3361
FIL3525
FIL9832
FIRF189803
FOR71841
FP2276
FP6222206001
FR40010141
FR61950B
FR66884B
FRGR4704QRKIT
FRHV884515QRKIT
FRHV884515QRKITCORE
FS16820
FS59347
FSCE505A
FST127120
FSTN650
GAT19025
GAT1R12365
GAT20662
GAT20957
GAT21194
GAT22402
GAT22541
GAT26239
GAT26241
GAT26244
GAT27002
GAT27003
GAT27004
GAT27483
GAT28412
GAT2B79
GAT2B83
GAT2B90
GAT33635
GAT38001
GAT38001
GAT38006
GAT38015
GAT38018
GAT38158
GAT39051
GAT3L310
GAT3VX375
GAT3VX400
Part Description
SET INTAKE MANIFOLD GSKT
SET; OIL PAN GASKET
SET; TIMING COVER GASKET
SET; TIMING COVER
GASKET; VALVE COVER 08 ESCAPE
FILTER; OIL
FILTER; AIR F600 DEICER TRUCK
FILTER; FUEL NAPA 3361
FILTER; FUEL
FILTER; AIR
TIRE; 875R/16.5 TRAILER
WHEEL;CUTOFF 1/6TH X 3IN X 3/8
BREAKWAY; FUEL
KIT; AIR VALVE LH/ AIR SEAT
KIT; ELDO R BRAKE SLACK ADJ
DRUM; ELDO FRONT BRAKE
DRUM; ELDO, REAR BRAKE
KIT; 08 ELDO FRONT BRAKE SHOE
KIT; ELDO REAR BRAKE SHOE
CORE; ELDO REAR BRAKE SHOE
FERRULE; FS16820
CORE; VALVE FS59347
TONER; HP LASER JET P2035N
CARTDG; LARGE BLACK INK
TONER; BK
HOSE; COOLANT SMALL I.D.
SPRING; REAR ELDO AIR
HOSE; MOLDED COOLANT
HOSE; UPPER THM GATES 20957
HOSE; ELDO LOWER RADIATOR
HOSE; MOLDED COOLANT
HOSE; MOLDED COOLANT
HOSE; 3/8 ID DURION HEATER
HOSE; HEATER DURION 5/8"
HOSE; HEATER 1 IN ID GREEN
HOSE; FUEL 1/4
HOSE; FUEL 5/16
HOSE; 3/8 FUEL
HOSE; AIR 3/8 X 50 FT
HOSE; HEATER 3/4 INCH I.D.
BELT; INDUSTRIAL SPEC
BELT; INDUSTRIAL SPEC GAT2B83
BELT; INDUSTRIAL SPEC
GASKET; THERMOSTAT 4" X 6"
PULLEY; IDLER
PULLEY; DRIVE ALIGN IDLER
PULLEY; DRIVE ALIGN IDLER
PULLY; BELT IDLER
PULLY; IDLER
TENSIONER; BELT
TENSIONER; BELT
BELT; FHP V
V-BELT; SUPER HC GATES 3VX375
BELT; HC V
Quantity Sold
1
1
1
1
1
1
1
1
1
1
8
18
7
2
6
8
48
14
46
2
4
4
4
1
1
1
9
1
4
1
1
1
25
25
25
25
25
25
1
50
14
22
8
2
1
1
3
1
1
1
1
1
34
6
Part Number
GAT3VX900
GAT4L270
GAT6731
GAT6827
GAT6834
GAT6837
GAT6855
GAT6972
GAT7375
GAT9345
GATAX39
GATB104
GATB41
GATB73
GATK060495
GATK060675
GATK060860
GATK060923HD
GATK060956
GATK060990
GATK060997
GATK061010
GATK061020
GATK070705
GATK080680
GATK080720HD
GATK080738
GATK080751
GATK080755
GATK080865HD
GATK080991
GLO91719
GLO96070
GLOL001756
GM12475075
GM12475677
GM13584255
GM15054697
GM15063272
GM15150264
GM15151430
GM15151512
GM15618268
GM15719666
GM15764759
GM15785056
GM17999907
GM19129958
GM52473356
GM88979795
GM88979800
GM89026740
GN7915050
GNENVIRONMENTALFEE
Part Description
V-BELT; SUPER HC GATES 3VX900
BELT; FHP V
BELT; V
BELT; V
BELT; V
BELT; 37 IN V
BELT; POWERATED V
BELT; POWERATED GATES 6972
V-BELT; AUTOMOTIVE XL GATES 73
BELT; AUTO XL V
BELT; TRI POWER NOTCH
BELT; HI POWER V
BELT; HI POWER V
BELT; IND HI POWER V
BELT; ALT
BELT; A/C P/S W/P
BELT SERPTINE
V-BELT; MICRO-V FLEETRUNNER
V-BELT; MICRO-V GATES K060956
V-BELT; MICRO-V GATES K060990
BELT; MICRO -V
V-BELT; MICRO-V GATES K061010
V-BELT; MICRO-V GATES K061020
BELT; MICRO- V B
BELT; MICRO V
BELT; HEAVY DUTY SERPENTINE
BELT; ELDO W/P MAIN ENG
V-BELT; MICRO-V GATES K080751
BELT; MAIN ELDO BUS
BELT ; SERPENTINE 1-3/32 " X 8
V-BELT; MICRO-V GATES K080991
LEVER; BRUSH SUPPORT
ASM; BRUSH SUPPORT
SEAL; BRUSH SUPPORT
KIT; DRIVER DOOR HINGE
KIT; DRIFVER DOOR HINGE
KIT; ELDO H/L CONNECTOR
CONTROL; A/C HEAT PANEL
ASSEMBLY; DOOR LOCK
DOOR; PLATE ASTRO VAN
SWITCH; DOOR ASTRO VAN
SWITCH; DOOR ASTRO VAN
KIT; SEAT BELT
HANDLE; DOOR ASTRO VAN
MIRROR DRIVER OUTSIDE
TUBE; A/C FILTER TO CONDENSOR
MOTOR; HEATER BLOWER
HOSE; HEATER
ACTUATOR; MODE DOOR MOTOR
KIT; DRIVER DOOR HINGE
KIT; DRIVER DOOR HINGE
LAMP; HARNES TAIL
JACK; STAND (4-TON)
ENVIRONMENTAL; FEE
Quantity Sold
13
1
1
1
24
1
1
26
1
1
5
1
3
2
2
3
1
2
1
2
1
1
2
1
1
1
4
6
3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Part Number
GOJ094504
GRA1MKJ6
GRA1XLY1
GRA2NET7
GRA32J858
GRA3XC59
GRA4EFT1
GRA4FWE8
GRO121135
GRO12333
GRO43850
GRO46543
GRO46742
GRO46743
GRO52773
GRO528935
GRO529233
GRO54342
GRO60361
GRO60681
GRO61121
GRO63551
GRO63561
GRO63581
GRO64931
GRO73040
GRO9007C
GRO9021CC
GRO91683
GRO92525Y
GRO927015
GROBUL90CB
HF10912
HFC13430
HH12328075NYB
HH75G
HH8460-3/4
HHFC100
HHM100075FPT
HHM100PLG
IDL5010
IDL5012
IDL5016
IDL5788
IDL6204
IDL6204
IDL6206
IDL6206
INT1885812C91
INT2602212C1
INT993813503
INTCQS11
INTGPH6
INTOT3017
Part Description
CLEANER,HAND,1GAL,NAT ORN
FITTING; BULKHEAD TANK
HINGE; TORQUE BLK 2 HOLES
BOX; KEY 2NET7
CASTER; SWIVEL 4 IN 275LB
SWITCH; ROCKER
GUAGE; 2.500 PRESSURE
CABINET; HASP LOCKING SHOP
MIRROR; 7-1/2 X 10
MIRROR; EXT REAR 6 X 6-1/2
BRACKET; LAMP
LAMP; MARKER
LAMP; CLEARANCE, RED 46742
LAMP; CLEARANCE AMBER 46743
LIGHT; REAR AMBER TURN SIGNAL
LAMP; TURN SIGNAL
LIGHT; GROTE AMBER 52923-3
LAMP; STT RED STOP LED
LIGHT; STEPWELL
LED LICENSE PLATE ASSY LIGHT
LAMP; LED INTERIOR DOME
LIGHT; FORWARD FLOOD LED
LIGHT; FORWARD SPOT
LIGHTIN; FORWARD
LAMP; UTILITY 35 AMP
ALARM; BACK UP
BULB; CLEAR 3 WIRE STROBE
LIGHT; LED CLEAR STROBE
LENS; AMBER TEARDROP
LAMP;EMERGENCY AMBER16 MINIBAR
BULB; H3
LED; 7IN CLEAR BLACK
FITTING; 2IN HD WATER
FREON; HFC13430
VALVE; NYLON 0.75 DIA CHECK
GASKET; EPDM
VALVE; SPRAY TIP RELIEF
CLAMP; 1IN WORM SCREW BANJO
PIPE; 1IN FLANGE X 0.75
PLUG; 1IN FLANGE
CLAMP; HOSE SIZE 10
CLAMP; HOSE #12
CLAMP; HOSE 7/8 - 1-3/8
CLAMP; HOSE 4-6-1/8 HU TORQUE
CLAMP; HOSE 1/4-5/8IN IDEAL
CLAMP; HOSE 1/4-5/8
CLAMP; IDEAL 5/16 - 7/8
CLAMP; HOSE 5/16 - 7/8
SENSOR; 1885812C91
FILTER; AIR
FAN; ENGINE COOLING
SOLVENT; A/C FLUSH 1 QT R134A
OIL; REFRDGERANT
TUBE; INTOT3017
Quantity Sold
2
2
6
1
4
4
1
1
2
3
7
3
110
68
5
5
2
50
1
4
12
2
16
4
2
1
10
22
9
1
3
6
1
7
4
3
1
3
3
3
50
30
30
1
24
36
20
30
1
1
1
22
12
21
Part Number
JAS5609070
JAS5609090
JBW8265S
JD14M7277
JD19M8100
JD24M7344
JD34M7040
JD34M7043
JDAL158986
JDAL177184
JDAR69444
JDAT310925
JDAT311535
JDKV12914
JDKV14518
JDKV15887
JDKV17582
JDN102025
JDR515057
JDRE183935
JDT207825
JDT207826
JDT209428
JDT266876
JDTF23D
JDTF23P
JDTY26576
JDW42851
KDT2312
KDT2451
KDT2458
KDT2897
KDT774011
KK1625CL
KK21991
KW402508
LABOR99BL
LABORCHAR
LABORMILES
LABORSERVICE124
LABORTRAVELHRS
LHW091764
LHW12960304
LHW153364
LHW27563325
LHW27563670
LHW27563671
LHW37332
LHW61205010
LHW805267980
LHW891853812
LIN1147
LIN2940005
LIT15200C
Part Description
TRANS; 4R70W 4WD
TRANSMISSION; 4R70W
EPOXY; J-B WELD, SKIN PK
NUT; SKID STEER
CAP; SCR SKID STEER
WASHER; SKID STEER
SPRING; SKID STEER
SPRING; SKID STEER
FILTER; CAB A/C
FILTER'; AIR
HY-GUARD HYDRAULIC FLUID 5GL
SWITCH; IGNITION
COUPLER; QUICK SKID STEER
PIN; SKID STEER
WASHER; SKID STEER
SEAL; SKID STEER
BUSHINGS; SKID STEER
PLUG; SKID STEER
CAP; OIL FILLER
KEY; IGNITION
PIN; SKID STEER
PIN; SKID STEER
IGNITION; KEY
PINS'; FAS SKID STEER
TOOTH; BACKHOE
PINS; BACKHOE
COOLANT; JOHYN DEERE
PIN; FASTENER
BRUSH; KNOT TYPE 1"
SOCKET; 3 1/2 SPINDLE NUT
WRENCH; 4 IN SPINDLE NUT
PULLER; PULLY
FAN; TOOL CLUTCH
BLADE; 25 IN MED LIFT LONG CUT
SPRING; IDLER TENSION
LUBE; POSI TRAC ADD
TIRE; WHEEL CUT OFF
LABOR; SERV CHARGE CHAR ONLY
SERVICE; TRAVEL MILES
LABOR; SERVICE REPAIR
SERVICE;LABOR TRAVELTIME 15MIN
BIT; 1IN DRILL
VALVE; 3/4 BRASS BALL
SHACKLE; 3/4 419-G SP ANCHOR
KIT; 3 IN STENCIL
NUMBER; W/G 0-2
NUMBER; W/G 1-2
SHEEL; 0.93 30X36 CLR ACRYLIC
CABLE; VINYLCTD 0.125 X 0.1875
WRENCH; 5 HOLE FIRE HYDRANT
INSULATION; 1-0.375 PIPE
GUN; LEVER GREASE
RING; LOCK RING
LIGHT; UTILITY
Quantity Sold
1
2
7
4
2
4
2
2
1
2
3
1
1
6
6
2
2
2
1
2
2
2
2
2
10
10
2
2
1
2
1
1
1
3
3
2
2
25
178
4
26
2
1
2
2
10
10
1
100
1
2
2
3
5
Part Number
LIT1555
LIT21251Y
LIT26393C
LIT2660A
LIT44001Y1
LIT6050124
LIT798
LIT80560
LIT8370W
LIT8370W
LIT97674
LIT97817
LIT97869
LITORL
LITORM
LITORXL
LLR48497
MA1370
MACS8100
MACS8300
MBA6420904852
MBI109685X
MBI276567X
MBI276567XCORE
MBI286364X
MBI286500X
MBI800372
MBICS3113
MBIKN22150
MBIKN28054
MBIKN28071
MBIR955205
MBISC24
MCBBR1012B
MCBBR1012B
MCBBR1068
MCBBR1069
MCBBR11438
MCBBR1334
MCBBR37B
MCBBR48C
MCBBR49
MCBBR931B
MCBBR936B
MCBBRAB190
MCBBRB34
MCBBRC161RM
MCBBRC161RMCORE
MCBBRC162ARM
MCBBRC162ARMCORE
MCBBRCF119
MCBBRCF120
MCBBRCF151
MCBBRCF151CORE
Part Description
LAMP; MARKER OVAL RED
LAMP; AMBER MARKER
LIGHT; STEPWELL 26393C
LAMP; MARKER LED OVAL AMBER
LAMP; SIGNAL YELLOW ROUND
BULB; EMG LIGHT 12 V 50 W
KIT; FLARE 798
LAMP; HALOGEN 24V
BULB; STROBE
LENS; TAILIGHT RED
HEAD; WIDE ANGLE MIRROR
MIRROR; 7.500 OD CONVEX ROUND
ELBOW; OFFSET
GLOVER; LARGE ORANGE
GLOVES; MED ORANGE LIGHTNING
GLOVES; EXTRA LARGE ORANGE
FILE,VERT,5DWR,PTY
LUBE; CHAIN 1370
CLEANER; GLASS 18OZ MAC8100
LUBRICANT; PENETRATING 10OZ
FILTER; M/BENZ W/WENSOR FUEL
DRYER; AIR REMFD BENDIX AD-9
VALVE;AIR HAND CONTROL REMFD
CORE; DASH CTL
VALVE; AIR BRAKE SR1
VALVE; PR4 PRESS PROTECTION
VALVE; ONE WAY CHECK
WASHER; BRAKE CAM
VALVE; BRAKE FOOT ELDO
VALVE; AIR RELAY
VALVE; RELAY AIR BRAKE
DRIER; A/D 1200 SS AIR
CHAMBER; FRONT AIR BRAKE
PAD; REAR BRAKE
PAD; BRAKE BR1012B
PADS; REAR BRAKE
PADS; REAR BRAKE
PADS; FRONT BRAKE
PAD; REAR BRAKE
PADS; F/ BRAKE
PADS; FRONT BRAKE
PADS; FRONT BRAKE BR49
PADS; FRONT BRAKE
SHOES; REAR BRAKE
SENSOR; FRONT ABS
BOOSTER; HYDRO
CAKUOER; RIGHT FRONT BRAKE
CORE; R/F BRAKE CALIPER
CAKUOER; LEFT FRONT BRAKE
CALDIPER; CORE L/F BRAKE
CALIPER; LEFT SIDE FR
CALIPER; LEFT FRONT BRAKE
CALIPER; BRAKE RIGHT REAR
CORE; REAR CAL E450
Quantity Sold
2
1
30
1
3
1
1
2
1
2
1
1
1
96
47
91
1
76
7
19
1
39
12
1
2
1
1
1
7
5
1
1
4
1
2
2
2
1
1
1
1
1
1
1
1
4
1
1
1
1
2
2
1
1
Part Number
MCBBRCF152
MCBBRCF152CORE
MCBBRCF206
MCBBRCF207
MCBBRF1406
MCBBRF1438
MCBBRMC146
MCBBRMC30
MCBBRPK5681
MCBBRPV1
MCBBRPV11
MCBBRR129
MCBBRR30
MCBBRR46
MCBBRR62
MCBBRRF10
MCBBRRF100
MCBBRRF115
MCBBRRF21
MCBBRRF3
MCBBRRF50
MCBBRRF64
MCBBRRF65
MCBBRS110
MCBBRS3
MCBBT72
MCBBT73
MCBBXL96RA
MCBCM5126
MCBCX2020
MCBCX2466RM
MCBCX2466RMCORE
MCBDG508
MCBDG511
MCBDG521
MCBDY1092
MCBDY1123
MCBDY831
MCBDY922
MCBDY967
MCBDY984
MCBDY985
MCBDY992
MCBFD4615
MCBFL2016
MCBFL2051S
MCBFT158
MCBGLV8650RM
MCBGLV8650RMCORE
MCBJK6926
MCBJK81331A
MCBKH501
MCBKH508
MCBKH736
Part Description
CALIPER; BRAKE LEFT REAR
CORE; CALIPER BRCF152
CALIPER; 08 E450 R/REAR
CALIPER;08 E450 LEFT REAR
PADS; FRONT BRAKE
PAD; FRONT BRAKE
CYLINDER; F550 ELDO BUS MASTER
CYLINDER; BRAKE MASTER
JUT; F/BRK HARDWARE
PUMP; 4C2Z2A451AA
PUMP; E450 VAC
ROTOR; FRONT BRAKE
ROTOR; FRONT E450 OLDER
ROTOR; F/ BRAKE
ROTOR; FRONT BRAKE
ROTOR; REAR BRK 08 E450
ROTOR; FRONT BRAKE
ROTOR;BRAKE 08 E450
ROTOR; 07 BACK E450 F/ BRAKE
ROTOR; REAR BRAKE
ROTOR; REAR BRAKE
ROTOR; FRONT BRAKE
ASY; FRONT ROTOR/HUB
SEAL; REAR WHEEL
SEAL; E450 F/ WHEEL
TENSIONER; AUTO BELT
TENSIONER; AUTO BELT
BATTERY; 500CCA 84 MTH WAR
REGULATOR; E450 FUEL PRESSURE
VALVE; EGR CX2020
VALVE; E450 6.0L EGR
CORE; E450 6.0L EGR VALVE
COIL; IGNITION 3W7Z12029AA
COILS; ENGINE FIRING
COIL; BROWN BOOT IGN
SENSOR; OXYGEN
SWITCH; ABS SPEED SENSOR
SENSOR; OXYGEN
SENSOR; CRANK POSITION
SENSOR; TPS
SENSOR; TURBO PRESSURE
SENSOR; CRANK POSITION
SENSOR; O2
KIT; FUEL FILTER 2-PC
FILTER; OIL
FILTER; F550 SD CUTAWAY OIL
FILTER; AUTO TRANSMISSION; KIT
ALTERNATOR
CORE; ALT
BELT; E450 FRONT JK6-926
V-BELT; 3C3Z8620BC
HOSE; E450 HEATER
HOSE; E450 HEATER
HOSE; E450 SD CUTAWAY HEATER
Quantity Sold
1
1
1
1
1
2
1
1
1
3
3
3
6
2
2
5
4
4
6
2
2
2
4
2
10
9
5
1
1
3
9
1
1
10
8
2
1
2
1
1
1
2
2
1
1
30
1
1
1
21
6
2
3
1
Part Number
MCBKH738
MCBKM4732
MCBKM4902
MCBMCF3
MCBMCSOE41
MCBMEOE114
MCBMEOE126
MCBMEOE63
MCBMEOE64
MCBMEOE66
MCBMM1081
MCBMM840
MCBMM972
MCBPFB3
MCBPFB98
MCBPFS306
MCBPK80196
MCBPM15
MCBPM27GAL
MCBPS21
MCBPW491
MCBSA931
MCBSA977RM
MCBSP504
MCBSTP172
MCBSTP172CORE
MCBSW5181
MCBSW5267
MCBSW6052
MCBSW6352
MCBSW6377
MCBSW6523
MCBTPMS7
MCBVC3B
MCBVC7B
MCBWPT1014
MCBWPT159
MCBWPT984
MCBWR6068
MCBWR6117
MCBXO10W30QSD
MCBXO15W405QSD
MCBXT6QSP
MCBYA245
MCBYB632
MCBYBR102RM
MCBYCC194
MCBYCC224
MCBYCC289
MCBYCC315
MCBYCC318
MCBYF2719
MCBYF3112
MCBYF3295
Part Description
HOSE; E450 SD CUTAWAY HEATER
HOSE; UPPER RADIATOR
HOSE; E450 6.0L BYPASS
JOINT; LOWER BALL
JOINT; LOWER BALL
END; LEFT INTER TIE ROD
ASSY; RIGHT TIE ROD
END; LEFT OUTER TIE ROD
END; RIGHT OUTER TIE ROD
END; RIGHT INNER TIE
WHEEL; E450 BLOWER MOTOR
MOTOR; BLOWER XC2Z19805BA
MOTOR; BLOWER MM972
ASY; AFT FUEL PUMP AND HANGER
PUMP; FUEL E450 6.0L DIESEL
PUMP; ELECT FUEL
JOINT; UPPER BALL
ADDI; DIESEL FUEL LUBE
FLUID; DIESEL EXHAUST GAL
FUEL; SENDER
PUMP; WATER MCBPW-491
STARTER; E450 6.0L
STARTER; E450 6.OL
PLUG; SPARK PLATINUM SP504
PUMP; POWER STEERING E450 07
CORE;PS PUMP
SOLENOID; STARTER FORD
SWITCH; ENGINE OIL PRESSURE
SENSOR; TEMPERATURE
SWITCH; HEADLIGHT
SWITCH; TURN SIGNAL
SWITCH; TURN INDICATOR
BAND; 16" TIRE SENSOR
MTRCRFT; COOLANT ORANGE VC3B
COOLANT; GOLD GALLON
PIGTAIL; A/C HEATER SWITCH
PIGTAIL; FUEL INJECTOR
PIGTAIL; A/C COIL E450
SET; WIRE 3.0 RANGER
WIRES; SPARK PLUG
OIL; 10W30 SUPER DUTY DIESEL
OIL; GALLON
MERCON; SP A/T FLUID
FAN; RADIATOR
CLUTCH; 4C3Z8A616AA
ASY; A/C CLUTCH
COMPRESSOR; A/C YCC194
COMPRESSOR; NEW W/CLUTCH A/C
COMPRESSOR; A/C W/ CLUTCH
COMPRESSOR; 08 E450 A/C
COMPRESSOR; A/C
ASSEMBLY; AC MANIFOLD AND TUBE
TUBE; A/C HOSE TO DRIER YF3112
HOSE; AC EVAP TO CONDENSOR
Quantity Sold
2
1
4
1
1
1
1
1
1
1
8
12
1
1
1
1
1
4
416
1
1
1
2
12
3
1
1
4
1
4
1
1
2
12
2
4
3
1
1
1
49
3
4
4
19
1
1
11
3
1
1
2
2
3
Part Number
MCBYF3349
MCBYF3620
MCBYF37116
MCBYF37272
MCBYG343
MCBYH1462
MCBYH1579
MCBYH1670
MCBYH1697
MCBYH1706
MCBYH1744
MCBYH1760
MCBYH1934
MCBYH445
MCBYJ497
MCBYJ503
MCBYJ519
MCBYJ535
MCBYJ595
MCBYS181
MCBYS286
MCBYS314
MCBYS336
MCCSP509
MCCSP515
MCCXT6QSP
MCCXY75W90QLS
MERR950127
MIC00691
MIC012165R
MIC02397
MIC05681
MIC05681
MIC07253
MIC100259
MIC124R24T
MIC124X24
MIC125002
MIC12R165T
MIC1376201
MIC1379780
MIC184R30T
MIC184X30D
MIC18X850X8
MIC18X850X8FF
MIC19004
MIC21676
MIC22606
MIC22X11X8
MIC23111
MIC23X850X12
MIC23X850X12FF
MIC25516
MIC26916101
Part Description
DRIER; 08 E450 A/C
ACCUMULATOR; A/C MOTORCRAFT
DRIER; A/C FILTER E450 05-07
TUBE; A/C HOSE TO DRIER
TUBE; ORIFICE MOTORCRAFT YG343
SWITCH; LOW PRESSURE A/C
SWITCH; E450 A/C LOW PRESSURE
SWITCH; FAN YH1670
RESISTOR; AC/HEATER BLOWER
SWITCH; A/C HIGH PRESSURE
MOTOR; BLEND DOOR
MOTOR; BLEND DOOR
SWITCH; E450 FRONT BLOWER
SWITCH; AC / HEATER BLOWER
CONDENSOR; AC YJ497
CONDENSER ASSEMBLY
CONDENSOR; A/C
CONDENSER; AC ESCAPE 08
CONDENSER; E450 A/C
PULLY; IDLER
PULLY; E450 BELT IDLER
PULLY; IDLER
PULLEY; IDLER V-BELT
PLUG; SPARK
PLUGS; SPARK
MERCON; 6 SP, 12/1R
OIL; SYNTHETIC 75W90 QUART
VALVE; ELDO ABS
TIRE; 225-70R-19.5 X DS2
TUBE; 14.5/75R16.1 IND
TIRE; 215/85R/16 LTX
TIRED; 225-75R 16 M/S2 LTX
TIRE; 225-75R 16 M/S2 LTX
TIRE; P235/70R16
TIRE; 10X16.5 8PR GALXY BEEFY
TUBE; 12.4R24
TIRE; 12.4X24 R1
TIRE; TRAILER 7-14.5LT
TUBE; 12R16.5
TIRE; 355/65-15 SC 20 JETWAY
TIRE; 18X7X8 FREISA BROOM
TUBE; 18.4R30
TIRE; 18.4--30D R1
TIRE; 18X850X8 CAR TRF SVC
TIRE; 18X850X8 FOAM FILL
TIRE; 225/60R17
TIRE; LT245/75R16 LTX 10-PLY
TIRE; 245/75R16
TUBE; 22X11X8
TIRE; 255/70R16
TIRE; 23X850X12 CAR TRF MSTR
TIRE; 23X850X12 FOAM FILL
TIRE; 225-75R16
TIRE; 18X7-8 4.33 X SOLID
Quantity Sold
5
1
12
8
1
1
3
1
11
1
1
1
3
3
10
1
1
1
5
1
1
2
1
16
32
94
1
1
4
1
4
1
85
37
4
2
1
4
1
4
1
2
2
2
2
2
4
9
8
4
9
17
10
2
Part Number
MIC26X1200X12
MIC27679
MIC29884PG
MIC2BE39
MIC31733
MIC36210
MIC36228
MIC36228
MIC39992
MIC480X12
MIC480X12/6
MIC50308PW
MIC57810
MIC6083200
MIC61737
MIC67042
MIC68419
MIC76017
MIC76025
MIC78390
MIC80211
MIC83556
MIC91043
MIC95623
MIC95623
MIC99L
MICAHSC
MICAVS
MICBJ1032
MICBJ1035
MICCOMDM
MICCOMFR
MICCOMMD
MICCOMMM
MICCOMSC
MICCOMSW
MICDY7160251
MICFSS
MICFTVC
MICINDMD
MICINDSC
MICOA401450
MICORING21IN
MICOSP20
MICOSP22
MICOSP50
MICOTRFT
MICOTRPVA
MICOTRSC
MICOTRVA
MICPCWP
MICPVA
MICSCRAP
MICVS
Part Description
TIRE, DITCH DIGGER, 26X1200X12
TIRE; 235/85R/16
RIM; 195 X 6.00 F550 10 LUG
TUBE; 7.00R12 IND
TIRE; 245/75R17
TIRE; 235-75R15 MS/S2
TIRE; 245/70R16
TIRE; 245/75R16
TIRE; 255/70R16
TIRE; TRAILER
ASSY; TIRE WHEEL WHITE SPOKE
WHEEL; 22.5 X 8.25 H/P 10H RIM
TIRE; LT215/85R16
WHEEL; USED STEEL 8.25 X 22.5
TIRE; 255/70R22.5
TIRE; 11R22.5 XZR2
TIRE; 285/70R19.5 DL BUS ZXE2
TIRE; P225/75R15
TIRE; 24R21
TIRE; 11R22.5 XZE 14 PLY
TAX; NC WASTE FEE
TIRE; 205/65R15
TIRE; 225/70R19.5 STEER
TIRE; 305//70R22.5 DL XZU2
TIRE; 305/70R22.5 DL XZU2
LABOR; CUT OFF TIRES
AFTER HOURS SERVICE CALL
VALVE; STEM ACC ALUMINUM
TIRE; TRAILER 215-75R14
TIRE; ST205/75R/15 TRAILER
TIRE; DISMOUNT TRUCK
LABOR; FLAT TIRE REPAIR
TIRE; MOUNT DISMOUNT
VALVES; WATER AIR GRADER
CALL; SERVICE
LABOR; SWITCH TIRES
TIRE; 20.5R22 DOUBLE COIN REM2
SERVICE; FUEL SURCHARGE
CAP; FLOW THROUGH
MOUNT; DISMOUNT SERVICE
CALL; SERVICE
TUBE; 184/19.5/21LR24 TR218 TR
O-RING; TIRE 21 IN FIRE TRUCK
TIRE; 900X20 NHS 14 PLY
TIRE; 18.4-34 8 PLY R-1
TUBE; 18.4R34 FARM
TRANSFER; FLUID IN/OUT
ASSY; PLANETARY VALVE
SERVICE; SERVICE CALL
ASSY; ORTPLANETARY VALVE
PAINT; POWER COAT WHEEL
ASSY; PLANETARY VALVE
SERVICE; TIRE SCRAP
STEM; VALVE
Quantity Sold
4
13
1
2
96
11
3
8
4
2
4
2
2
3
193
4
10
1
10
12
57
4
30
4
13
1
2
15
8
4
6
8
300
5
43
10
2
32
293
7
1
1
13
1
2
8
75
3
49
1
1
2
229
280
Part Number
MIL1095150
MIL1189
MIL1686
MIL699
MILS1145
MILS148
MINVQ4151R6H03T
MMM01396EA
MMM03450
MMM05220
MMM06383
MMM06480
MMM06545
MMM07447
MMM07480
MMM07525
MMM08001
MMM08088
MMM39008
MMM49656
MMM93604
MN4535912
MOBMOBIL115W50
MOGK80196
MOGK80197
MOGK8772
MON34760
MON37035
MON37122
MON74421
MON74450
MS14314
MS3104
MSDA1640
MSDA1670
MSDAP1699
MSRTA9210
MT25186561
MTM00588
MTM56480
MTM611223
MTM70001
MTM76946
MTM77178
MTM85920
MTM86916
NAC81288140
NAC826020
NAC82710
NAF1DEX
NAT4160
NAT4739
NAT9150S
NB4886152
Part Description
VALVE; SAFETY 150 PSI, 1/4 PIP
GAGE; MINI 0-160 LBS 1/8 PIPE
HOSE; AIR TANK 1/4 NPT 200 PSI
CHUCK; AIR 1/4 PIPE
REGULATOR; MINI AIR S1145
GUN; BLOW 1/4 PIPE
VALVE; AIR RIDE
DISC; 2 IN 50 PK DRY
TAPE; DUCT 2" X 60'
SEALANT; MARINE ADHESIVE
TAPE; MODLING ATTACHMENT 20 YD
FASTENER; HOOK & LOOP 06480
TAPE; 18MM X55MM MASKING
PAD; SCUFF 6 IN X 9 IN
DISC;2INROLOCCOURSESURFCONDDIC
DISC; SCOTCH BRITE ROLOC
ADHESIVE;WEATHERSTRIPING 5OZ
ADHESIVE; TRIM 18.1 OZ
KIT; HEADLAMP LENS RESTORE
TAPE; ELECTRIC 49656
TAPE; ELECTRICAL
FLOORLINER; FRONT AND REAR
OIL; QT SYN 15W50
BALL JOINT; UPPER, 02 E350
BALL JOINT; LOWER, 02 E350
LINKS; SWAY BAR
SHOCK; GAS MAG FRONT
SHOCK; REAR
SHOCK; FRONT
SHOCK; MONRO-MAGNUM ELDO
SHOCK; H D ELDO FRONT REAR
PAPER; SAND 5-1/2" X 9" 1000 G
PAINT; LEMO LYELLOW SPRAY
PAINT; CHERRY RED 12OZ SPRAY
PAINT; GLOSS WHITE 12 OZ SPRAY
PRIMER; GRAY 12 OZ SPRAY
PAINT; RED SPRAY
ASY; SEAT BELT
HARDWARE; BATTERY HOLD DOWN
PLUG; LIGHTER POWER
NUT; 08 F150 WHEEL
BOARD; CIRCUIT TAIL LAMP
HANDLE; WINDOW CRANK
HANDLE; DOOR INTERIOR LEFT
SWITCH; LIGHTED RED ROCKER
FUSE; PUSH/PULL 75 AMP
KIT; PRESSURE TIP
OIL; AIR COMPRESSOR
VALVE; UPLOADDERNAPACOMPRESSOR
ANTIFREEZE; DEX COOL
SEAL; OIL
SEAL; FRONT WHEEL
SEAL; OIL NAT 9150S
ROTOR; FRONT BRAKE
Quantity Sold
2
2
2
1
1
8
10
29
6
10
3
2
2
10
13
10
8
2
1
10
18
1
58
2
2
2
2
2
2
20
2
1
2
1
12
6
8
1
1
14
4
1
1
1
3
2
1
11
1
12
12
1
2
2
Part Number
NB4886529
NBC85315
NBC857000
NBF35101
NBH1544
NBH1744
NBH25040390
NBH25080610
NBH257295
NBH3VX900
NBH5L270
NBH5L720W
NBH9843
NBHH179
NBS1146877
NBS1225
NBS184135F
NBS2026
NBS2100816
NBS2345
NBS3245
NBS5565
NBS6092ECC
NBS6217EEC
NBS8313033
NBS932012
NBSD001C4833
NBSP100047
NBSP100058
NBSP100289
NCB22254
NCB22264
NCB312G55
NCBBKMAT24200UM
NCP2605561
NCP2605562
NCP2651312
NFPFE0115
NGK7021
NGK7131
NGK7558
NHF85705
NOE7357814
NOL75500
NOS24000
NOS27452
NOS28754
NOS28754
NOS35058
NOS47697
NOS99287
NPT72412
NRCU2881
NRD482700
Part Description
ROTOR; 07 BACK E450 F BRAKE
BATTERY; CHARGER
BATTERY; CHARGER POWER SURGE
FLUID; BRAKE DOT 3, 1 GAL
HOSE; SIL TURBO COOLANT
HOSE; TURBOCHARGER
BELT; SERPENTINE
BELT; SERPENTINE
BELT; V
BELT; SUPER AG
BELT; FHP V
BELT; V
HOSE; UPPER RADIATOR
HOSE; FUEL LINE 7/16
GLASS; SIGHT
LENS; AMBER E450
135A CB E450
FLAIR; FENDER ELKHART
WIPER; KNURL
BUMPER; REAR E450
SWITCH; OFF AND ON
LATCH; WINDOW
MOTOR; E450 DOOR
LEVER; EMG DOOR RELEASE
BEARING; FLANGE 450
SOLENOID; E450
MOTOR; BLOWER REAR E450
MOTOR;E450 PASS DOOR
SWITCH; SIM LIMIT E450
BOARD; PC E450
FUEL; STABILIZER STA-BIL
ETHANOL; TREATMENT STA- BIL
ANTIFREEZE; 55 GAL RV
ABSORBENT; MAT ROLL 24" X 200'
ASSY; UPPER CONTROL ARM
ASSY; UPPER CONTROL ARM
KIT; SWAY BAR LINK REPAIR
PUMP; FUEL BREAD TRUCK
PLUG; SPARK NGK7021
PLUG; SPARK NGK7131
SPARK PLUG; NGK SMALL ENGINE
FLUID; AW68 5GAL HYD
HOUSING; THERMOSTAT 2010 EXPLO
OIL; SYN 10W30 QUART
SEAL; OIL
SEAL; FRT AXLE F350
SEAL; REAR WHEEL E450
SEAL; REAR WHEEL
SEAL; ELDO FRONT WHEEL
SEAL; REAR AXLE F900
SLEEVE; E450 R/AXLE OILSEAL RP
HOSE; POWER STEERING
RADIATOR; U2881
DISTRIBUTOR; REMAN E250 70606
Quantity Sold
2
1
1
4
3
8
2
2
4
7
2
1
1
10
2
1
1
4
1
1
1
1
1
2
1
9
6
5
2
7
2
10
2
11
1
1
1
1
2
5
2
3
1
12
2
1
1
13
8
17
1
1
1
1
Part Number
NS37117
NS902919
NSMA758
NSP88278171
NTE24956
NTE616080
NTE616341
NTE773528
NTE781097
NTE783210
NTE783910
NTH90226
NTH90363
NTH90416
NTH90464
NTH90522
NTH90536
NTH90547
NTH90670
NTH90670
NTH90674
NTH90676
NTH90735
NTQ349009
NUJ476
NUJ47610
NUJNUJ231
NW728199
NW737200
NW737299
NW737300
NW737301
NW786132
NW787101
ODRI06040L50
OIL10W30
OIL15W40
OIL15W40
OLK196LSB
ON134528202
ON1402898
ON1857444
ON5030398
ON5411369
PCH46509
PEKHCL1B8
PER24200
PER24240
PER25072
PER29040
PER59235
PER80008
PER80050
PER80050
Part Description
SHOCK; SENSA TRAC L/T REAR
MOUNT KIT; SHOCKS FUEL CART
SHOCK; AIR MA758
BOX; P/S GEAR
PANEL NPOWER NOMO SOLAR
SOCKET; IMPACT 2.5 0.75 DRIVE
SOCKET; IMPACT 41MM FORDLBUSES
SCRAPER; LONG REACH
REMOVER; A/C VALVE CORE
VALVE; REMOVL TOOL A/C
OIL; A/C VACUUM PUMP 783910
VALVE; TIRE
TOOL; VALVE 90363
STEM; TIRE VALVE
VALVE; TIRE 90464
CHUCK; 90522
CHUCK; 90536
FITTIANG;0.125X10.25PIPEBARBED
COUPLER; AIR 90670
COUPLER; 90670
ADAPTER; 90674
ADAPTER; 90676
REGULATOR; AIR
TANK; FUEL 13 GALLON
UJOINT; ELDO
KIT; UJOINT CLAMP
UJOINT; F150 2WD
TERMINAL;BATTERYSTUDCONVERSION
TUBING; CLEAR 0.25
LOOM; WIRE 1/4 IN BY THE FOOT
LOOM; WIRE & CABLE 5/16 IN FT
LOOM; WIRE 737301
SWITCH; RED COVER TOGGLE
SOCKET; HEADLIGHT 9007
OILDRI; PREMIUM 40LB
OIL; 10W30 BULK
oil, bulk
OIL; 15W40 BULK
DOOR; LOCKS
RESONATOR; INTAKE
SLEEVE; AIR INTAKE
FILTER; OIL FOR COMPRESSORS
CLAMP; HOSE
DIPSTICK KIT; OIL FOR COMPRESS
EPOXY; 5 MIN 2 PART
LINER; TRUCK BED
THREADLOCKER; 242 MED STRNG
THREADLOCKER; 242 MED STRENGTH
CLEANER; HD FAST ORANGE TUB
LOCKTITE; THREADLOCKER 290 MED
PERMATEX; HIGH TEMP
SEALER; GASKET 3 OZ
SEALER; GASKET SILICON 3 OZ
SILICONE; CLEAR 3 OZ
Quantity Sold
2
4
1
1
1
1
1
2
1
2
1
1
3
4
9
2
3
4
3
3
30
5
1
1
1
1
2
1
50
200
150
50
6
3
37
1177
15
6340
1
1
1
2
1
3
2
4
6
4
65
1
12
3
6
14
Part Number
PER80208
PER81160
PER81844
PER82180
PER82191
PER82191
PER82194
PF041120
PF065520
PF106610
PF132820
PF132820
PF133020
PIR40517
PJT369
PL704808
PLA21924
PLE30416
PLUNCH
PLUNCH1
PLUNCH2
PLUNCH3
PLUNCH4
PLUNCH5
PLUNCH6
PLUNCH7
PLUNCH8
PLUNCH9
POI980
POI989
POI997
POI997
POI997
POI998
POI999
PROPANE
PSE1
PSE2
PSE26593
PSE26890
PSE27677
PSE27825
PSE28133
PSE3
PSE30573
PSE32737
PSE35752B
PSE37981
PSE37988
PSE38434
PSE38435
PSE38673
PSE38673A
PSE39026
Part Description
LUBE; 1/2 LB ANTI SEIZE
RTV; HI TEMP RED 3OZ
ADHESIVE; 2-PART REAR MIRROR
RTV; BLACK GASKET MAKER 3 OZ
GEL; SUPER GLUE .07OZ
ADHESIVE; SUPER GLUE GEL .07OZ
SEALANT; RTV ULTRA GRAY 599
PAD; REAR BRAKE 041120
SHOE; DISC BRAKE SET 065520
PADS; F550 ELDO BUS BRAKE
PAD; BRALE FRONT 132820
PAD; 08 E450 F/BRAKE
PAD; BRAKE SET REAR 133020
OIL; 100W HYDRAULIC
U-JOINT; PJT369
TUBE; 410 X 350 X 6
PAINT; SPRAY BLACK
GUN; GREASE PISTOL GRIP 14OZ
MEETING; SAFETY CDIA
MEETING; SAFETY CDIA 1
MEETING; SAFETY CDIA 2
MEETING; SAFETY CDIA 3
MEETING; SAFETY CDIA 4
MEETING; SAFETY CDIA 5
MEETING; SAFETY CDIA 6
MEETING; SAFETY CDIA 7
MEETING; SAFETY CDIA 8
MEETING; SAFETY CDIA 9
OIL; GEAR 80W 90W
OIL; MOTOR 30W, 1 QT
OIL; MOTOR 10W30, QT
OIL; MOTOR 10W30 QT
OIL; QT 10W30 MOTOR
OIL,AUTO EXTRA,15W-40
FLUID; TRANS DEXRON, 1 QT
PROPANE; REFILL
HOSE; AIR DRYER 12IN 90/45
HOSE; AIR DRYER 12IN 45/STR
HOSE; AIR 3/8 X 4' STRAIGHT EN
HOSE; AIR BRAKE ASSY
HOSE; AIR H D 10 FT STR ENDS
HOSE; 1 IN STRAIGHT END, REPAI
REPAIR; AIR HOSE REEL
HOSE; AIR DRYER 26IN 90/STR
ORING; FOR ORFS FITTING
END; 1/4 X 3/8 90 DEG HOSE
HOSE; HYD 5' 90DE X45 DEG END
HOSE; 30 IN H P JET RODDER
HOSE; WIN ID 50IN L HP HTD STR
ASY; HYD HOSE
HOSE; POWER STEERING
LINE; RETURN FUEL
LINE; HI PRES FUEL
LINE; HYD 3FT STR END TRANS
Quantity Sold
3
3
5
15
11
15
14
6
11
3
1
6
6
29
5
2
8
6
2
6
3
1
2
2
2
1
2
1
29
11
71
77
215
2156
332
16
6
3
2
2
1
1
1
4
1
1
1
1
1
1
1
1
1
1
Part Number
PSE39049
PSE39050
PSE39201
PSE39296
PSE39296A
PSE39299
PSE39453
PSE39455
PSE39460
PSE39498
PSE39683
PSE39716
PSE39729
PSE39864
PSE39954
PSE39965
PSE39973
PSE39973A
PSE39973B
PSE39973C
PSE39975
PSE4
PSE40070
PSE40071
PSE40082
PSE40097
PSE40338
PSE40540
PSE40541
PSE40558
PSE40667
PSE40824
PSE40846
PSE40846A
PSE41094
PSE41251
PSE41314
PSE41314A
PSE41316
PSE41564
PSE41568
PSE41675
PSE41872
PSE41923
PSE42315
PSE6
PSE7
PSELABOR1
PSELABORAH
PSEP2504
PSESC
PSESCAH
PSF0732
PSF1736
Part Description
HOSE; RETURN FUEL
HOSES; HYD
HOSE; 1IN ID X50FT STR END HYD
HOSE; 80 FT HD AIR
REEL; 80 FT AIR HOSE
HOSE; 1IN ID 100FTCLEARBRAIDED
HOSE; 221 IN STR END HD HYD
HOSE; 61 IN 1IN ID90DEGENDHYD
HOSE; 3FT STR ENDS HYD
HOSE; 37 IN STR ENDS HP
HOSE; 30 FT H P A/ C HOSE
HOSE; 79IN2INIDHD90DEGENDSHYD
HOSE; HYD
HOSE; HYD
HOSE; H/P PAINT
HOSE; HYD
HOSE; HYD
HOSE; HYD
HOSE; HYD
HOSE; HYD
HOSE; HYD
HOSE; AIR DRYER
HOSE; HYD
HOSE; HYD
HOSE; HYD
ADAPTER; MANIFOLD SEAL
VALVE; HYD HOSE AND BALL
HOSE; HYD
HOSE; FUEL
KIT; HYD O-RING
CONNECTION; 90 DEG HOSE
HOSE; PAINT
HOSE; 45 IN HP FIRE
HOSE; 25 FT HP FIRE
ADAPTER; 90 DEG NITROGEN LINE
HOSE; 81 IN HYD W/WRAP 90DEG E
HOSE; HYD
HOSE; HYD
HOSE; PAINT
HOSE; 2.500 ID DRY CHEM FIRE
HOSE; HYD
HOSE; FUEL LINE
HOSE; HYD
HOSE; FUEL 1INX20FT
HOSE; DL AIR COMPRESSOR
HOSE; AIR DRIER ELDO
HOSE; AIR DRYER
LABOR; RATE BY QTR HOUR
LABOR; AFTER HRS BY QTR HR
HOSE; HYD
SERVICE; SERVICE CALL
SERVICE; CALL,AFTER HRS 15 MIN
CLEANER; BRAKE CLEAN NON-CHLOR
CLEANER; CARB/CHOKE 12 OZ
Quantity Sold
1
5
1
1
1
1
1
1
1
1
1
1
1
1
1
4
1
1
1
1
1
10
1
1
1
1
1
1
1
2
1
2
1
1
1
4
4
5
3
1
1
1
1
1
1
3
1
191
14
1
1
8
639
35
Part Number
PSN138A
PSNM118A
PSNM174A
PSNV600
PUJ876
PW1016763
PWE1016510
PWE1016555
PWE1035285
PWE1036088
PWE1036503
PWE1041279
PWE1050050
PWE1061087
PWE1062784
PWE1065166
PWE1065850
PWE1070688
PWE1070981
PWE1075991
PWE1084278
PWE1087958
PWE1092371
PWE1093677
PWE5003432
PWE5005088
PWE5005175
PWE5005188
PWE5009743
PWE710150
PYODI11.5
RADM4434
RAY2133109
RCC36244AXEXP
RFD2802767
RFD2802794
RFD2802798
RFD2818214
RFD4152038B
RFD501816R
RFD7701784
RFD8072034R
RFD8073038R
RFDX700581
RFDX700583
RSCEB1
RSCM2432
RSCM2832
RSCM3815
RT254
RTLG01
RX11212
SAS6654
SAS6910
Part Description
LIGHT; CLEARANCE AMBER PSN138A
LIGHT; CAB
LIGHT; LED CLEARANCE AMBER
MIRROR; BLIND SPOT
JOINT; ELDO REAR U
BELT; POWER BAND
PULLY; IDLER
SPACER; IDLER
TANK; OVER FLOW
WASHER; FLAT
BUSHING; IDLER BEARING
PIN; BRIDGE
SEAL; HOPPER DOOR
PIN; CLEVIS
BRACKET; SWING STOP
BOLT; 0.75X8 IDLER
TUBE; NYLON
VALVE; SUCTION WATER
PULLY; FAN
GASKET; INSPECTION DOOR
SWITCH; MOMENTARY
BEARING; SPACER
BELT; POWER BAND
BEARING; PILOT
BOLT; CARRIAGE
NUT; LOCK
;PCLMIT; 0.75 NYLON USS
WASHER; 0.75 GRD 8 FLAT
RING; RETAINING
CURTAIN; SET J
DE-ICER; WINDSHIELD SPRAY 11.5
BRAKE FLUID; DOT3, GALLON
ALTERNATOR; 2133109
ANTI-FREEZE; AE ALL SEASON
BOLT; 12MMX 1.75MM X25.40MM
BOLT; 14MM X 1.50 X 40
BOLT; 14mm 1.5 60mm NEW HOLLAN
BOLT; M12X1.75X1.50
NUT
BOLT; GRADE 8 0.625 5.5
KEY STOCK
WASHER; 05625 GRD8 FLAT
WASHER
SCREW; MACHINE 3/4"
SCREW; MACHINE 1"
DEGREASER; ENGINE 15OZ GUNK
CONDITIONER; FUEL
ANTIFREEZE; QTS AIR BRAKE
FLUID; STARTER
KIT; DOUBLE HOOK CHAIN
SPRING; GATE ASSIST LIFT
PROTECTANT; RAIN-X 7 OZ
GLOVE; XL MECHANICS
ASY; AIR OIL AUTO DRAIN REGULA
Quantity Sold
1
1
1
2
1
2
1
2
1
8
1
2
1
2
2
1
12
1
1
2
4
1
1
4
4
4
1
2
2
1
63
5
2
216
6
6
2
10
3
6
1
75
2
6
6
35
343
1
28
2
1
6
1
1
Part Number
SCC82260611
SCCCC2627
SCCCC2630
SCCH37280414
SCCH74260511
SCCH82260511
SCT75130
SCT75130
SEASF16
SEASF16
SEATT16
SERMV6842
SESPG1
SGTCU1451
SGTCU2816
SGTCU2818
SGTCU2952
SGTF15D
SGTSP61065M
SHL550022452
SIGWC1000
SM35100Z6L811
SMCAB2B42SD
SME703424
SME703926
SME704804
SME704809
SME708752
SME708753
SMES410
SMP13005
SMQT6372
SOLJNC660
SP123061C
SP123301C
SP124421C
SP28987
SP455075
SP64800
SP66V0300
SPEKT3163SA1
SPI22479
SPI52279
SPI5279X
SS30619
SS728AM
SS740450
SS802218
SSCC1905
STA10229
STA10231
STA10238
STA10328
STA10501
Part Description
LINK; QUICK 3/8"
ASY; 2X27 FT RATCHET STRAP
ASY; 2X30 RATCHET STRAP
STOP; ALUMINUM H37280414
HOOK; CLEVIS SLIP 5/16"
LINK; QUICK CHAIN 5/16
towels
TOWELS; SHOP SCT75130
TREATMENT; FUEL AND OIL
SEAFOAM; FUEL & OIL TREATMENT
SEAFOAM; TRANSMISSION TUNE-UP
BLEEDER; BRAKE BLEEDING SYSTEM
PLASTIGAGE ENG BRG
RADIATOR
ASY; RADIATOR
RADIATOR;
RADIATOR
TANK; FUEL
SET; FUEL PUMP & STRAINER
OIL; HYD AVIATION 6CT CASE
WHEEL; CHOCK RUBBER
ASM; COMBO IGN SWITCH
FORK; 42 IN LONG SD
START; HONDA GX160 PULL
CABLE; 703926
TUBE; HANDCART 90 DEG
TUBE; LAWN MOWER 13X5.00X6
TUBE; HANDCART 410 4 STR VALVE
TUBE; INNER SMALL SWEEPER
REPAIR; FIX A FLAT FLAT
DEGREASER; SIMPLE GREEN 1 GAL
FILLER; BODY HEAVY 1 QT
STARTER; JUMP BOOSTER 1700 WAT
HOSE; BREAKAWAY EXT 1 IN
HOSE; 1 IN X 12 FT DIESEL FUEL
HOSE; 3/4 IN GAS PUMP
PUMP; HEATER SP28987
SWIVEL; 45M 1 INCH
MECH; VICE
PUMP; GAS BREAKAWAY
SET; 3P TIMING
FLANGE; YOKE
YOKE; FLANGE
JUT; U-JOINT
BRUSH; SIDE 5 SECTION
PAD; BRAKE DISC
BRUSH; CENTER 740450
BRUSH; SIDE NYLON
CLEANER; POWER HOUSE FLOOR
CAP; RADIATOR
CAP; BOXED RADIATOR
CAP; BOXED RADIATOR
CAP; BOXED RADIATOR
CAP; LOCKING GAS
Quantity Sold
4
2
4
16
3
4
1
388
58
184
14
1
3
1
1
1
1
1
1
5
20
1
2
4
1
2
2
2
1
1
17
1
2
1
1
1
2
1
1
4
1
1
1
2
18
1
25
2
4
1
2
2
1
2
Part Number
STA10603
STA10819
STA10840
STA13779
STA14289
STA14839
STA14989
STA25150
STA25290
STD6697
STDBC105
STDBC202
STDBP104
STDBP141
STDBP22C
STDBP22P
STDBP97C
STDCS4RV
STDCS4V
STDDS128
STDDS141
STDDS214
STDDS263
STDDS301
STDDS510
STDDS553
STDFD168
STDFD307
STDFD503
STDFJ928
STDHB6B
STDPC645
STDRU62
STDRY116
STDRY265
STDRY612
STDS23
STDSL4
STDSL4
STDSS584
STDSST312
STDSST312
STDTS81
STDTX6
STDUS128
STI1043428
STI1044246
STI1049318
STI105003303
STI1052539
STI1064383
STI1064399
STI1081379
STI1081380
Part Description
CAP; FUEL ELDO BUS
CAP; BOXED FUEL
CAP; BOXED FUEL
THERMOSTAT; STA 13779
THERMOSTAT; BOXED STA14289
THERMOSTAT; 190 DEG
THERMASTAT; 192 DEG
GASKET; WATER OUTLET
THERMOSTAT; STA25290
WIRE; SPARK PLUG 6697
CABLE; BOOSTER 800 AMP
CABLES; BOOSTER
CLAMP; CABLE 800 AMP
TERMINAL; BATTERY LUG
TERMINAL; BATTERY LUG
LUG; BAT TERM 3/8 STUD
TERMINAL; BATTERY LUG
CABLE; BATTERY 4GA RED
CABLE; BATTERY 4GA BLACK
SWITCH; TOGGLE
SWITCH; HEADLIGHT
SWITCH; MASTER DISCONNECT
SWITCH; DIMMER
SWITCH; DIMMER
SWITCH; DIMMER
SWITCH; STDDS553
CAP; DISTRIBUTOR
ROTOR; IGNITION STD FD307
COIL; IGNITION
INJECTOR; 6.0L E450 FUEL
SWITCH; STDHB6B
SENSOR; CAM
RESISTOR; BLOWER MOTOR
RELAY; STDRY-116
RELAY; STDRY-265
RELAY;
WIRE; LEAD SINGLE POLL
SILICONE; ELECTRICAL
GREASE; DIELECTRIC SILICONE
SOLENOID; STDSS584
CONNECTOR 4 AWG BUTT SPLICE
TERMINAL; BULK SOLDERLESS
SENSOR; TEMP AUTO STOP
SENSOR; TEMP
SWITCH; STDUS128
ASM; AIR CLEANER
FAN; RADIATOR 1044246
BOTTLE; OVERFLOW
SHAFT; DRIVE ASM 105003303
ASSY; CAP TORO
V-BELT; DOUBLE 1064383
SUPPORT; FAN
CABLE; RH BRAKE
CABLE; LH BRAKE
Quantity Sold
9
4
3
2
2
1
1
1
2
1
2
2
1
7
53
22
11
75
75
1
1
1
2
20
3
2
5
4
7
36
1
2
1
28
87
1
3
5
6
1
1
1
1
1
2
3
1
1
2
1
1
1
2
3
Part Number
STI1105236
STI1109695
STI1154523
STI211830
STI21305001
STI23721
STI23778
STI24940
STI249510
STI26153001
STI261760
STI261840
STI261850
STI261860
STI266740
STI274570
STI277510
STI295530
STI3212821
STI3212823
STI3212849
STI321521
STI32210
STI3228
STI323129
STI32332
STI323411
STI32415
STI32514
STI32518
STI32522
STI32563
STI32566
STI3290469
STI329659
STI397450
STI428000
STI428120
STI432550
STI432560
STI448070
STI538150
STI553572
STI599740
STI624340
STI625580
STI630070
STI631770
STI638360
STI638400
STI652970
STI661260
STI666310
STI67903003
Part Description
HUB; ENGINE 1105236
HUB; PUMP TRANS
COUPLING; 1154523
EXTENSION; SPRING
ASSY; LH BALL JOUNT MOUNT
O RING
O RING
KEEPER
PIN; LIFT ARM
CASTER; FORK ASSY 26153001
PULLY; HUB
PULLY; IDLER
STUD; IDLER
SPACER; TORO BLADE PART
RELAY; TEMP RESET
KNOB; SEAT
PEDAL; ASH RH BRAKE
BLADE; TORO 295530
NUT; HF 1/4
NUT,TORO MOWER
NUT; TORO
NUT; LOCK CONE 321521
SCREW; HH 32210
SCREW; HH
BOLT; CARRIAGE TORO PART
SCREW; CARR TORO
SCREW; HFF
SCREW; SET FOR TORO
SCREW TORO
SCREW; H-H DRIVE SHAFT
BOLT; FRONT FORK TORO
WASHER; FLAT 32563
WASHER; FLAT
NUT; CLINCH
NUT; LOCK 1/4 USS
BRACKET; LEFT HAND CASTOR
ASY; FUEL PUMP
GASKET; FUEL NOZZLE
FILTER; FUEL
GASKET; FUEL PUMP
HOLDER; FUEL NOZZLE
PUMP; TORO FUEL
CAP; GAS
LATCH; HOOD ASSY
SPANNER; FRONT WHEEL BRG
BUSHING; WHEEL
SPACER; FRONT CASTER TORO
SPANNER; BUSHING WHEEL
KEY; IGNITION SWITCH
WHEEL; CASTER 638400
HOSE; UPPER RAD
BRACKET; KNOB
WASHER; FLAT 1/4
GRILL; TORO
Quantity Sold
2
2
12
12
1
4
4
6
1
7
1
5
1
3
1
6
1
24
7
37
6
12
8
4
3
6
6
7
2
9
14
4
2
6
6
1
1
3
1
1
3
1
2
6
12
2
54
11
2
11
1
6
6
2
Part Number
STI686710
STI714410
STI714411
STI75968001
STI921655
STI927833
STI927834
STI928862
STI939996
STI98451803
STI985009
STI989676
STOMT0250
SW070216
SW110765
TC01684
TC01987
TC1012656
TC1012657
TC1031206
TC1033578
TC1045764
TC1060000
TC19459
TC19544
TC21150
TC31613
TC33799
TC35033
TC35325
TC367327
TC367520
TC367712
TC367720
TC367734
TC367812
TC367844
TC367845
TC367961
TC367989
TC369888
TC375409
TC39210
TC40514
TC42260
TC46481
TC47512
TC51462
TC52911
TC55686
TC57994
TC58858
TC62954
TC62955
Part Description
ROLLER; FRONT 686710
SPACER; 714410
COUPLING; 714411
FORK; CASTER REAR DECK
WHEEL; CASTER FRONT
ASSY; HOSE TORO DECK LIFT
HOSE; HYD DECK LIFT TORO
CAPS; HOC TORO MOWERS FOR REAR
ASSY; DRIVESHAFT
BRACKET; AIR CLEANER
ASSY; DRIVE SHAFT
BELT; V
ORING; PK 20 #8 GREEN A/C
ASSY; SPRING
TANK; HYD
WASHER; ATLV 4300
HOSE; HYD MED06JF06STR/JF06STR
TUBE; RETAINER SPRING
ROD; THRD
SEAL; AFMK
TAILLIGHT; ASM
CAP; RADIATOR
PANE; GLASS REAR CAB
FITTING; HYD E90 JF20/JM20
FITTING; HYD E45 JF20/JM20
KET; DOOR SET OF 2
STRAINER; HYD 025GPM 100MESH
HOSE; HYD MED08JF08E45/JF08STR
FITTING; HYD E90 JF 12JM12
BRUSH; MAIN
CABLE; ATLV 4300
INSTR; MACH USE AND CARE
TUBE; END VACCUM ATLV 4300
TUBE; VAC ATLV 4300
BAG; VACUUM 44 X 55 X 3 18/RL
SEAL; ATLV 4300
PANEL; LERFT BODY
LOUVRE; LEFT
NOZZLE; RING ATLV
PAINT; FRO ATLV 4300
KIT; HYD PUMP F/74164
KIT; VACUUM HEAD
FITTING; HYD E90 JF04/JM04
FITTING; HYD TEE JF1/JM12RUN
FITTING; HYD STR JM12/OM12
FITTING; HYD E90 JM12/OM12
FITTING; HYD E90 JM06/OM08
CLEVIS; ADJ
FITTING; HYD E90 JM12/OM16
FITTING; HYD STR JM04/OM08
FITTING HYD E90 JF 12JM12SPCL
FITTING; HYD STR JM20/0M20
SKIRT; NEO .060800W53.38L04/SL
SKIRT; NEO1807.75W54.75L 05/SL
Quantity Sold
1
8
8
9
13
2
1
14
2
1
1
1
1
2
1
4
1
2
1
3
2
1
1
1
1
5
1
1
1
1
1
1
1
1
8
1
1
1
1
4
1
1
1
1
1
1
1
1
2
1
1
2
1
1
Part Number
TC63228
TC64233
TC64788
TC64870
TC64950
TC651451
TC65202
TC65205
TC65221
TC67310
TC68567
TC73870
TC76497
TC768451
TC77488
TC77770
TC77790
TC79019
TC87866
TEM1K100078
TEM1K100084
TEM209491
TEM217071
TEM282501
TEM288134
TEM288319
TEM288366
TEM34724
TEM404726
TEM407008
TEM407034
TEM407075
TEM407076
TEM407105
TEM407124
TEM407133
TEM407193
TEM408886
TEM409521
TEM409569
TEN05880
TEN05881
TEN1012144
TEN1012744
TEN1013344
TEN1013366
TEN1013588
TEN1017126
TEN1027531
TEN1069327
TEN16735
TEN21307
TEN21312
TEN240121
Part Description
TIRE; SOLID 6.5X10X5.5
CABLE; GLV .25D 008.OL. 50 EYE
SKIRT; RBR.2507.84W13.50L03/SL
CABLE; GLV
CYLINDER; BRAKE MASTER
SEAL; ORG .069X03.06 ID
HOSE; HYD LOW12JF12STR/JF12STR
HOSE; HYD LOW12JF12STR/JF12STR
OIL; VR ELEMENT FIL
FITTING; HYD STR JM12/OM16
RIVETS; ATLV
SKIRT; NEO.3707.50W21.75L04/SL
HOSE; HYD MED06JF06E45/JF06STR
LATCH; ATLV 4300
PIN; CLEVIS
ASSY; LH BRAKE DRUM
ASSY; RH BRAKE DRUM
LATECH; HARPER
SET; KEYS IGNITION
CONDENSER; A/C
CONDENSOR; AC
TAPE; A/C SEALING
ORIFICE; A/C TUBE
ASY; A/C MANIFOLD HOSE
EVAPORATOR; A/C 288134
CORE; A/C EVAPORATOR
EVAPORATOR; E450 A/C
FILTER; ROBIN AIR AC MACHINE
ORIGN; A/C
O-RING; A/C GREEN # 8
ORING; A/C
O-RING; A/C CAPTIVE 407075
ORING; AC
ORING; A/C CAPTIVE FITTING
ORING; A/C
ORING; A/C CAP FIT DUEL BM
ORING; A/C
KIT; A/C RETRO FIT 408886
VALVE; R12 TO R134 ADAPTER
CAP; A/C SERVICE
CLAMP; MUFFLER 1.88D
CLAMP; MUFFLER 2.00D
TUBE; EXHAUST 4 HOLE
MUFFLER; 6.5D 17.0L
ASY; AIR FILTER
STRAP; AIR FILTER MOUNTING
ISOLSTOR; VIB RING 1.0D X .25FILTER; FUEL
SPACER; 0.33B X 0.50D X 0.15L
STRUT; GAS SUCTION HOSESUPPORT
SCREW; HEX M8 X 1.25X 16, 8.8
GLASS; FRONT CAB
GLASS; DOOR
CLAMP; MUFFLER 1.75D
Quantity Sold
1
2
2
1
1
1
1
1
1
1
6
2
1
4
2
1
1
1
8
1
1
1
1
1
1
1
11
2
3
13
3
10
13
3
3
3
3
1
2
10
1
1
2
1
1
1
4
1
4
2
4
1
1
1
Part Number
TEN27979
TEN367033
TEN367034
TEN367136
TEN367989
TEN372678
TEN39311
TEN62954
TEN62955
TFS24615
TFS33091
TFS33099
TFS35702
TFS39071
TFS54556
TFS58120
TFS59338
TFS638
TFS67672
TFS83143
TFW41181
THM269
THMSTM1
TIR61844
TK412098
TK412110
TK413616
TK414917
TK417199
TK41896
TK444055
TK449112
TK449391
TK449392
TK780941
TK781294
TK781297
TPCGQC1030
TPD286500P
TPD45002R
TPD99041R
TPDGC3030
TPDKN20901
TPDRTP2
TPDSC30
TPDWA275491
TPDWA275491
TPVSXTRB23STR
TRDEP27
TRDEP34
TRI67241
TRI67261
TRI67281
TRI67321
Part Description
NUT; HEX FLANGE
ASSY; BRAKE FRONT PADS LEFT
ASSY; BRAKE PADS ETC RIGHT
CABLE; BRAKE
CAN; PAINT
VR; EXHAUST, GASKET
NUT; HEX STD M8X1.25
SKIRT; NEO 8.00W 53.38L
SKIRT; NEOP 7.75W 54.75L
ORING; A/C MANIFOILD
DRIER; A/C 33091
ASSY; ACCUM W/HOSE
SWITCH; E450 REAR AC FAN
TUBE; A/C ORIFICE
ASSY; EVAP CORE
COMPRESSOR; A/C FS10
ADAPTER; HOSE END CONNECTOR
TUBE; ORIFICE
COMPRESSOR; AC ESCAPE 08
DRIER; FILTER ESCAPE 08
PUMP; WATER ELDO
THERMOSTAT; ECONOMY 269
GASKET; THERMOSTAT HOUSING
TIRE; 875R16X5
BOARD; HEAT/ AC CONTROL
PANEL; DISPLAY A/C CONTROL
ECM; ELDO A/C CONTROL
EPROM; PROGR
SWITCH; CLIMATE CONTROL
RELAY; 24V ELDO EVAP FAN
CAPACITOR; ELDO UPPER A/C
RELAY; 5 POLE 24VS/T A/C
RELAY; 12 VOLT 1 PST
RELAY; 24V ELDO COND FAN
BELT; ELDO A/C COMPRESSOR
FAN; AC CONDENSOR ELDO
BLOWER; AC EVAP ELDO
SET; 22.5 RIM D/L HUB CAP
VALVE; AIR RELEASE PR4 TYPE
LIGHT; SUPER 45 TAIL/TURN
LENS; TPD99041R
SPRING; BRAKE CHAMBER
KNOB; YELLOW TPDKN20901
PLUG; DUST TPDRTP2
CHAMBER; AIR BRAKE SINGLE
d2 govener
GOVENOR; TYPE D2
VALVE; HOSE 23INCH STEM
FLASHER; ELECTRONIC
FLASHER; ELECTRONIC
BLADE; WIPER HD 24"
BLADE; WIPER HD 26"
BLADE; WIPER HD 28"
BLADE; WIPER HD 32 IN
Quantity Sold
2
1
1
2
4
1
1
1
1
10
1
2
1
5
1
1
1
9
1
1
3
1
5
1
2
1
1
1
1
24
3
10
15
61
52
10
43
1
4
1
10
18
3
10
1
1
36
2
1
4
32
23
3
3
Part Number
TRSA100081P
TWD6222035001
TWDD709
TWDW013589539
UNIFIRST
UP609996
UP609997
UP82277
UP82471
UP83530A
UP83577
UP83687
UP83841A
UPUP8383SD
UPUP8432SD
USA00092124
USA00709600060
USA007603
USA12060
USA12400A
USA12500720
USA18192
USA1830
USA191026Q
USA19704025
USA19867
USA20A400
USA2260001620
USA2915012
USA29CW272126
USA321770414
USA34006750
USA40003
USA4040DP4
USA502C10200
USA511121KA0A
USA516183TFHF6
USA540062100
USA610003101
USA610016101
USA63600
USA70537
USA766225700
USA78040
USA78041
USA8010001170
USA82095
USA8883
USA89300027
USA91700
USA91969
USA92073
USA92125
USA92130
Part Description
GEAR,DRIVE 9TEETH
COMPRESSOR; ASSEMBLY KIT
CART; FUEL DIESEL STICKER
SPRING; AIR
SERVICE; RAG AND COVER UNI1ST
HOSE; BRAKE FRNT 2006 FORDE350
HOSE; BRAKE FRONT 2006FORDE350
BOLT; REAR 08 E450 CAL HOUSING
BOLT; CALIPER HOUSING 82471
KIT; REAR CALIPER HARDWARE
KIT; BRK CAL RUBBER
BOLT; FRT CAL KIT 08 E450
SPRING; ANTI RATTLE 08
PADS; ULTRA PREMIUM S D FRONT
PADS; REAR BRAKE
FRESIA; BROOM SUPPORT SHAFT
HOSE; 6 KANALINE SR PVCSUCTION
INVERTOR; POWER FREQUENCY DL B
CYLINDER; LIFT
ELBOW; 90 DEG EXHAUST
CABLE; 0.3125X60 IN WIRE
COUPLER; A/C MACHINE
JOINT; UNIV
SWITCH; 6 POLE TOGGLE ON OFF
BATTERY; CONTROLLER CHARGER
KIT; OIL BOTTLE
CLAMP 4INCH BAND
CONTROL; RADIO PART
WHEEL; 12.5X4 NON MELRO
BROOM; WIRE FRESIA F2000 MAIN
KIT; FEECON TURRETT SEAL
CYLINDER; REPLACEMENT TO ST105
JOINT; HD FRONT UNIVERSAL
BUSHING; 361Z
HYDROVANE; AIR END
HOOK; TOWING
BOLTS; FOR HUDSON TRAILER
MOTOR; EVAP A/C
KIT; IGNITER RPLCMNT C30/C6X
KIT; C30 CAPSTONE GEN INJECTOR
SPRING; LEAF
OIL BREATHER
KIT; BLOWER BOOT
SHAFT; DRIVE
BRG; D/S CARRIER
GRIPS'; SMALL RUBBER
PIN
JOINT; HD REAR UNIVERSAL
RING
BOLT; STUD
RING; SEEGER
RING
HUB
SPACER
Quantity Sold
1
2
2
15
8
1
1
3
3
1
1
4
3
1
1
1
14
2
3
1
1
2
1
1
1
1
2
1
4
3
1
1
10
16
1
1
600
1
5
2
1
1
1
1
1
2
1
6
2
6
1
1
1
1
Part Number
USA92163
USA92173
USA92657
USA92712
USA9945
USA999J
USAAW32550115
USAAW69451400
USAC39612
USAD001129
USADKDRS12SGYLB
USAENVIRO
USAGLBB106
USAHM176
USAI1011453
USAL028902
USAL16E
USAM343299P6256
USAMITCH1
USANCESTICKER
USANIGHTSABER
USAOIL01
USAOILKIT
USAP191988
USAR0011721
USAR4327242
USARA19787
USAST325X45
USAST325X5
USATASAWC
USAV005679
USAWA12105
USAWA12105
USAWOSBMABJ
USAX0032019
UZ01216
UZ01217
UZ01218
UZ01220
UZ01601
UZ01613
UZ01616
UZ01624
UZ01629
UZ01651
UZ01652
UZ01653
UZ04502
UZ04527
UZ04550
UZ04602
UZ05021
UZ05024
UZ06110
Part Description
SPACER
RING
RING
SPINDLE
FILTER; ELGIN A/C AIR
SENSOR; GROUND AND AIR
PAWL; SPECIAL NUT
MAGNET; LIFTING
LUMBER; RIP 7-1/4
NUT; LOCK
SOFTBALL; YELLOW, RED STRIPE
ENVIRO/SHOP SUPPLIES CHARGE
BOOK; SCORE
RADIOS; MICROPHONE
OIL FITTING
RING
BATTERY; 6V LIFT
BRACKET; S CAM
MITCHELL; ONLINE 1 PROGRAM
E-STICKER; N.C. BOOK OF
LIGHT; LED NIGHTSABER
OIL; INJECTER
KIT; OIL
FILTER; AIR D L BUS
WASHER
WASHER
GAUGE; HIGH SIDE
CYLINDER; DOOR
CYLINDER; DOOR
ARM; TARP
SCREW
manual drain valve
VALVE; MANUAL DRAIN
BAT; 34IN 26OZ WORTH MAYHEM
FRESIA; BEARING
NUT; HEX 1/4-20 GR 8, 100 PACK
NUT; HEX 5/16-18 GR 8 100 PACK
NUT; 3/8 X 16, GR 8 PACK
NUT; USS GR 8 1/2 X 13, PACK
BOLT; USS GR 8, 1/4 X 3/4
BOLT; 5/16 X 1-1/4 GRD 8 USS
BOLT; HHCS 5/16X2 USS GRD 8
BOLT; 3/8" X 1-1/4" GRD 8 USS
BOLT; 0.375X2-0.5 GRD 8 USS
BOLT; 1/2" X 1-1/2" GR 8
BOLT GRD 8 1/2 X 1 3/4
BOLT; 1/2" X 2", GR 8
BOLT; M4 7X12 8.8 DIN 933
BOLT; M6 X 1 X 16, GR 8.8, PK
NUT; M7 X 1.00 8.8 DIN
BOLT; HHCS M8 1.25X25 10.9 DIN
WASHER; LOCK USS 5/16, PACK
WASHER; LOCK 1/2 GRD 8
SCREW; SELF TAP 10 X 1 #3 50PK
Quantity Sold
1
1
1
1
1
1
1
1
1
6
12
1
1
1
1
1
8
1
12
1
11
4
1
14
6
12
1
1
1
4
12
2
12
1
2
1
1
1
1
1
1
50
1
1
1
1
1
1
1
1
50
1
75
1
Part Number
UZ06117
UZ06120
UZ07403
UZ07429
UZ08021
UZ100927
UZ100928
UZ100954
UZ100955
UZ100956
UZ100957
UZ100958
UZ100959
UZ100961
UZ100962
UZ100964
UZ100965
UZ100968
UZ100969
UZ100970
UZ101643Z
UZ102267
UZ102279
UZ102294
UZ10246
UZ10248
UZ10251UZ
UZ103720
UZ103722
UZ103723
UZ104058
UZ104060
UZ107356
UZ107357
UZ107360
UZ107364
UZ112887
UZ112888
UZ113586
UZ113587
UZ113588
UZ113589
UZ113594
UZ113603
UZ113604
UZ113609
UZ113611
UZ113926
UZ113928
UZ115143
UZ115144
UZ115145
UZ115678
UZ115679
Part Description
SCREW; SELF TAP 14 X 3/4 #3 50
SCREW; SELF TAP 14 X .5 #3 50P
WASHER; FLAT NUM 10 SAE, PACK
NUT; NYL LOCK 10 X 24
BOLT; SHCS 5/16X1 USS BLACK
SHRINK;HEAT .300 X 6" RED PK
SHRINK; HEAT BLK .400 X 6"
TUBING; HEAT SHRINK .125 X 6
SHRINK; HEAT RED .125 X 6
TUBING; HEAT SHRINK .1887 X 6
SHRINK; HEAT .187X6 IN RED PK
TUBING; HEAT SHRINK .250 X 6
TUBING; HEAT SHRINK .250 X 6 R
TUBING; HEAT SHRINK .375 X 6
TUBING; HEAT SHRINK .375 X 6
HEATSHRINK; MED .500 X 6, PK
TUBING;HEAT SHRINK.500X6IN RED
SHRINK; .750 X 6IN RED HEAT PK
SHRINK; BLK 1.00 X 6 HEAT
SHRINK; RED 1.00 X 6 HEAT
WEIGHT; WHEEL 1-3/4 OZ, BOX
UNION; LOK AIR BRK 5/8
CONNECTOR; AIR MALE INTLOCK PK
ELBOW; 90 SWI AB 5/8 X 3/8
TIE; CABLE 4 X .10 BLACK, PACK
TIES; CABLE 6 X 0.14 BLACK PK
TIE; CABLE BLACK 8, 100 PK
LUG; 5/16 HD STARTER 6 GA BLUE
LUG; HD STARTER 4 GA GREEN
LUG; 5/16 HD STARTER 4GA GREEN
TIE; CABLE BLACK 15-1/2 50 PK
TIE; CABLE BLACK 15 X .35, PK
NUT; GR8 NYLON 1/4 LOCK
NUT; LOCK NYL 1/4 SAE, PACK
NUT; 3/8 USS NYLON LOCK
NUT; GRD 8 1/2 LOCK
SHRINK; HEAT 3/4 X 12 IN BLK
SHRINK;HEAT 6-1 BLK 1.3X12 PK
BIT; DRILL 0.109375
BIT; 0.125 DRILL
BIT; 09/64 DRILL
BIT; 0.15625 DRILL
BIT; DRILL0.234375
BIT; 0.375 HD DRILL
BIT; 25/64 DRILL
BIT; 0.46875 DRILL
BIT; 0.5 DRILL
COTTERS; HAIRPEN 5/8 ZINC
PIN; HAIRPIN COTTER PK
FUSE; 15A 250V
FUSE; 20A 250V
FUSE; 25A 250V
FUSE; BLO GLO 10AMP PK
FUSE; BLO GLO ATO 15 A, PACK
Quantity Sold
1
1
2
100
50
1
1
1
5
8
1
5
2
3
3
4
2
3
1
1
1
1
1
3
3
102
106
10
20
20
9
7
40
1
2
1
3
1
4
6
12
12
3
3
3
2
3
1
6
1
1
1
8
23
Part Number
UZ115680
UZ115681
UZ115682
UZ115683
UZ115684
UZ115685
UZ115686
UZ115687
UZ116113
UZ116114
UZ116115
UZ116244
UZ116245
UZ116247
UZ116248
UZ116250
UZ116256
UZ116260
UZ117467
UZ119183
UZ119184
UZ119804
UZ119807
UZ121995
UZ123099
UZ151200
UZ151203
UZ151204
UZ151300
UZ172028
UZ180113
UZ180121
UZ180846
UZ190952
UZ221662
UZ221670
UZ221684
UZ221935
UZ27091UZ
UZ27092
UZ27093
UZ27094
UZ27095
UZ27096
UZ27097
UZ27098
UZ27100
UZ27104
UZ27117
UZ272050
UZ272088
UZ272122
UZ272139
UZ272141
Part Description
FUSE; MINI GLO 20 A, PACK
FUSE; MINI GLO 25A PK
FUSE; MINI GLO 30A PK
FUSE; BLO GLO 10 AMP, PACK
FUSE; MINI GLO 15A PK
FUSE; BLO GLO MINI 20A, PA
FUSE; BLO GLO MINI 25A, PACK
FUSE; BLO GLO MINI 30A, PACK
CONNECTOR; 20-18 HYDRALINK PK
CONNECTOR; 16-14 HYD BUTT PK
CONNECTOR; 12-10 HYDRA BUTT PK
FLATWASHER; PK100 GR8 0.250
WASHER; FLAT 5/16 GRD8
FLTWSHR; 1/4 GRD8 XTRA THICK
WSHR; 1/2 GRD 8 XTRA THK PK25
WASHER; 5/8 GRD 8 FLAT
FLTWSHR; 3/8-24 GRD8 XTRA THIC
FLTWSHER; 5/8-18 GRD8 XTRA THI
FUSE; MAXI 50 AMP, PACK
INSULATOR; COLD SHRINK 6-4 AWG
INSULATOR; COLD SHRINK 10-1 AW
FUSE; 7.5A BLO AND GLO ATO
FUSE; BLO GLO 7.5A PK
BIT; HW HD 14 X 2 KWIK DRILL
BOLT; GR5 CARR 1/4X20X1/2
BOLT;M6 1.0X12 10.9D IN933ZINC
BOLT; M6 X 1.0 X 20 PK
BOLT; M6 X 1.0 X 25, PACK
NUTS; M6X1.0 10.9 DIN 934
TAP; 1/2 KWIK CUT USS
TERMINAL; NYLON TONGUE RING 16
TERMINAL; NYL RING 12-10 G, PK
TIE; CABLE BLACK 11-3/4, 100 P
STEEL; MAGIC STICK PACK
NIPPLE; MALE PIPE 3/4 PK
PLUG; HEX HEAD 3/4"
ADAPTER; BRASS 3/4 X 1/2, PK
PIPE; HOSE TO M 1/4 X 3/8, PK
LUG; 8 GAUGE 3/8 STUD, PACK
LUG; COPPER 3/8 STUD, 4 GAUGE
LUG; COPPER 2 GAUGE 3/8 STUD
LUG; COPPER 1 GA, 3/8 STUD
LUG; COPPER 1 GA, 3/8 STUD
LUG; COPPER 2 GA, 3/8 STUD
LUG; COPPER 3/0 GA, 3/8 STUD
LUG; COPPER 4 GA 3/8 STUD
LUG; COPPER 1 GA, 1/2 STUD
LUG; COPPER 4/0GA 0.5 STUD
TERM; NEG MILITARY LOW PRO, PK
BOLT; 3/8 X 3-1/2, GRD 8
BOLT; USS 1/2 X 4 GR 8, PACK
BOLT; HHCS 5/8 X 4 GRD 8 PK
BOLT; 3/4 X 4 GRD 8 USS PK
BOLT; USS 3/4 X 5 GR 8, PACK
Quantity Sold
7
2
3
6
6
5
2
2
3
1
1
3
1
3
2
10
1
21
1
4
4
2
14
1
1
100
1
1
1
1
1
50
6
6
1
1
2
1
10
51
20
30
10
10
5
10
15
10
1
1
1
1
1
1
Part Number
UZ272153
UZ30060
UZ30063
UZ30065
UZ30135
UZ31046
UZ31057
UZ31331
UZ31619
UZ31620
UZ31621
UZ31622
UZ31623
UZ31624
UZ31625
UZ31632
UZ31633
UZ31638
UZ31642
UZ31644
UZ31647
UZ31651
UZ31653
UZ31663
UZ31666
UZ31667
UZ31671
UZ31672
UZ31673
UZ31675
UZ31676
UZ31678
UZ31680
UZ31682
UZ31686
UZ31687
UZ31691
UZ31698
UZ31705
UZ31706
UZ31707
UZ31813
UZ31814
UZ31815
UZ31826
UZ31827
UZ31829
UZ31830
UZ31831
UZ31832
UZ31844
UZ31845
UZ31847
UZ31848
Part Description
BOLT; USS GR 8 7/8 X 4-1/2, PK
O-RING; 3/32 T 110, PACK
ORING; 0.09375 T 113
O-RING; 3/32 TI 115, PACK
ORING; 1/8 T #215 PK20
COUPLER; MALE 45, 1/4" X 1/4"
COUPLING;MALE 1/2X3/8 45DEG PK
UNION; TUBE 1/2, PACK
BUSHING; 3/8 X 1/4
BUSHING; BRASS 1/2" X 1/8"
BUSHING; 1/2 X 1/4
BUSHING; BRASS 1/2" X 3/8"
BUSHING; 3/4 X 1/4 PACK 2
BUSHING; BRASS 3/4 X 3/8
BUSHING; 3/4 X 1/2
PLUG; SQ 3/8 PK 10
PLUG; 1/2 IN SQUARE HEAD
CAP; 1/4 BRASS
NIPPLE; CLOSE 1/4
NIPPLE; CLOSE 1/2
NIPPLE; LONG 1/4 X 1-1/2, PACK
NIPPLE; LONG 1/4 X 2, PACK
NIPPLE; LONG 1/2 X 2, PACK
NIPPLE; MALE PIPE 1/4"
REDUCERS; 1/4 X 1/8 PIPE
REDUCER; BRASS 3/8 X 1/8
PLUG; HEX HEAD 1/4
PLUG; HEX HEAD 3/8
PLUG; HEX 1/2, PACK
PLUG; HEX HEAD 1/4, PACK
PLUG; 3/8 COUNTERSUNK HEX HEAD
PLUG; BRASS 1/8, PACK
PLUG; SLOTTED HEAD 3/8 PK
ADAPTER; 1/4 X 1/8 PIPE PK
ADAPTER; 1/2 X 3/8 PACK
ADAPTER; BRASS 1/2 X 1/2, PACK
ELBOW; 90 DEG .250 X .250
ELBOW; 1/4 X 1/4 90D STREET PK
TEE; UNION FEMAL BRASS 1/4
TEE; UNION BRASS 3/8
TEE; UNION FEMALE 1/2 IN PK
UNION; AIR LINE 1/4
UNION; AIR LINE 3/8
UNION; AIR LINE 1/2
CONNECTOR; MALE 1/4 X 1/8
CONNECTOR; MALE BRSS 1/4 X 1/
CONNECTOR; MALE 3/8 X 1/8 PK
CONNECTOR; 3/8 X 1/4 MALE
CONNECTOR; MALE BRASS 3/8 X 3/
CONNECTOR; MALE 1/2 X 3/8
ELBOW; MALE 90 DEG 1/4 X 1/8
ELBOW; MALE SWIVEL 1/4 X 1/4
ELBOW; 90 DEG 3/8 X 1/4
ELBOW; 90 M SWIVEL 3/8 X 3/8 P
Quantity Sold
5
1
1
1
1
5
2
1
2
1
2
3
3
4
1
10
5
1
1
1
2
1
1
1
1
1
11
2
5
10
11
1
1
1
2
2
1
3
2
1
1
10
4
4
5
2
5
4
1
2
10
6
5
4
Part Number
UZ31863
UZ31877
UZ32017
UZ32018
UZ32067
UZ32068
UZ32073
UZ32074
UZ32075
UZ35206
UZ400021
UZ400025
UZ400029
UZ55400
UZ55403
UZ55405
UZ55406
UZ55407
UZ55410
UZ55470
UZ55472
UZ70124
UZ70127
UZ80001
UZ80002UZ
UZ80004UZ
UZ80005UZ
UZ80023UZ
UZ80024UZ
UZ80025UZ
UZ80028UZ
UZ80029UZ
UZ80030
UZ80031UZ
UZ80032UZ
UZ80034
UZ80298
UZ80455UZ
UZ80497UZ
UZ80498UZ
UZ80502UZ
UZ80503UZ
UZ80504UZ
UZ80535
UZ80968
UZ81036
UZ81037UZ
UZ81039
UZ81044
UZ81047
UZ81052UZ
UZ81053UZ
UZ81054
UZ81055UZ
Part Description
SWIVEL; TEE MALE 3/8 X 1/4
ELBOW; 90 SWIV 5/16 X 1/8 P 2
COUPLING; REDUCER 3/4 X 1/2 PK
NIPPLE; REDUCER 3/4 X 1/2 PK
CONNECTOR; MALE 1/2 X 1/4
CONNECTOR; MALE 1/2 X 1/2
ELBOW; 90 M SWIVEL 3/8 X 1/2 P
ELBOW; 90 M SWIVEL 1/2 X 1/4
ELBOW; 90 M SWIVEL 1/2 X 1/2 P
CONNECTOR; ANCHOR 1/2, PACK
CONNECTOR; CLEAR BUTT 22-18 PK
CONNECTOR; CLEAR BUTT 16-14 PK
CONNECTOR; CLEAR BUTT 12-10
BOLT; SQ HEAD AND SHOULDER NUT
TERMINAL; BAT STR POST 4 G NEG
TERMINAL; BAT ST 1-2 NEGATIVE
TERMINAL; BAT STR 1-2 POSITIVE
POST; BAT STR 1/0 NEG
TERMINAL; BATTERY POST 2/0 POS
LUG; STARTER 4 GA 3/8 STUD
LUG; H D STARTER 1/O 3/8
PIN; COTTER HL 3/16 X 2.5 50PK
PIN; COTTER 3/16 X 4, PACK
TERMINAL; RING 22-18 #10, PK
RING; NYLON 22-18 G 1/4 PK 50
TERMINAL; NYLON RING 16 GA
TERMINAL; NYLON RING 16-14
CONNECTOR; BUTT 22-18 GAUGE
CONNECTOR; BUTT 16 X 14
CONNECTOR; BUTT 12-10 GA PK
ADAPTER; FEM QK SL 22-18, PK
INUS; FEM QIK SLID 16-14 PACK
SLIDES; FEMALE QUCIK 12-10
SLIDE; NYL INSU M QIK22-18.250
SLIDE; QK M NYL 16-14, .250 PK
QIK SLIDES 16-14 .187
SLIDE; QIK NYL 16-14 .250
RING; TONGUE TERM 22-18 GA5/16
TERM; RING 8 GA
TERMINAL; RING, RED 8 GA 5/16
TERMINAL; RING BLUE, 6 GA 1/4
TERMINAL; RING BLUE 6 GA 5/16
TERM; RING 6GA
TERM; NYLON STD SPADE 22 18
TAP; EZ FUSE BLADE, PACK
WIRE; 18 GAUGE RED
WIRE; 18 GAUGE WHITE
WIRE; 18 GAUGE BLACK
WIRE' 16 GA RED ROLL
WIRE; 16 GAUGE BLACK
WIRE; 14 GAUGE RED
CONNECT; WIRE PVC 14 G WHT, PK
WIRE; 14 GAUGE GREEN PVC
WIRE; 14 GAUGE BLACK
Quantity Sold
1
2
1
2
2
1
3
2
3
2
56
60
26
1
1
2
1
3
3
10
1
1
50
1
50
1
1
2650
54
1
2
5
2
1
1
1
1
1
2
2
2
2
1
1
50
1
1
1
1
1
3
1
1
50
Part Number
UZ81056UZ
UZ81058UZ
UZ81060
UZ81063
UZ901583
UZ901613
UZ901673
UZ91573
UZP54445Z
UZP54446Z
UZP54448Z
UZP54450Z
UZP71403
UZP83722Z
UZP83723Z
UZP83724Z
UZP83725Z
UZP83726Z
UZP83727Z
UZP83728Z
UZP83729Z
UZP83730Z
UZP83732Z
UZP90500Z
UZP90781
UZP90784
UZPA87079
VLV171
VLV235
VLV360
VLV461
VLV611
VLV612
VLV616
VLV700285M
VLV70124
VLV827
WAB85123681002
WAB9005931B
WAB9111539202X
WAE1141
WAE1156
WAE1157
WAE1157
WAE1157NA
WAE1893
WAE1895
WAE194
WAE194
WAE2112
WAE3057
WAE3057
WAE3156
WAE3157
Part Description
WIRE; 14 GAUGE PVC BLUE, ROLL
WIRE; 14 GA BROWN ROLL
WIRE; 12 GAUGE PVC RED, REEL
WIRE; 12 GAUGE BLACK, ROLL
BIT; 0.359375 KWIK CUT DRILL
DRILL; BIT KWIK CUT 0.40625
BIT; KWIK CUT 0.5 DRILL
SEALER; MAGIC AQUA PAIR
WEIGHT; WHEEL 3/4 OZ, BOX
WEIGHT; WHEEL AWN 1 OZ, PK
WEIGHT; WHEEL 1-1/2 OZ, PACK
WEIGHT; WHEEL 2 OZ, PACK
TERMINALS; BATTERY SIDE POST
WEIGHT; WHEEL TRUCK 1/2 OZ PK
WEIGHT; WHEEL 1/2 OZ, BOX
WEIGHT; WHEEL 1 OZ, BOX
WEIGHT; WHEEL 1-1/4 OZ, BOX
WEIGHT; WHEEL TRK 1 1/2 OZ PK
WEIGHT; WHEEL TRUCK 1-3/4 OZ
WEIGHT; WHEEL TRUCK 2 OZ PK
WEIGHT; WHEEL 2-1/4 OZ, PACK
WEIGHT; TRK WHEEL 2-1/2 OZ, BX
WEIGHT; WHEEL TRK 3 OZ, PK
WHEEL WEIGHTS; .25
STEM; VALVE 1.25 TIRE
STEMS; VALVE 2.00 TIRE
TAP; MINI FUSE
OIL; QTS 50W MOTOR
OIL; 50 WEIGHT MOTOR
OIL; VALVOLINE DEXRON MICRO V
OIL; VALVOLINE 2 CYCLE VLV461
GREASE; VAL PLEX PREM HD
GREASE; 35LBS RED PREM HD
GREASE; VALVOLINE PLEX VLV616
OIL; 5 GAL SYN 75W90
GREASE; NO2 CRIMSON RED
OIL; 16GAL HI PER GEAR
DRUM; 08 ELDO FRONT BRAKE
PLUG; 24V D L HEATER GLOW
HEAD; AIR COMP ELD RED ENG
BULB; WAE 1141
BULB; SINGLE FILAMENT
BULB; DUAL FILAMENT
BULB; MINI LAMP WAE1157
BULB; AMBER DUAL FILAMENT
BULB; MINI LAMP WAE1893
BULB; MINI
BULB; MINI LAMP WAE 194
BULB; MINI
BULB; MINI LAMP WAE2112
LAMP; MINI WAE 3057
BULB; DUAL FILIMENT
BULB; MINI LAMP WAE3156
BULB; MINI LAMP WAE3157
Quantity Sold
1
1
1
1
1
2
1
6
1
25
1
1
3
3
27
2
4
26
26
2
25
1
1
3
4
3
1
16
24
1
11
1
1
5
1
10
1
8
1
11
10
10
10
10
2
1
2
10
62
6
1
18
3
30
Part Number
WAE3157
WAE3157NA
WAE3157NA
WAE37
WAE3735A
WAE3735C
WAE4537
WAE579
WAE67
WAE67
WAE74
WAE9005
WAE9006
WAE9006
WAE9007
WAE9007
WAE9008
WAE9008
WAE912
WAEBP1210H2
WAEBP1255H1
WAEBP1255H11
WAEBP1255H11
WAEBP1255H11
WAEBP1255H11
WAEBP1255H2
WAEBP1255H3
WAEBP1255H7
WAEBP1255H7
WAEBP1260H4
WAEBP1265H9
WAEBP2470H1
WAEBP885
WAEBP886
WAEDLH424CT
WAEDLL434CT
WAEH4651
WAEH4656
WAEH6024
WAEH6054
WAEPC194
WAGBD125550
WAGBD126110
WAGBD126116
WAGFC120838
WAGQC1047
WAGSX1328
WAGZX1083
WAL21113
WAL26355A
WAL31530
WAL35103
WAL49012
WAL49021
Part Description
BULB; DUAL FILIMENT
BULB; AMBER DUAL FILAMENT
BULB; MINI LAMP AMBER 3157NA
BULB; MINI
LIGHT; AMBER STROBE
BULB; CLEAR LED STROBE
BULB; HEADLIGHT HIGH BEAM
BULB; WAE 579
BULB; WAE 67
BULB; MINI LICENSE LIGHT
BULB; MINI LAMP WAE 74
BULB; HALOGEN HEADLIGHT
BULB; HALOGEN HEADLIGHT
BULB; HALOGEN WAE 9006
BULB; HALOGEN WAE 9007
BULB; HALOGEN HEADLIGHT
BULB; HALOGEN WAE 9008
BULB; HALOGEN HEADLIGHT
BULB,MINI LAMP WAE 912
BULB; 12 VOLT 100 WATT MINI
BULB; HALOGEN SPOTLIGHT
BULB; MINI LAMP HALOGEN H11
BULB; HALOGEN SPOTLIGHT
BULB;HALOGEN
BULB; HALOGEN
BULB; 12 VOLT 55 WATT MINI
BULB; MINI LAMP HALOGEN
BULB; HALOGEN SPOTLIGHT
BULB; MINI LAMP HALOGEN H7
LAMP; HEADLAMP BP1260H4
BULB; MINI LAMP HALOGEN H9
BULB; WAE BP2470H1
LAMP; MINI WAEBP885
LAMP; MINI WAE BP886
HEADLIGHT; HD 24V HI BEAM
HEADLIGHT ; HD 24V LOW BEAM
BULB; HALOGEN SEALED BEAM
BULB; HALOGEN SEALED BEAM
BULB; HALOGEN SEALED BEAM
BULB; HALOGEN SEALED BEAM
BULB; CLUSTER W/ BASE
ROTOR; REAR BRAKE WAG BD125550
ROTOR; REAR BRAKE WAGBD126110
ASSY; FRONT ROTOR & HUB
FLUID; BRAKE DOT 4 12OZ
PAD; FRONT BRAKE
PADS; 08 E450 SD FRONT BRAKE
PAD; FRONT BRAKE PAD
CLAMP; 4 IN FLARE CONN
CONNECTOR; ELDO 3.5 IN EXHAUST
GASKET; CAT CONVERTER
HANGER; MUFFLER WAL 35103
TUBING; 4IN OD 10FT STR EXH
PIPE; STRAIGHT 1 0.5 IDX10FT
Quantity Sold
50
1
10
10
3
13
7
2
10
70
5
2
1
3
8
15
9
11
19
1
1
1
10
11
13
2
1
3
4
2
13
1
2
2
2
2
6
57
3
18
10
1
3
2
33
1
2
6
4
1
1
17
10
10
Part Number
WAL49023
WAL50460
WAL55424
WD10032
WD10152
WH6809
WHC3069X16
WHE01028597700
WHE020363171000
WHE02036318900C
WHE8897
WHE9M4S
WHECSP690
WHEFS
WHW20332
WILM609C
WIP60020
WIP60020PP
WIP601647
WIP601650
WIP602050
WIP6022575
WIX1335673
WIX15414
WIX1R0716
WIX1R0749
WIX24001
WIX24027
WIX24029
WIX24029
WIX24374
WIX24374
WIX24800
WIX24800
WIX24805
WIX24850
WIX33003
WIX33011
WIX33031
WIX33032
WIX33046
WIX33063
WIX33118
WIX33120
WIX33166
WIX33192
WIX33196
WIX33217
WIX33242
WIX33243
WIX33243
WIX33296MP
WIX33357
WIX33358
Part Description
TUBING; 10 FOOT EXHAUST
CONVERTER; ULT
PIPE; TAIL
LUBRICANT ; WD40 SMART SPRAY
SPRAY; 12OZ SMART STRAW
FITTING; HYD
NIPPLE; 1IN PIPE FITTING
LIGHTBAR; POWER CONTROL 9M4S
STROBE; CORNER
LIGHT; REFLEC 12V, 400 AMP
ASY; CLEVIS
SUPPLY; POWER LIGHTBAR
SUPPLY; POWER 6-POLE 90 WATT
SURCHARGE; FUEL
VALVE; BRASS ON OFF 1/4MP X 1/
TAPE; TEFLON 1/2 X 260 IN
BLADE; WIPER
BLADE ; FRONT WIPER
BLADE,WIPER FRONT 601647
BLADE; WIPER FOR ECAR
BLADE; S/D WIPER
BLADES; WINTER DEFENSE WIPER
FILTER; FUEL WATER WIX
GASKET; FILTER WIX 15414
FILTER; OIL WIX
FILTER; FUEL WIX
ADAPTER; FILTER FUEL WIX 24001
FILTER; COOLANT WIX 24027
FILTER; COOLANT
FILTER; FUEL WIX 24029
FILTER; D/L AIR COMPRESSOR
FILTER; AIR WIX 24374
GAUGE; AIR FILTER
GAUGE; AIR FILTER WIX 24800
FILTER; CABIN AIR 2/PK
FILTER; FUEL WIX 24850
FILTER; CLEAR FUEL
FILTER; FUEL
FILTER; FUEL WIX 33031
FILTER; FUEL WIX 33032
FILTER; FUEL WIX 33046
FILTER; FUEL WIX 33063
FILTER; FUEL
FILTER; FUEL WIX 33120
FILTER; FUEL WIX 33166
FILTER; S205 BOBCAT FUEL
FILTER; FUEL WIX 33196
FILTER; FUEL WIX 33217
FILTER; FUEL WIX 33242
FILTER; FUEL
FILTER; FUEL WIX 33243
FILTER; FUEL WIX 33296MP
FILTER; FUEL WIX 33357
FILTER; FUEL
Quantity Sold
1
1
1
24
12
4
1
1
4
3
3
1
2
5
2
13
2
1
1
2
9
2
1
1
1
1
3
7
2
2
3
6
2
2
1
1
1
2
1
9
1
1
1
1
2
1
3
2
36
2
8
5
1
1
Part Number
WIX33371
WIX33390
WIX33390
WIX33392
WIX33394
WIX33403
WIX33472MP
WIX33481
WIX33481
WIX33532
WIX33583
WIX33585
WIX33595
WIX33600
WIX33604
WIX33615
WIX33667
WIX33684
WIX33743
WIX33744
WIX33765
WIX33765
WIX33773
WIX33827
WIX33963
WIX33966
WIX33972
WIX33985
WIX42126
WIX42276
WIX42296
WIX42322
WIX42374
WIX42484
WIX42484
WIX42488
WIX42518
WIX42533
WIX42709
WIX42793
WIX42795
WIX42845
WIX42985
WIX46080
WIX46126
WIX46134
WIX46174
WIX46253
WIX46253
WIX46270
WIX46302
WIX46302
WIX46404
WIX46418
Part Description
FILTER; FUEL WIX 33371
FILTER; FUEL WIX 33390
FILTER; FUEL
FILTER; FUEL WIX 33392
FILTER; FUEL WIX 33394
FILTER; FUEL WIX 33403
FILTER; FUEL WIX 33472 MP
FILTER; FUEL WIX 33481
FILTER; FUEL
FILTER; FUEL WIX 33532
FILTER; FUEL WIX 33583
FILTER; FUEL WIX 33585
FILTER; FUEL WIX 33595
FILTER; FUEL WIX 33600
FILTER; FUEL WIX 33604
FILTER; FUEL
FILTER; FUEL WIX 33667
FILTER; ELEMENT FUEL J DEERE
FUEL; FILTER FOR JD 6330
FILTER; FUEL WIX33744
FILTER; FUEL WIX 33765
FILTER; FUEL
FILTER; FUEL WIX 33773
FILTER; FUEL WATER SEPARATOR
FILTER; FUEL
FILTER; FUEL WIX 33966
FILTER; FUEL
FILTER; FUEL W/ CAP
FILTER; AIR WIX 42126
FILTER; AIR WIX 42276
FILTER; AIR WIX 42296
FILTER; AIR WIX 42322
FILTER; AIR WIX 42374
FILTER; AIR WIX 42484
FILTER; AIR
FILTER; AIR WIX 42488
FILTER; AIR WIX 42518
FILTER; AIR WIX 42533
FILTER; LEAF BLOWER AIR
FILTER; AIR WIX42793
FILTER; INTER AIR
FILTER; AIR WIX 42845
FILTER; AIR WIX 42985
FILTER; CATERPILLER
FILTER; AIR WIX 46126
FILTER; AIR WIX 46134
FILTER; AIR WIX 46174
FILTER; AIR WIX 46253
FILTER; AIR
FILTER; AIR WIX 46270
FILTER; AIR WIX 46302
FILTER; AIR
FILTER; AIR
FILTER; AIR WIX 46418
Quantity Sold
1
4
5
2
1
1
2
1
2
1
5
1
2
44
54
7
1
1
1
2
1
2
9
2
1
14
4
11
1
2
1
2
7
1
3
2
1
2
1
3
1
8
1
1
1
1
4
1
2
6
1
1
2
5
Part Number
WIX46418
WIX46428
WIX46438
WIX46438
WIX46440
WIX46449
WIX46449
WIX46530
WIX46534
WIX46573
WIX46671
WIX46741
WIX46761
WIX46766
WIX46770
WIX46771
WIX46804
WIX46807
WIX46818
WIX46829
WIX46870
WIX46891
WIX46895
WIX46922
WIX46923
WIX46937
WIX49136
WIX49145
WIX49161
WIX49366
WIX49876
WIX49883
WIX49883
WIX49886
WIX49902
WIX51036MP
WIX51040
WIX51056
WIX51060
WIX51060
WIX51064
WIX51106
WIX51200
WIX51215
WIX51243
WIX51249
WIX51261
WIX51307
WIX51334MP
WIX51348MP
WIX51356
WIX51372MP
WIX51372MP
WIX51372MP
Part Description
FILTER; AIR
FILTER; AIR WIX 46428
FILTER; AIR
FILTER; AIR WIX 46438
FILTER; AIR WIX 46440
FILTER; AIR WIX 46449
FILTER; AIR
FILTER; AIR WIX 46530
FILTER; AIR WIX 46534
FILTER; AIR WIX 46573
FILTER; AIR
FILTER; AIR WIX 46741
FILTER; AIR WIX 46761
FILTER; AIR WIX 46766
FILTER; AIR WIX 46770
FILTER; AIR WIX 46771
FILTER; AIR WIX 46804
FILTER; AIR WIX 46807
FILTER; AIR WIX 46818
FILTER; AIR WIX 46829
FILTER; AIR WIX 46870
FILTER; AIR WIX 46891
FILTER; AIR WIX 46895
FILTER; AIR
FILTER; JOHN DEERE
FILTER; OUTER AIR
FILTER; AIR WIX 49136
FILTER; AIR WIX 49145
FILTER; CABIN AIR
FILTER; A/C CABIN AIR
FILTER; SPRINTER AIR
FILTER; AIR WIX 49883
FILTER; AIR
FILTER; AIR
FILTER; AIR
FILTER; OIL WIX 51036MP
FILTER; OIL WIX 51040
FILTER; OIL
FILTER; OIL
FILTER; OIL WIX 51060
FILTER; OIL WIX 51064
FILTER; OIL WIX 51106
FILTER; OIL WIX 51200
FILTER; OIL WIX 51215
FILTER; OIL
FILTER; OIL WIX 51249
FILTER; OIL WIX 51261
FILTER; OIL WIX 51307
FILTER; OIL WIX 51334MP
FILTER; OIL
FILTER; OIL WIX 51356
FILTER; OIL WIX 51372
FILTER; OIL WIX 51372MP
FILTER; OIL
Quantity Sold
8
1
1
6
1
1
24
2
3
1
1
1
2
1
2
1
2
39
1
2
1
28
2
1
1
2
1
1
2
2
1
3
3
1
15
3
2
1
1
2
5
1
5
2
1
5
1
1
12
14
3
4
27
40
Part Number
WIX51394
WIX51455
WIX51456
WIX51459
WIX51515MP
WIX51516MP
WIX51516MP
WIX51521
WIX51522
WIX51522
WIX51551
WIX51551
WIX51553
WIX51607
WIX51623
WIX51631
WIX51637
WIX51712
WIX51725
WIX51734
WIX51751
WIX51754
WIX51759
WIX51775
WIX51798
WIX51970
WIX57035
WIX57037
WIX57060
WIX57060
WIX57062
WIX57182MP
WIX57203
WIX57203
WIX57299
WIX57312
WIX57323MP
WIX57421
WIX57502
WIX57702
WIX57708
WIX57740XE
WIX57741XE
WIX57744XD
WIX57750S
WIX57750S
WIX58955
WIXBF7675D
WIXRFC310
WLD53982
WLD7771017
WLD7771036
WLD7771526
WLD7771539
Part Description
FILTER; OIL WIX 51394
FILTER; OIL WIX 51455
FILTER; OIL WIX 51456
FILTER; OIL
FILTER; OIL WIX 51515MP
FILTER; OIL
FILTER; OIL WIX 51516MP
FILTER; OIL WIX 51521
FILTER; OIL WIX 51522
FILTER; OIL
FILTER; OIL WIX 51551
FILTER; HYD
FILTER; OIL
FILTER; OIL WIX 51607
FILTER; OIL WIX 51623
FILTER; OIL OLD JD NOWATWILSON
FILTER; ELDO POWER STEERING
FILTER; OIL WIX 51712
FILTER; OIL WIX 51725
FILTER; OIL WIX 51734
FILTER; OIL WIX 51751
FILTER; OIL WIX 51754
FILTER; OIL WIX 51759
FILTER; OIL WIX 51775
FILTER; OIL WIX 51798
FILTER; OIL WIX 51970
FILTER; OIL
FILTER; OIL WIX 57037
FILTER; OIL WIX 57060
FILTER; OIL
FILTER; OIL
FILTER; OIL WIX 57182MP
FILTER; OIL
FILTER; OIL WIX 57203
FILTER; OIL WIX57299
FILTER; OIL WIX 57312
FILTER; OIL WIX 57323
FILTER; OIL WIX 57421
FILTER; OIL
FILTER; OIL WIX 57702
FILTER; OIL
FILTER; OIL WIX 57740XE
FILTER; OIL WIX 57741XE
FILTER; OIL
FILTER; OIL
FILTER; OIL 57750S
FILTER; TRANSMISSION KIT
FILTER; SECONDARY FUEL
FILTER; DUMP TRUCK REAR HYD
SOLDER; SILVER
BRUSH; ROUND 4 SINGLE ROW
GRINDER; WIRE WHEEL 3IN7771036
CLOTH; 1 X 25FT 120G EMERY
DISCS; ABRASIVE SURFACE
Quantity Sold
1
2
1
1
9
8
9
2
5
8
1
1
1
1
2
1
2
3
2
2
1
1
1
2
1
3
2
2
1
2
4
154
1
1
4
4
110
1
9
2
3
1
25
5
1
2
1
6
1
1
2
3
1
1
Part Number
WLD7771551
WLD7771554
WLD7771575
WLD7771580
WLD7771600
WLD7771613
WLD7771656
WM1827
WM30784
WOIGRLUB80W905
WOIHYDECAW325
WOIHYDECAW3255
WOIHYDECAW685
WOIHYDECAW685
ZEP006501
ZEP020201
ZEP020271
ZEP030801
ZEP058311
ZEP095124
ZEP101001
ZEP144367
ZEPN27201
ZERZXG051
ZERZXG051
Part Description
WHEEL; 1.500 X 1 SANDING FLAP
WHEEL; 1X1 FLAP SANDING 120 G
WHEEL; PK OF 10 4 IN CUT OFF
WHEEL; TYPE 27 GRINDING
POINT;GRINDING1.0IN DIA7771600
DISC; FLAP ROUND FOR SANDING
FLAP; WHEEL GRINDING
DRIVE; 1TB TOSHIBA EXT HARD
BLEACH; 1 GAL
LUBE; 5GAL 80W90 GEAR
OIL; HYD AW32 5 GAL
OIL; 55 GAL DRUM AW32 HYD
OIL; AW68 PREMIUM HYD FLUID
OIL; AW46 PREMIUM HYD FLUID
TWISTER;RUSTSTOP 18OZ SPRAY CS
CLEANER; COIL FOAM 16 SP, CASE
CLEANER; FOAM COIL 18 OZ, CASE
CLEANER; BATTERY CASE
ADDITIVE; QTS DIESEL FUEL
CLEANER; HAND CHERRY 1 GAL
VUE; R.T.U. QTS
TOWEL; DISINFECTANT, CASE
CLEANER; BIG ORANGE AERO 20 OZ
COOLANT; ANTIFREEZE ZXG051
ANTI FREEZE; LOW SILICATE
Quantity Sold
1
1
2
1
1
4
5
1
1
2
14
3
19
38
3
4
3
5
36
12
2
6
4
2
16
Download