the state of texas § bid# - houstonpurchasing.houstontx.gov/bids/t24005/fleet vehicle sample...

130
This sample is subject to change at the City's discretion THE STATE OF TEXAS § BID# __________________ § ORDINANCE #___________ COUNTY OF HARRIS § CONTRACT #___________ I. PARTIES 1.0 Address THIS AGREEMENT FOR FLEET/VEHICLE AND EQUIPMENT MAINTENANCE SERVICES FOR THE HOUSTON AIRPORT SYSTEM ("Agreement") at George Bush Intercontinental Airport/Houston ("IAH"), William P. Hobby Airport ("HOU"), and Ellington Airport ("EFD") is made on the date of countersignature by the City Controller ("Effective Date") between the CITY OF HOUSTON, TEXAS ("City"), a home-rule city of the State of Texas, and ________________________ ("Contractor"), a __________ corporation doing business in Texas. The initial addresses of the parties, which one party may change by giving written notice to the other party, are as follows: City Contractor Director, Houston Airport System or Designee City of Houston P.O. Box 60106 Houston, Texas 77205-01061 The Parties agree as follows: 2.0 Table of Contents This Agreement consists of the following sections:

Upload: hoanganh

Post on 21-Aug-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

This sample is subject to change at the City's discretion

THE STATE OF TEXAS § BID# __________________ § ORDINANCE #___________

COUNTY OF HARRIS § CONTRACT #___________ I. PARTIES 1.0 Address

THIS AGREEMENT FOR FLEET/VEHICLE AND EQUIPMENT MAINTENANCE SERVICES FOR THE HOUSTON AIRPORT SYSTEM ("Agreement") at George Bush Intercontinental Airport/Houston ("IAH"), William P. Hobby Airport ("HOU"), and Ellington Airport ("EFD") is made on the date of countersignature by the City Controller ("Effective Date") between the CITY OF HOUSTON, TEXAS ("City"), a home-rule city of the State of Texas, and ________________________ ("Contractor"), a __________ corporation doing business in Texas.

The initial addresses of the parties, which one party may change by giving written notice to the other party, are as follows:

City Contractor

Director, Houston Airport System or Designee City of Houston P.O. Box 60106 Houston, Texas 77205-01061

The Parties agree as follows:

2.0 Table of Contents

This Agreement consists of the following sections:

This sample is subject to change at the City's discretion

TABLE OF CONTENTS (to be revised in final contract)

Page No.

I. PARTIES ..................................................................................................................... …………1

1.0 Address……………………………………………………………………………………………. 1

2.0 Table of Contents………………………………………………………………………………… 1

3.0 Parts Incorporated………………………………………………………………………………... 4

4.0 Controlling Parts………………………………………………………………………………….. 4

5.0 Signatures…………………………………………………………………………………………. 5

II. DEFINITIONS .......................................................................................................................... 6

III. DUTIES OF CONTRACTOR .................................................................................................. 9

1.0 Scope of Services………………………………………………………………………………… 9

2.0 Duty to Inspect……………………………………………………………………………………. 9

3.0 Invoicing…………………………………………………………………………………………… 10

4.0 Payment of Subcontractors……………………………………………………………………… 10

5.0 Personnel of Contractor………………………………………………………………………….. 10

6.0 RELEASE…………………………………………………………………………………………. 10

7.0 INDEMNIFICATION……………………………………………………………………………… 10

8.0 RELEASE AND INDEMNIFICATION-PATENT, COPYRIGHT, TRADEMARK, AND TRADE SECRET INFRINGEMENT…………………………………….

11

9.0 INDEMNIFICATION PROCEDURES…………………………………………………………... 12

This sample is subject to change at the City's discretion

10.0 Insurance………………………………………………………………………………………….. 13

11.0 Warranties…………………………………………………………………………………………. 15

12.0 Maintenance Audit………………………………………………………………………………... 15

13.0 Confidentiality……………………………………………………………………………………... 16

14.0 Use of Work Products……………………………………………………………………………. 16

15.0 Licenses and Permits…………………………………………………………………………….. 17

16.0 Compliance with Laws…………………………………………………………………………… 17

17.0 Compliance with Equal Opportunity Ordinance……………………………………………….. 17

18.0 Minority and Women Business Enterprises……………………………………………………. 17

19.0 Performance Bond……………………………………………………………………………….. 18

20.0 Drug Abuse Detection and Deterrence………………………………………………………… 18

21.0 Environmental Laws……………………………………………………………………………… 19

22.0 Airport Security……………………………………………………………………………………. 19

23.0 Conflicts of Interest……………………………………………………………………………….. 19

IV. DUTIES OF CITY .................................................................................................................... 20

1.0 Payment Terms…………………………………………………………………………………… 20

2.0 Taxes………………………………………………………………………………………………. 20

3.0 Method of Payment - Disputed Payments……………………………………………………... 20

This sample is subject to change at the City's discretion

4.0 Limit of Appropriation…………………………………………………………………………….. 20

5.0 Changes…………………………………………………………………………………………… 22

6.0 Access to Site…………………………………………………………………………………….. 23

V. TERM AND TERMINATION ..................................................................................................... 23

1.0 Contract Term…………………………………………………………………………………….. 23

2.0 Renewals………………………………………………………………………………………….. 23

3.0 Termination for Convenience by City…………………………………………………………... 24

4.0 Termination for Cause by City………………………………………………………………….. 24

5.0 Termination for Cause by Contractor………………………………………………………….. 25

VI. MISCELLANEOUS .................................................................................................................. 25

1.0 Independent Contractor………………………………………………………………………….. 25

2.0 Force Majeure…………………………………………………………………………………….. 25

3.0 Severability………………………………………………………………………………………... 26

4.0 Entire Agreement…………………………………………………………………………………. 26

5.0 Written Amendment………………………………………………………………………………. 26

6.0 Applicable Laws…………………………………………………………………………………... 26

7.0 Notices…………………………………………………………………………………………….. 27

8.0 Captions…………………………………………………………………………………………… 27

This sample is subject to change at the City's discretion

9.0 Non-Waiver………………………………………………………………………………………... 27

10.0 Inspections and Audits…………………………………………………………………………… 27

11.0 Enforcement………………………………………………………………………………………. 27

12.0 Ambiguities………………………………………………………………………………………... 27

13.0 Survival…………………………………………………………………………………………….. 28

14.0 Publicity……………………………………………………………………………………………. 28

15.0 Parties In Interest…………………………………………………………………………………. 28

16.0 Successors and Assigns………………………………………………………………………… 28

17.0 Business Structure and Assignments………………………………………………………….. 28

18.0 Dispute Resolution……………………………………………………………………………….. 28

19.0 Remedies Cumulative……………………………………………………………………………. 29

20.0 Contractor Debt…………………………………………………………………………………… 29

EXHIBITS

A. PERFORMANCE/WORK STATEMENT

30 B. FEE SCHEDULE 52

C. EQUAL EMPLOYMENT OPPORTUNITY 72 D. MWBE SUBCONTRACT TERMS 73

E. PERFORMANCE BOND

74

This sample is subject to change at the City's discretion

F. DRUG POLICY COMPLIANCE AGREEMENT 77 G. CERTIFICATION OF NO SAFETY IMPACT POSITIONS 78

H. DRUG POLICY COMPLIANCE DECLARATION 79

I. PREVENTIVE MAINTENANCE SCHEDULE 80 J. FLEET MAINTENANCE INDUSTRIAL SAFETY REQUIREMENTS 88 K. AIRPORT LAYOUTS, SITE AND MAINTENANCE FACILITY 91 LOCATION PLANS L. VEHICLE AND EQUIPMENT INVENTORY 98 M. CITY-OWNED MAINTENANCE TOOLS AND EQUIPMENT 115

N. INCLUSION/EXCLUSION NOTICE FOR VEHICLES AND EQUIPMENT 118

O. REPORTS 120

This sample is subject to change at the City's discretion

3.0 Parts Incorporated

The above-described sections and exhibits, the Bid for Fleet/Vehicle and Equipment Maintenance Services for the City of Houston Airport System ("Bid"), all Addenda and Letters of Clarification to the Bid, and Contractor's written responses to the Bid, Addenda and Letters of Clarification are incorporated into this Agreement.

4.0 Controlling Parts

If a conflict among the sections or exhibits arises, the exhibits control over the sections, and the sections and exhibits control over the Bid, Addenda, Letters of Clarification and Contractor's written responses. If a conflict between the Bid and the Addenda and Letters of Clarification arises, the Addenda and Letters of Clarification control over the Bid.

This sample is subject to change at the City's discretion

5.0 Signatures The Parties have executed this Agreement in multiple copies, each of which is an

original.

ATTEST/SEAL (if a corporation): FIRST SUPPORT SERVICES, INC. WITNESS (if not a corporation): Contractor

By:___________________________ By:______________________ Name: Name: Title: Title:

Tax Identification No:_____________ ATTEST/SEAL: CITY OF HOUSTON, TEXAS

Signed by:

______________________________ __________________________ City Secretary Mayor

APPROVED: ______________________________ Director, Houston Airport System APPROVED: COUNTERSIGNED BY:

_____________________________ __________________________ Purchasing Agent City Controller

APPROVED AS TO FORM: DATE COUNTERSIGNED:

____________________________ __________________________ Assistant City Attorney

This sample is subject to change at the City's discretion

L.D. File No.

This sample is subject to change at the City's discretion

II. DEFINITIONS

As used in this Agreement, the following terms have the meanings set out below:

"Acceptable" means that services and equipment performance meet or exceed the requirements of this Agreement. "Acceptance" shall be determined by the Director and occurs when the Director determines that the unit of Work specified under the Agreement is complete and acceptable. "Acceptable Equivalent" means any equipment, part or product that complies with existing industry standards governing its manufacture or use, and that is a functional equivalent of any equipment, part, product or specification described herein, or, which functionally satisfies an approved, negotiated or specified use made a part hereof.

"Agreement" means this contract between the parties including all exhibits, authorized change orders, and any written amendments authorized by City Council and Contractor. "Air Operations Area (AOA)" means any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area shall include such paved and unpaved areas that are used or intended to be used for unobstructed movement of aircraft in addition to its associated runway, taxi-way or apron.

"Airport(s)" mean George Bush Intercontinental Airport/Houston (IAH), William P. Hobby Airport (HOU), and Ellington Airport (EFD). "Approval" means the Director's final authorization for a task to commence, but does not mean the work performed is acceptable. "Approved" means the task or completed portion thereof has been reviewed by the Director and has been found acceptable. "Appurtenance(s)" means certain equipment mounted on vehicles or equipment that is not associated with the vehicle or equipment itself i.e., light bars, communications equipment, antennas, spotlights, lift gates, air compressors and tanks, cranes, welding equipment, safety directional arrows, rooftop air conditioners, installed shelving/bins, and pallet rollers, and items transferred to vehicles and equipment.

"ASC" means the Airport Services Complex located at 4500 Will Clayton Parkway, at George Bush Intercontinental Airport/Houston.

This sample is subject to change at the City's discretion

"Basic Services" mean those services described in Exhibit "A" – Performance/Work Statement. "CMMS" means Computerized Maintenance Management System.

"City" is defined in Section I of this Agreement and includes its successors and assigns. "Company or Contractor" is defined in Section I of this Agreement and includes its successors and assigns. "Contract or Agreement" means the Agreement, and written amendments authorized by City Council and Contractor or change orders authorized by this Agreement between the City and Contractor whereby Contractor shall provide all specified Work in connection with the Agreement.

"Director" means the Director of the Houston Airport System or the City Purchasing Agent, or their designee in writing. The Agreement designates certain functions to be performed by the Director. For the purposes of the Agreement, those functions are assigned to the Assistant Director of Aviation, Technical Services Division. The Assistant Director of Aviation, Technical Service Division may delegate certain functions to other HAS employees, with the approval of the Director. "EFD" means Ellington Airport. "Effective Date" means the date the Agreement is countersigned by the City

Controller. "Equipment" means all machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper and acceptable completion of the specified Work. "Furnish" means to supply and deliver to the appropriate Airport site, ready for unloading, unpacking, assembly, installation, use, etc., as applicable in each instance. "Good Fleet Management Practices" means practices generally recognized as optimum by prudent fleet operators for obtaining maximum functional and economic utility from fleet units during the period of retention.

"HOU" means William P. Hobby Airport.

This sample is subject to change at the City's discretion

"Houston Airport System (HAS)" means the property and facilities of the City of Houston Department of Aviation which include, but are not limited to, George Bush Intercontinental Airport/Houston (IAH), William P. Hobby Airport (HOU), Ellington Airport (EFD), and the Houston Airport System Administration Buildings. "Include" and "Including" and words of similar import, shall be deemed to be followed by the words "without limitation". "IAH" means George Bush Intercontinental Airport/Houston. "In-Commission" means that a vehicle or piece of equipment is in a state of repair that meets all conditions of maintenance provided under this Agreement and that the unit is available for the use intended. In-Commission means further that the unit: A. is in safe operating condition; B. requires no remedial repair; and C. has up-to-date Preventive Maintenance or does not fall below acceptable levels of deferred Preventive Maintenance. "Maintenance Facilities" means the shop and office facilities the City provides to the Contractor. Such facilities are provided at each of the Airports. "Maintenance Service" means both Preventive Maintenance and Remedial Maintenance. "Manufacturer" means the original manufacturer or producer of a part or component. "Notice to Proceed" means a written communication from the Director to Contractor instructing Contractor to begin performance. "OEM" means the Original Equipment Manufacturer. "Operation or Operational" means that the vehicle or equipment is maintained at the level necessary to ensure that it is in a state of readiness for its intended use or full functional status, and maintained in such condition for the use for which it is intended. This term does not mean the Contractor is to operate the equipment or vehicle except for the purpose of ensuring it is fully maintained and operational under the specification requirements, unless otherwise specified. "Operations-Essential" means those vehicles/equipment that the Director designates in writing as critical to the safety and operation of the Airports. "Other Service Request (OSR)" is the form used to request Other Work/Services within the scope of this Agreement.

This sample is subject to change at the City's discretion

"Other Work/Services" means those services described in Exhibit "A," Section "4.0" – Performance/Work Statement as Other Work/Services and other services related to operations and maintenance services, other than Basic Services. Such services are only provided upon the Director's written request. "Parties" means the City and Contractor, who are bound by this Agreement. "Preventive Maintenance (PM)" means maintenance that is scheduled either by run time or by the calendar, to ensure proper operation of systems and equipment with durability, reliability, efficiency, and safety as the principal objectives in accordance with current OEM requirements and recommendations. "Provide" means furnish and install, complete, and ready for intended use, as applicable in each instance. "Rebuilt Parts" mean used parts that have been dismantled and reconstructed as necessary; all internal parts are cleaned and free from rust and corrosion; all impaired, defective, or substantially worn parts are restored to a sound condition or replaced with new, rebuilt, or unimpaired used parts; all missing components are replaced with new, rebuilt or unimpaired used parts; and such other operations are performed as necessary to put the product in sound working condition. Rebuilt Parts must meet or exceed original manufacturer's specifications. "Response Time" means the time period used by Contractor to answer and address a service request call, beginning with such call and ending when Contractor's service representatives start work on the required service. "Remedial Maintenance (RM)" means repair of equipment and systems with parts, materials, and labor to restore performance to the designed function in the event of any breakdown or stoppage of equipment or system where the equipment or system is unable to perform its designed function. RM includes repairs and replacement of related components, parts, and appurtenances that have failed, no longer perform reliably, or have worn beyond safe tolerances. "Repair" means to restore to good or sound working condition. "Safe-Operating Condition" means it is available for the use intended, requires no remedial repair, and has up-to-date PM. "Unit" means any vehicle or piece of equipment as listed in Exhibit "L," including that which may be added or deleted by the inclusion/exclusion notice set forth in Exhibit "O."

This sample is subject to change at the City's discretion

"Vehicle" means an item or equipment mounted on wheels, tracks, runners, or rollers, which is designated for highway or land operation, that derive power from a self-contained power source or designated to be towed or used in conjunction with such self-propelled equipment. "Vehicle" Accessory and Special Equipment" mean an item added to a vehicle to meet an operational requirement. Items may be transferred from one vehicle and installed on another vehicle when authorized by the Director. Includes spare tire racks, mirrors, horns, hydraulic tail gates, towing hitches, winches, tool boxes, utility boxes, spotlights, emergency light bars, flashing lights and beacons. "Work" means all services to be provided by the Contractor as defined in this Agreement.

III. DUTIES OF CONTRACTOR 1.0 Scope of Services

1.1 In consideration of the payment specified in this Agreement, Contractor shall provide all labor, supervision, parts, equipment, materials, tools, instruments, expendable items, supplies, reports, transportation, insurance, subcontracts, bonds, and incidentals necessary to perform the Basic Services and, if requested, Other Work/Services described in the Performance/Work Statement set forth in Exhibit "A". Contractor shall not be paid for travel time to and from the job site.

2.0 Duty to Inspect

2.1 Contractor represents that it or its agent has inspected all sites affected by this Agreement and that it is not entitled to additional compensation for its failure to accurately account for all of the work required to be performed under this Agreement.

3.0 Invoicing

3.1 Contractor shall submit its invoices on forms approved in advance by the Director. Each invoice must be accompanied by support documents as may be requested by the Director. Each invoice Contractor submits must be in duplicate and each copy must include required support documents. Each invoice must be identified by the Contract name and Contractor number. All invoices are to be delivered or mailed to the following location:

The City of Houston

This sample is subject to change at the City's discretion

Houston Airport System Accounts Payable Section P.O. Box 60106 Houston, Texas 77205-0106

4.0 Payment of Subcontractors

4.1 Contractor shall make timely payments to all persons and entities supplying labor, materials, services, or equipment for the performance of this Agreement. CONTRACTOR SHALL DEFEND AND INDEMNIFY THE CITY FROM ANY CLAIMS OR LIABILITY ARISING OUT OF CONTRACTOR'S FAILURE TO MAKE THESE PAYMENTS. Contractor shall submit disputes relating to payment of MWBE subcontractors to arbitration in the same manner as any other disputes under the MWBE subcontract.

5.0 Personnel of Contractor

5.1 Contractor shall provide sufficient, fully qualified personnel to meet the performance requirements set forth in Exhibit "A". Contractor shall replace any of its personnel or subcontractors whose work product is deemed unsatisfactory by the Director.

6.0 RELEASE

6.1 EXCEPT FOR THE CITY'S GROSS NEGLIGENCE OR WILFUL MISCONDUCT, CONTRACTOR AGREES TO AND SHALL RELEASE THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE "CITY") FROM ALL LIABILITY FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS AGREEMENT, EVEN IF THE INJURY, DEATH, DAMAGE, OR LOSS IS CAUSED BY THE CITY'S SOLE OR CONCURRENT NEGLIGENCE AND/OR THE CITY'S STRICT PRODUCTS LIABILITY OR STRICT STATUTORY LIABILITY.

7.0 INDEMNIFICATION

7.1 CONTRACTOR AGREES TO AND SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE "CITY") HARMLESS FOR ALL CLAIMS, CAUSES OF ACTION, LIABILITIES, FINES, AND EXPENSES (INCLUDING, WITHOUT LIMITATION, ATTORNEY’S FEES, COURT COSTS, AND ALL OTHER DEFENSE

This sample is subject to change at the City's discretion

COSTS AND INTEREST) FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS AGREEMENT INCLUDING, WITHOUT LIMITATION, THOSE CAUSED BY:

7.1.1 CONTRACTOR’S AND/OR ITS AGENTS', EMPLOYEES',

OFFICERS', DIRECTORS', CONTRACTORS', OR SUBCONTRACTORS' (COLLECTIVELY IN NUMBERED PARAGRAPHS 7.1.1-7.1.3, "CONTRACTOR") ACTUAL OR ALLEGED NEGLIGENCE OR INTENTIONAL ACTS OR OMISSIONS;

7.1.2 THE CITY’S AND CONTRACTOR’S ACTUAL OR ALLEGED CONCURRENT NEGLIGENCE, WHETHER CONTRACTOR IS IMMUNE FROM LIABILITY OR NOT; AND

7.1.3 THE CITY’S AND CONTRACTOR’S ACTUAL OR ALLEGED STRICT PRODUCTS LIABILITY OR STRICT STATUTORY LIABILITY, WHETHER CONTRACTOR IS IMMUNE FROM LIABILITY OR NOT.

7.2 CONTRACTOR SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY

HARMLESS DURING THE TERM OF THIS AGREEMENT AND FOR FOUR YEARS AFTER THE AGREEMENT TERMINATES.

7.3 CONTRACTOR SHALL REQUIRE ALL OF ITS SUBCONTRACTORS

(AND THEIR SUBCONTRACTORS) TO RELEASE AND INDEMNIFY THE CITY TO THE SAME EXTENT AND IN SUBSTANTIALLY THE SAME FORM AS ITS RELEASE AND INDEMNITY TO THE CITY.

8.0 RELEASE AND INDEMNIFICATION - PATENT, COPYRIGHT, TRADEMARK,

AND TRADE SECRET INFRINGEMENT

8.1 CONTRACTOR AGREES TO AND SHALL RELEASE AND DEFEND, INDEMNIFY, AND HOLD HARMLESS THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE "CITY") FROM ALL CLAIMS OR CAUSES OF ACTION BROUGHT AGAINST THE CITY BY ANY PARTY, INCLUDING CONTRACTOR, ALLEGING THAT THE CITY'S USE OF ANY EQUIPMENT, SOFTWARE, PROCESS, OR DOCUMENTS CONTRACTOR FURNISHES DURING THE TERM OF THIS AGREEMENT INFRINGES ON A PATENT, COPYRIGHT, OR TRADEMARK, OR MISAPPROPRIATES A TRADE SECRET. CONTRACTOR SHALL PAY ALL COSTS (INCLUDING, WITHOUT LIMITATION, ATTORNEY’S FEES, COURT COSTS, AND ALL OTHER DEFENSE COSTS, AND INTEREST) AND DAMAGES AWARDED.

This sample is subject to change at the City's discretion

8.2 CONTRACTOR SHALL NOT SETTLE ANY CLAIM ON TERMS WHICH PREVENT THE CITY FROM USING THE EQUIPMENT, SOFTWARE, PROCESS, AND DOCUMENTS WITHOUT THE CITY’S PRIOR WRITTEN CONSENT.

8.3 WITHIN 60 DAYS AFTER BEING NOTIFIED OF THE CLAIM,

CONTRACTOR SHALL, AT ITS OWN EXPENSE, EITHER (1) OBTAIN FOR THE CITY THE RIGHT TO CONTINUE USING THE EQUIPMENT, SOFTWARE, PROCESS, AND DOCUMENTS OR, (2) IF BOTH PARTIES AGREE, REPLACE OR MODIFY THEM WITH COMPATIBLE AND FUNCTIONALLY EQUIVALENT PRODUCTS. IF NONE OF THESE ALTERNATIVES IS REASONABLY AVAILABLE, THE CITY MAY RETURN THE EQUIPMENT, SOFTWARE, OR DOCUMENTS, OR DISCONTINUE THE PROCESS, AND CONTRACTOR SHALL REFUND THE PURCHASE PRICE.

9.0 INDEMNIFICATION PROCEDURES

9.1 Notice of Claims. If the City or Contractor receives notice of any claim or circumstances which could give rise to an indemnified loss, the receiving party shall give written notice to the other party within 10 days. The notice must include the following:

9.1.1 a description of the indemnification event in reasonable detail,

9.1.2 the basis on which indemnification may be due, and

9.1.3 the anticipated amount of the indemnified loss.

9.2 This notice does not estop or prevent the City from later asserting a

different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. If the City does not provide this notice within the 10 day period, it does not waive any right to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay.

9.3 Defense of Claims

9.3.1 Assumption of Defense. Contractor may assume the defense of

the claim at its own expense with counsel chosen by it that is reasonably satisfactory to the City. Contractor shall then control the defense and any negotiations to settle the claim. Within 10 days after receiving written notice of the indemnification request, Contractor must advise the City as to whether or not it will defend the claim. If Contractor does not assume the defense, the City

This sample is subject to change at the City's discretion

shall assume and control the defense, and all defense expenses constitute an indemnification loss.

9.3.2 Continued Participation. If Contractor elects to defend the claim,

the City may retain separate counsel to participate in (but not control) the defense and to participate in (but not control) any settlement negotiations. Contractor may settle the claim without the consent or agreement of the City, unless it (i) would result in injunctive relief or other equitable remedies or otherwise require the City to comply with restrictions or limitations that adversely affect the City, (ii) would require the City to pay amounts that Contractor does not fund in full, (iii) would not result in the City’s full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement.

10.0 Insurance

10.1 Contractor shall maintain in effect certain insurance coverage, which is described as follows:

10.1.1 Minimum Insurance Requirements. Contractor shall maintain the

following insurance coverage in the following amounts: (Coverage) (Limit of Liability)

Workers' Compensation Statutory for Workers' Compensation Employer's Liability Bodily Injury by accident $500,000

(each accident) Bodily Injury by Disease $500,000

(policy limit) Bodily Injury by Disease $500,000 (each

employee)

Commercial General Liability: Bodily Injury and Property Including Broad Form Coverage, Damage, Combined Limits of Contractual Liability, Bodily and $2,000,000 each Occurrence Personal Injury, and Completed and $4,000,000 aggregate Operations

Automobile Liability Insurance $1,000,000 combined single limit for (1)

(for vehicles Contractor any auto or, (2) all owned, hired, and uses in performing under this non-owned autos

Agreement, including Employer's Non-Owned and Hired Auto Coverage)

Defense costs are excluded from the face amount of the policy.

This sample is subject to change at the City's discretion

Aggregate Limits are per 12-month policy period unless otherwise indicated.

10.2 Form of Policies. The insurance may be in one or more policies of insurance, the form of which must be approved by the Director and City Attorney; however such approval shall never excuse non-compliance with the terms of this Section.

10.3 Issuers of Policies. The issuer of any policy (1) shall have a Certificate of

Authority to transact insurance business in Texas or (2) shall be an eligible non-admitted insurer in the State of Texas and have a Best's rating of at least B+ and a Best's Financial Size Category of Class VI or better, according to the most current edition Best's Key Rating Guide.

10.4 Insured Parties. Each policy, except those for Workers' Compensation,

Employer's Liability, and Professional Liability, must name the City (and its officers, agents, and employees) as Additional Insured parties on the original policy and all renewals or replacements.

10.5 Deductibles. Contractor shall be responsible for and pay any claims or

losses to the extent of any deductible amounts and waives any claim it may have for the same against the City, its officers, agents, or employees.

10.6 Cancellation. CONTRACTOR SHALL NOTIFY THE DIRECTOR IN

WRITING 30 DAYS PRIOR TO ANY CANCELLATION OR MATERIAL CHANGE TO CONTRACTOR’S INSURANCE COVERAGE. Within the 30 day period, Contractor shall provide other suitable policies in lieu of those about to be cancelled or non-renewed so as to maintain in effect the required coverage. If Contractor does not comply with this requirement, the Director, at his or her sole discretion, may (1) immediately suspend the Contractor from any further performance under this Agreement and begin procedures to terminate for default or (2) purchase the required insurance with City funds and deduct the cost of the premiums from amounts due Contractor under this Agreement.

10.7 Subrogation. Each policy, except Professional Liability (if any), must

contain an endorsement to the effect that the issuer waives any claim or right of subrogation to recover against the City, its officers, agents, or employees.

10.8 Endorsement of Primary Insurance. Each policy, except Workers'

Compensation and Professional Liability (if any), must contain an endorsement that the policy is primary to any other insurance available to the Additional Insured with respect to claims arising under this Agreement.

This sample is subject to change at the City's discretion

10.9 Liability for Premium. Contractor shall pay all insurance premiums, and the City shall not be obligated to pay any premiums.

10.10 Subcontractors. Contractor shall require all subcontractors to carry

insurance naming the City as an additional insured and meeting all of the above requirements except amount. The amount must be commensurate with the amount of the subcontract, but in no case shall it be less than $500,000 per occurrence. Contractor shall provide copies of insurance certificates to the Director.

10.11 Proof of Insurance.

10.11.1 Prior to execution of this Agreement and as long as this Agreement continues, Contractor shall furnish the Director with Certificates of Insurance, along with an Affidavit from Contractor confirming that the Certificates accurately reflect the insurance coverage maintained. If requested by the Director, Contractor shall furnish the City with certified copies of Contractor’s actual insurance policies. Contractor shall provide updated certificates of insurance to the Director upon request. Every certificate of insurance Contractor delivers for the Project shall (1) be less than 12 months old; (2) include all pertinent identification information for the Insurer, including the company name and address, policy number, NAIC number or AMB number, and authorized signature; (3) include the Project name and reference numbers and indicate the name and address of the Project Manager in the Certificate Holder Box; and (4) be appropriately marked to accurately identify all coverages and limits of the policy; the effective and expiration dates; and waivers of subrogation in favor of the City for Commercial General Liability, Automobile Liability and Worker’s Compensation/Employers’ Liability.

10.11.2 Contractor shall continuously and without interruption, maintain in

force the required insurance coverages specified in this Section. If Contractor does not comply with this requirement, the Director, at his or her sole discretion, may:

10.11.2.1 immediately suspend Contractor from any further

performance under this Agreement and begin procedures to terminate for default, or

10.11.2.2 purchase the required insurance with City funds and

deduct the cost of the premiums from amounts due to Contractor under this Agreement.

This sample is subject to change at the City's discretion

10.11.3 The City shall never waive or be estopped to assert its right to terminate this Agreement because of its acts or omissions regarding its review of insurance documents.

10.11.4 Contractor shall, upon the City’s request, deliver an assurance

letter from Contractor’s insurer stating that the insurer intends to issue Contractor a new policy that meets the terms of this Article.

10.12 Other Insurance. If requested by the Director, Contractor shall furnish

adequate evidence of Social Security and Unemployment Compensation Insurance, to the extent applicable to Contractor's operations under this Agreement.

11.0 Warranties

11.1 Contractor warrants that it shall perform all work in a good and workmanlike manner meeting the standards of quality prevailing in Harris County, Texas, for work of this kind. Contractor shall perform all work using trained and skilled persons having substantial experience performing the work required under this Agreement.

11.2 With respect to any parts, instruments, equipment, and goods it furnishes,

Contractor warrants:

11.2.1 that all items are free of defects in title, design, material, and workmanship,

11.2.2 that each item meets or exceeds the manufacturer’s

specifications and requirements for the equipment, structure, or other improvement in which the item is installed,

11.2.3 that each replacement item is new, in accordance with original

equipment manufacturer's specifications, and of a quality at least as good as the quality of the item which it replaces (when the replaced item was new),

11.2.4 that no items or their use infringe any patent, copyright, or other

proprietary rights. In the event Contractor becomes aware of such an infringement, Contractor will replace the items that are the subject of the infringement with non-infringing items in a timely manner; and

11.2.5 that for one year from the date of any installation ("Warranty

Period"), Contractor shall provide all parts, instruments, equipment, and goods required to complete all Preventive and

This sample is subject to change at the City's discretion

Remedial Maintenance required under this Agreement at no cost to the City. This warranty is in addition to Contractor's obligation to provide Basic Services under this Agreement. When the manufacturer's warranty period for any parts, instruments, equipment, and goods is greater than 1 year, the longer period prevails.

11.3 Contractor shall manage and enforce on the City's behalf all manufacturer

warranties issued before the Effective Date of this Agreement, during the Term of this Agreement, and any extensions. Contractor shall not be entitled to any additional compensation for the management and enforcement of these manufacturer warranties. If Contractor does not exhaust all remedies, including litigation, against a manufacturer who fails to honor all or a part of a warranty, it shall not receive additional compensation from the City for the labor and material costs it incurs to repair or replace the item that otherwise would have been under warranty.

12.0 Maintenance Audit

12.1 At any time during the term of this Agreement or any extensions, the Director, without notice to the Contractor and at HAS' expense, may provide for a third party maintenance audit. Contractor shall rectify any deficiencies in performance discovered by such audit for which Contractor is responsible to the Director's satisfaction at no cost to the City within 10 days of receipt of a notice of any deficiency. Further, the Contractor shall provide the Director with a written explanation for such deficiency in performance and a plan to prevent future deficiencies within 15 days of receipt of such notice. Failure of the Contractor to timely rectify the deficiency or provide the written explanation and plan to the Director shall be grounds for termination for cause as provided in Section V.

12.2 At any time during the term of this Agreement or any extensions, the

Director, without notice to the Contractor, may conduct or cause to be conducted inspections of Contractor's work performance, equipment, inventory, logs and work sites. Contractor shall rectify any deficiencies discovered by such inspection to the Director's satisfaction within 10 days of receipt of a notice of any such deficiency at no cost to the City if caused by the Contractor or its subcontractors.

13.0 Confidentiality

13.1 Contractor, its agents, employees, contractors, and subcontractors shall hold all City information, data, and documents (collectively, “the Information”) that they receive, prepare, or to which they have access, in strictest confidence. Contractor, its agents, employees, contractors, and

This sample is subject to change at the City's discretion

subcontractors shall not disclose, disseminate, or use the Information unless the Director authorizes it in writing. Contractor shall establish procedures to ensure confidentiality of the Information and to prevent its unauthorized use and disclosure. Contractor shall obtain written agreements from its agents, employees, contractors, and subcontractors who perform work under this Agreement, which bind them to the terms in this paragraph.

14.0 Use of Work Products

14.1 Contractor conveys and assigns to the City its entire interest and full ownership worldwide in and to any work, invention, and all Documents, and the copyrights, patents, trademarks, trade secrets, and any other proprietary rights therein (collectively “Proprietary Rights”) that Contractor, its agents, employees, contractors, and subcontractors (collectively “Authors”) develop, write, or produce under this Agreement (collectively "Works").

14.2 The Authors shall not claim or exercise any Proprietary Rights related to

the Works. If requested by the Director, Contractor shall place a conspicuous notation on any Works which indicates that the City owns the Proprietary Rights.

14.3 Contractor shall execute all documents required by the Director to further

evidence this assignment and ownership. Contractor shall cooperate with the City in registering, creating, and enforcing Proprietary Rights arising under this Agreement. If Contractor’s assistance is requested and rendered under this Section, the City shall reimburse Contractor for all out-of-pocket expenses it incurs in rendering assistance, subject to the availability of funds. On termination of this Agreement, or if requested by the Director, Contractor shall deliver all Works to the City. Contractor shall obtain written agreements from the Authors which bind them to the terms in this Section.

14.4 All Works developed, written, or produced under this Agreement for use

as a contribution to a collective work; a part of a motion picture or other audiovisual work; a translation; a supplementary work; a compilation; an instructional text; a test; answer material for a test; or an atlas, are “works made for hire.”

14.5 Contractor may retain copies of the Works for its archives. Contractor

shall not otherwise use, sell, license, or market the Works. 15.0 Licenses and Permits

This sample is subject to change at the City's discretion

15.1 Contractor shall obtain, maintain, and pay for all licenses, permits, and certificates including all professional licenses required by this Agreement, any statute, ordinance, rule, or regulation. This requirement includes, without limitation, certification of the on-site technicians. Contractor shall immediately notify the Director of any suspension, revocation, or other detrimental action against required licenses or certifications.

16.0 Compliance with Laws

16.1 Contractor shall comply with all applicable state and federal laws and regulations; the City Charter and Code of Ordinances; and HAS' rules and regulations.

17.0 Compliance with Equal Opportunity Ordinance

17.1 Contractor shall comply with the City's Equal Employment Opportunity Ordinance as set out in Exhibit "C."

18.0 Minority and Women Business Enterprises

18.1 It is the City’s policy to ensure that Minority and Women Business Enterprises ("MWBEs") have the full opportunity to compete for and participate in City contracts. The objectives of Chapter 15, Article V of the City of Houston Code of Ordinances, relating to City-wide Percentage Goals for contracting with MWBEs, are incorporated into this Agreement.

18.2 Contractor shall make good faith efforts to award subcontracts or supply

agreements in at least ___% of the value of this Agreement to MWBEs. The City’s policy does not require Contractor to in fact meet or exceed this goal, but it does require Contractor to objectively demonstrate that it has made good faith efforts to do so. To this end, Contractor shall maintain records showing:

18.2.1 subcontracts and supply agreements with Minority Business

Enterprises,

18.2.2 subcontracts and supply agreements with Women’s Business Enterprises, and

18.2.3 specific efforts to identify and award subcontracts and supply

agreements to MWBEs. Contractor shall submit periodic reports of

This sample is subject to change at the City's discretion

its efforts under this Section to the Affirmative Action Director in the form and at the times he or she prescribes.

18.3 Contractor shall require written subcontracts with all MWBE

subcontractors and suppliers and shall submit all disputes with MWBE subcontractors to binding arbitration in Houston, Texas, if directed to do so by the Affirmative Action Director. All agreements must contain the terms set out in Exhibit "D." If Contractor is an individual person (as distinguished from a corporation, partnership, or other legal entity), and the amount of the subcontract is $50,000 or less, then the subcontract must also be signed by the attorneys of the respective parties.

19.0 Performance Bond

19.1 Contractor shall furnish and maintain a performance bond for $________ conditioned on Contractor's full and timely performance of the Agreement (and payment of subcontractors). If the City exercises any option period, Contractor shall maintain a Performance Bond in the amount of $_________ for the option period exercised. The bond must be in substantially the form attached as Exhibit "E" and issued by a corporate surety authorized and admitted to write surety bonds in Texas. If the amount of the bond exceeds $100,000, the surety must be listed on the current list of accepted sureties on federal bonds published by the United States Treasury Department or reinsured for any liability in excess of $100,000 by a reinsurer listed on the U.S. Treasury list.

20.0 Drug Abuse Detection and Deterrence

20.1 It is the policy of the City to achieve a drug-free workforce and workplace. The manufacture, distribution, dispensation, possession, sale, or use of illegal drugs or alcohol by contractors while on City Premises is prohibited. Contractor shall comply with all the requirements and procedures set forth in the Mayor's Drug Abuse Detection and Deterrence Procedures for Contractors, Executive Order No. 1-31 ("Executive Order"), which is incorporated into this Agreement and is on file in the City Secretary’s Office.

20.2 Before the City signs this Agreement, Contractor shall file with the

Contract Compliance Officer for Drug Testing ("CCODT"),

20.2.1 a copy of its drug-free workplace policy,

20.2.2 the Drug Policy Compliance Agreement substantially in the form set forth in Exhibit "F," together with a written designation of all safety impact positions and,

This sample is subject to change at the City's discretion

20.2.3 if applicable (e.g. no safety impact positions), the Certification of No

Safety Impact Positions, substantially in the form set forth in Exhibit "G."

20.3 If Contractor files a written designation of safety impact positions with its

Drug Policy Compliance Agreement, it also shall file every 6 months during the performance of this Agreement or on completion of this Agreement if performance is less than 6 months, a Drug Policy Compliance Declaration in a form substantially similar to Exhibit "H". Contractor shall submit the Drug Policy Compliance Declaration to the CCODT within 30 days of the expiration of each 6-month period of performance and within 30 days of completion of this Agreement. The first 6-month period begins to run on the date the City issues its Notice to Proceed or if no Notice to Proceed is issued, on the first day Contractor begins work under this Agreement.

20.3.1 Contractor also shall file updated designations of safety impact

positions with the CCODT if additional safety impact positions are added to Contractor's employee work force.

20.3.2 Contractor shall require that its subcontractors comply with the

Executive Order and Contractor shall secure and maintain the required documents for City inspection.

21.0 Environmental Laws

21.1 Contractor shall comply with all federal, state, and local statutes, ordinances, regulations, rules, policies, codes, or guidelines now or hereafter in effect, as they may be amended from time to time, that govern Hazardous Materials or relate to the protection of human health, safety, or the environment, including but not be limited to:

(a) the Federal Insecticide, Fungicide, and Rodenticide Act, 7 U.S.C. Section 136 et seq.;

(b) the Safe Drinking Water Act, 44 U.S.C. Section 300(f) et seq.;

(c) the Oil Pollution Control Act of 1990, 33 U.S.C. Section 270 et seq.;

(d) the Comprehensive Environmental Response, Compensation and Liability Act of 1980, as amended, 42 U.S.C., Section 9601 et seq., and as amended by the Superfund Amendments and Reauthorization Act of 1986, Pub. Law No. 99-499, 100 Stat. 1613;

(e) the Toxic Substances Control Act, 15 U.S.C., Section 2601 et seq.;

This sample is subject to change at the City's discretion

(f) the Clean Air Act as amended, 42 U.S.C. 7401 et seq.; (g) the Clean Water Act, 33 U.S.C., Section 1251, et seq.; (h) the Hazardous Materials Transportation Act, 49 U.S.C.,

Section 1801 et seq.; (i) the Resources Conservation and Recovery Act, 42 U.S.C.,

Section 6901 et seq.; and those substances defined as hazardous waste or as hazardous substances under the laws of Texas and/or the United States or in regulations promulgated under these laws (collectively, "Environmental Laws").

21.2 Within 10 days of receipt of an invoice, Contractor shall reimburse the City for any fines or penalties that may be levied against the City by the Environmental Protection Agency, the Texas Commission on Environmental Quality, or any other governmental agency for Contractor's (or its agents' and employees') failure to comply with the Environmental Laws.

21.3 Contractor shall not possess, use, generate, release, discharge, store, dispose of, or transport any Hazardous Materials on, under, in, above, to or from the Airport, or any other areas or facilities subject to this Agreement, except in strict compliance with the Environmental Laws. "Hazardous Materials" include, but are not limited to,:

(a) all substances, materials, wastes, pollutants, oils, or governmentally regulated substances or contaminants defined or designated as hazardous, toxic, radioactive, dangerous, or any other similar term in or under any of the Environmental Laws,

(b) asbestos and asbestos-containing materials, petroleum products including crude oil or any fraction thereof, gasoline, aviation fuel, jet fuel, diesel fuel, lubricating oils and solvents, urea formaldehyde, flammable explosives, PCBs, radioactive materials or waste, or

(c) any other substance that, because of its quantity, concentration, physical, chemical, or infectious characteristics may cause or threaten a present or potential hazard to human health or the environment when improperly generated, used, stored, handled, treated, discharged, distributed, disposed of, or released.

21.4 The Airport is subject to the National Pollution Discharge Elimination System Program (“NPDES”), and the regulations, 40 CFR Part 122, relating to stormwater discharges, for operations at the Airport. Contractor is familiar with these NPDES stormwater regulations, and shall conduct operations in accordance with 40 CFR Part 122, as amended from time to time. Contractor understands that there are significant penalties for submitting false information, including fines and imprisonment for knowing violations.

21.5 Close cooperation is necessary to ensure compliance with any NPDES stormwater discharge permit terms and conditions, as well as to ensure safety and to minimize costs. Contractor shall implement “Best Management

This sample is subject to change at the City's discretion

Practices” as defined in 40 CFR, Part 122.2, as amended from time to time, if necessary to minimize the exposure of stormwater to significant materials generated, stored, handled, or otherwise used by Contractor as defined in the federal stormwater regulations.

21.6 The City’s NPDES stormwater discharge permit and any subsequent amendments, extensions, or renewals are incorporated into this Agreement. Contractor shall be bound by all applicable portions of the permit.

21.7 Contractor shall implement the NPDES requirements at its sole expense, unless otherwise agreed to in writing between the City and Contractor. Contractor shall meet all deadlines that may be imposed or agreed to by the City and Contractor. Time is of the essence.

21.8 If either party asks, the other party shall provide any non-privileged information submitted to a government entity(ies) under applicable NPDES stormwater regulations.

21.9 Contractor appoints the City as its agent to negotiate with the appropriate governmental entity(ies) any modifications to the City=s permit.

21.10 Contractor shall participate in any City organized task force or other work group established to coordinate stormwater activities at the Airport.

21.11 The City may enter upon Contractor’s Premises at any time for purposes of inspection to ensure that Contractor is complying with this Section and any other provisions in this Agreement without committing a trespass.

21.12 The City’s remedies with regard to Environmental Requirements are cumulative and survive termination of this Agreement.

21.13 WITH NO INTENT TO LIMIT CONTRACTOR'S INDEMNIFICATION TO THE CITY SET FORTH IN SECTION _____, CONTRACTOR SHALL PROTECT, DEFEND AND INDEMNIFY THE CITY AND ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY LOSS, COST, CLAIM, DEMAND, PENALTY, FINE, SETTLEMENT, LIABILITY, OR EXPENSE (INCLUDING BUT NOT LIMITED TO ATTORNEYS' AND CONSULTANTS' FEES, COURT COSTS, AND LITIGATION EXPENSES) RELATED TO:

(a) ANY INVESTIGATION, MONITORING, CLEANUP, CONTAINMENT, REMOVAL, STORAGE, OR RESTORATION WORK PERFORMED BY THE CITY OR A THIRD PARTY DUE TO CONTRACTOR’S , ITS EMPLOYEES’, OR AGENTS’ USE OR PLACEMENT OF HAZARDOUS MATERIALS (OF WHATEVER KIND OR NATURE, KNOWN OR UNKNOWN) ON THE AIRPORT PREMISES, OR ANY OTHER AREAS IMPACTED BY THIS AGREEMENT;

(b) ANY ACTUAL, THREATENED, OR ALLEGED HAZARDOUS MATERIALS CONTAMINATION OF THE AIRPORT PREMISES BY CONTRACTOR, ITS EMPLOYEES, OR AGENTS;

(c) THE DISPOSAL, RELEASE, OR THREATENED RELEASE OF HAZARDOUS MATERIALS BY CONTRACTOR, ITS EMPLOYEES, OR AGENTS AT THE AIRPORT THAT AFFECTS THE SOIL, AIR, WATER, VEGETATION, BUILDINGS, PERSONAL PROPERTY, OR PERSONS;

This sample is subject to change at the City's discretion

(d) ANY PERSONAL INJURY, DEATH, OR PROPERTY DAMAGE (REAL OR PERSONAL) ARISING OUT OF OR RELATED TO HAZARDOUS MATERIALS USE BY CONTRACTOR, ITS EMPLOYEES, OR AGENTS AT THE AIRPORT; OR

(e) ANY VIOLATION BY CONTRACTOR, ITS EMPLOYEES, OR AGENTS OF ANY ENVIRONMENTAL LAWS.

THIS INDEMNITY IS NOT APPLICABLE TO LOSSES, CLAIMS, PENALTIES, FINES, SETTLEMENTS, LIABILITIES, AND EXPENSES THAT RESULT FROM CONDITIONS EXISTING ON THE EFFECTIVE DATE OF THIS AGREEMENT.

22.0 Airport Security

22.1 Contractor shall comply with all HAS, TSA, FAA and any other governmental agency security directives, rules and regulations. The FAA may assess fines and/or penalties for Contractor's non-compliance with the provisions of 49 CFR 1540 and 1542, as amended from time to time, or by other agencies for noncompliance with laws or regulations applicable to Contractor's operations. Within 10 days of notification in writing, Contractor shall reimburse the City for any fine or penalty assessed against the City because of Contractor's non-compliance with 49 CFR 1540 and 1542 or other applicable laws or regulations.

23.0 Conflicts of Interest

23.1 If a potential or actual conflict of interests arises between the City’s interests and the interests of other clients Contractor represents, Contractor shall immediately notify the City Attorney and Mayor by fax transmission or telephone and request consent. The City shall be deemed to consent to the conflict unless the Mayor or City Attorney sends a written notice that the City declines to consent within 3 business days after the City receives the notice. If the City does not consent, Contractor shall immediately take steps to resolve the conflict.

24.0 Pay or Play

24.1 The requirements and terms of the City of Houston Pay or Play program, as set out in Executive Order 1-7, are incorporated into this Agreement for all purposes. Contractor has reviewed Executive Order No. 1-7 and shall comply with its terms and conditions as they are set out at the time of City Council approval of this Agreement.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

30

IV. DUTIES OF CITY 1.0 Payment Terms

1.1 Subject to all the terms and conditions of this Agreement, the City shall pay to Contractor, and Contractor accepts the fees specified in Exhibit "B," Fee Schedule, for all work provided by Contractor and its subcontractors under this Agreement. If hourly rates and fees for Other Work/Services are not stated in Exhibit "B", the rates will be based on the Parties' written agreement, which must be established in accordance with the terms of this Agreement. All such rates and fees must be ordinary and reasonable for the type of work performed.

1.2 If the City pays Contractor for work performed by any subcontractor or for parts,

supplies, equipment, or materials provided by any supplier, and Contractor withholds or has withheld payment to the subcontractor or supplier because of a deficiency in the quality or quantity of that subcontractor's or supplier's work or materials, the City may withhold a corresponding amount from any pending or future payments to Contractor until the next regular payment to Contractor occurring after the City receives reasonable documentation that the deficiency has been remedied.

1.3 All invoices are subject to approval by the Director and are due and payable on or

about 30 days after receipt and approval by the Director. All payments must be made by check made payable to Contractor. The City will not unreasonably delay or withhold payment or approval of any invoice. Neither payments made nor approval of invoices or services by the Director shall be construed as final acceptance or approval of that part of Contractor's services to which such payment or approval relates. Such payments do not relieve Contractor of any of its obligations under this Agreement.

2.0 Taxes

2.1 The City is exempt from payment of Federal Excise and Transportation Tax and Texas Limited Sales and Use Tax. Contractor's invoices to the City must not contain assessments of any of these taxes. The Director will furnish the City's exemption certificate and federal tax identification number to Contractor if requested.

3.0 Method of Payment - Disputed Payments

3.1 If the City disputes any items in an invoice Contractor submits for any reason, including lack of supporting documentation, the Director shall temporarily delete the disputed item and pay the remainder of the invoice. The Director shall promptly notify Contractor of the dispute and request remedial action. After the dispute is settled, Contractor shall include the disputed amount on a subsequent regularly scheduled invoice or on a special invoice for the disputed item only.

4.0 Limit of Appropriation

4.1 The City's duty to pay money to Contractor for any purpose under this Agreement is limited in its entirety by the provisions of this Section.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

31

4.2 In order to comply with Article II, Sections 19 and 19a of the City's Charter and Article XI, Section 5 of the Texas Constitution, the City has appropriated and allocated the sum of $___________ to pay money due under this Agreement (the "Original Allocation"). The executive and legislative officers of the City, in their discretion, may allocate supplemental funds for this Agreement, but they are not obligated to do so. Therefore, the parties have agreed to the following procedures and remedies.

4.3 The City makes a supplemental allocation by issuing to Contractor a Service Release

Order, or similar form approved by the City Controller, containing the language set out below. When necessary, the Supplemental Allocation shall be approved by motion or ordinance of City Council.

"NOTICE OF SUPPLEMENTAL ALLOCATION OF FUNDS"

By the signature below, the City Controller certifies that, upon the request of

the responsible director, the supplemental sum set out below has been allocated for the purposes of the Agreement out of funds appropriated for this purpose by the City Council of the City of Houston. This supplemental allocation has been charged to such appropriation.

$ _____________

4.4 City Council delegates to the Director the authority to approve up to $____________

in supplemental allocations for this Agreement without returning to Council.

4.5 The Original Allocation plus all supplemental allocations are the Allocated Funds, which include a ________% contingency in the amount of $____________. For purposes of Change Orders in Section 5.3.3 below, the Original Agreement Amount is $_______________. The City shall never be obligated to pay any money under this Agreement in excess of the Allocated Funds. Contractor must assure itself that sufficient allocations have been made to pay for services it provides. If Allocated Funds are exhausted, Contractor’s only remedy is suspension or termination of its performance under this Agreement and it has no other remedy in law or in equity against the City and no right to damages of any kind.

5.0 Changes

5.1 At any time during the Agreement Term, the Director may issue a Change Order to increase or decrease the scope of services or change plans and specifications, as he or she may find necessary to accomplish the general purposes of this Agreement. Contractor shall furnish the services or deliverables in the Change Order in accordance with the requirements of this Agreement plus any special provisions, specifications, or special instructions issued to execute the extra work.

5.2 The Director will issue the Change Order in substantially the following form:

CHANGE ORDER

TO: [Name of Contractor]

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

32

FROM: City of Houston, Texas (the "City")

DATE: [Date of Notice]

SUBJECT: Change Order under the Agreement between the City and [Name of

Contractor] countersigned by the City Controller on [Date of countersignature of the Agreement]

Subject to all terms and conditions of the Agreement, the City requests that Contractor provide the following:

[Here describe the additions to or changes to the equipment or services and the Change Order Charges applicable to each.]

Signed:

[Signature of Director]

5.3 The Director may issue more than one Change Order, subject to the following limitations: 5.3.1 Council expressly authorizes the Director to approve a Change Order up to

$25,000. A Change Order in excess of $25,000 must be approved by the City Council.

5.3.2 If a Change Order describes items that Contractor is otherwise required to

provide under this Agreement, the City is not obligated to pay any additional money to Contractor.

5.3.3 The Total of all Change Orders issued under this section may not increase the

Original Agreement amount by more than 25%.

5.4 Whenever Contractor receives a Change Order, Contractor shall furnish all material, equipment, and personnel necessary to perform the work described in the Change Order. Contractor shall complete the work within the time prescribed. If no time for completion is prescribed, Contractor shall complete the work within a reasonable time. If the work described in any Change Order causes an unavoidable delay in any other work Contractor is required to perform under this Agreement, Contractor may request a time extension for the completion of the work. The Director’s decision regarding a time extension is final.

5.5 A product or service provided under a Change Order is subject to inspection,

acceptance, or rejection in the same manner as the work described in the Original Agreement, and is subject to the terms and conditions of the Original Agreement as if it had originally been a part of the Agreement.

5.6 Change Orders are subject to the Allocated Funds provisions of this Agreement.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

33

6.0 Access to Site

6.1 Subject to FAA, TSA and HAS rules and regulations, Contractor may enter and leave work sites at all reasonable times without charge. Contractor and its employees may use the common areas and roadways at the Airport where the work sites are located. This excludes parking for Contractor’s personnel and does not extend to any restricted area of the Airport, including without limitation, the AOA, which requires the Director's prior written approval and an HAS escort. Contractor shall repair any damage caused by it or its employees, suppliers or subcontractors as a result of their use of the common areas.

V. TERM AND TERMINATION 1.0 Contract Term

1.1 This Agreement is effective on the Effective Date and continues for ______ consecutive years from the date set forth in the Notice to Proceed, unless sooner terminated under this Agreement. Performance begins on the date specified in the Notice to Proceed issued by the Director. Contractor acknowledges that time is of the essence of this Agreement.

2.0 Renewals

2.1 If the Director, at his or her sole discretion, gives written notice of renewal to Contractor at least 30 days before expiration of the then-current term and if sufficient funds are allocated then, upon expiration of the initial term, this Agreement is renewed for up to ________successive one-year terms plus one ______ day term under the same terms and conditions.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

34

3.0 Termination for Convenience by City

3.1 The Director may terminate this Agreement at any time by giving 30 days written notice to Contractor. The City's right to terminate this Agreement for convenience is cumulative of all rights and remedies which exist now or in the future.

3.2 On receiving the notice, Contractor shall, unless the notice directs otherwise,

immediately discontinue all services under this Agreement and cancel all existing orders and subcontracts that are chargeable to this Agreement. As soon as practicable after receiving the termination notice, Contractor shall submit an invoice showing in detail the services performed under this Agreement up to the termination date. The City shall then pay the fees to Contractor for services actually performed, but not already paid for, in the same manner as prescribed in Section _______ unless the fees exceed the allocated funds remaining under this Agreement.

3.3 TERMINATION OF THIS AGREEMENT AND PAYMENT FOR SERVICES

RENDERED ARE CONTRACTOR'S ONLY REMEDIES FOR THE CITY'S TERMINATION FOR CONVENIENCE, WHICH DOES NOT CONSTITUTE A DEFAULT OR BREACH OF THIS AGREEMENT. CONTRACTOR WAIVES ANY CLAIM (OTHER THAN ITS CLAIM FOR PAYMENT AS SPECIFIED IN THIS SECTION), IT MAY HAVE NOW OR IN THE FUTURE FOR FINANCIAL LOSSES OR OTHER DAMAGES RESULTING FROM THE CITY'S TERMINATION FOR CONVENIENCE.

4.0 Termination for Cause by City

4.1 If Contractor defaults under this Agreement, the Director may either terminate this Agreement or allow Contractor to cure the default as provided below. The City's right to terminate this Agreement for Contractor's default is cumulative of all rights and remedies which exist now or in the future. Default by Contractor occurs if:

4.1.1 Contractor fails to perform any of its duties under this Agreement; 4.1.2 Contractor becomes insolvent;

4.1.3 all or a substantial part of Contractor’s assets are assigned for the benefit of its creditors; or

4.1.4 a receiver or trustee is appointed for Contractor. 4.2 If a default occurs, the Director may, but is not obligated to, deliver a written notice to

Contractor describing the default and the termination date. The Director, at his or her sole option, may extend the termination date to a later date. If the Director allows Contractor to cure the default and Contractor does so to the Director’s satisfaction before the termination date, then the termination is ineffective. If Contractor does not cure the default before the termination date, then the Director may terminate this Agreement on the termination date, at no further obligation of the City.

4.3 To effect final termination, the Director must notify Contractor in writing. After

receiving the notice, Contractor shall, unless the notice directs otherwise, immediately discontinue all services under this Agreement, and promptly cancel all orders or subcontracts chargeable to this Agreement.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

35

4.4 If, after termination for failure to fulfill contract obligations, it is determined that Contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the City. In such event, Contractor shall be paid in accordance with the provisions of Section ________ of the Agreement.

5.0 Termination for Cause by Contractor

5.1 Contractor may terminate its performance under this Agreement only if the City defaults and fails to cure the default after receiving written notice of it. Default by the City occurs if the City fails to perform one or more of its material duties under this Agreement. If a default occurs and Contractor wishes to terminate the Agreement, then Contractor must deliver a written notice to the Director describing the default and the proposed termination date. The date must be at least 30 days after the Director receives the notice. Contractor, at its sole option, may extend the proposed termination date to a later date. If the City cures the default before the proposed termination date, then the proposed termination is ineffective. If the City does not cure the default before the proposed termination date, then Contractor may terminate its performance under this Agreement on the termination date.

VI. MISCELLANEOUS 1.0 Independent Contractor

1.1 Contractor is an independent contractor and shall perform the services provided for in this Agreement in that capacity. The City has no control or supervisory powers over the manner or method of Contractors' performance under this Agreement. All personnel Contractor uses or provides are its employees or subcontractors and not the City's employees, agents, or subcontractors for any purpose whatsoever. Contractor is solely responsible for the compensation of its personnel, including but not limited to: the withholding of income, social security, and other payroll taxes and all worker's compensation benefits coverage.

2.0 Force Majeure

2.1 Timely performance by both parties is essential to this Agreement. However, neither party is liable for reasonable delays in performing its obligations under this Agreement to the extent the delay is caused by Force Majeure that directly impacts the City or Contractor. The event of Force Majeure may permit a reasonable delay in performance but does not excuse a party's obligations to complete performance under this Agreement. Force Majeure means: fires, interruption of utility services, epidemics in the City, floods, hurricanes, tornadoes, ice storms and other natural disasters, explosions, war, terrorist acts against the City or Contractor, riots, strikes, court orders, and the acts of superior governmental or military authority, and which the affected party is unable to prevent by the exercise of reasonable diligence. The term does not include any changes in general economic conditions such as inflation, interest rates, economic downturn or other factors of general application; or an event that merely makes performance more difficult, expensive or impractical. Force Majeure does not entitle Contractor to extra Reimbursable Expenses or payment.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

36

2.2 This relief is not applicable unless the affected party does the following: 2.2.1 uses due diligence to remove the effects of the Force Majeure as quickly as

possible and to continue performance notwithstanding the Force Majeure; and 2.2.2 provides the other party with prompt written notice of the cause and its

anticipated effect. 2.3 The Director will review claims that a Force Majeure that directly impacts the City or

Contractor has occurred and render a written decision within 14 days. The decision of the Director is final.

2.4 The City may perform contract functions itself or contract them out during periods of

Force Majeure. Such performance is not a default or breach of this Agreement by the City.

2.5 If the Force Majeure continues for more than 14 days from the date performance is

affected, the Director may terminate this Agreement by giving 7 days' written notice to Contractor. This termination is not a default or breach of this Agreement. CONTRACTOR WAIVES ANY CLAIM IT MAY HAVE FOR FINANCIAL LOSSES OR OTHER DAMAGES RESULTING FROM THE TERMINATION EXCEPT FOR AMOUNTS DUE UNDER THE AGREEMENT UP TO THE TIME THE WORK IS HALTED DUE TO FORCE MAJEURE.

3.0 Severability

3.1 If any part of this Agreement is for any reason found to be unenforceable, all other parts remain enforceable unless the result materially prejudices either party.

4.0 Entire Agreement

4.1 This Agreement merges the prior negotiations and understandings of the Parties and embodies the entire agreement of the Parties. No other agreements, assurances, conditions, covenants (express or implied), or other terms of any kind, exist between the Parties regarding this Agreement.

5.0 Written Amendment

5.1 Unless otherwise specified elsewhere in this Agreement, this Agreement may be amended only by written instrument executed on behalf of the City (by authority of an ordinance adopted by the City Council) and Contractor. The Director is only authorized to perform the functions specifically delegated to him or her in this Agreement.

6.0 Applicable Laws

6.1 This Agreement is subject to the laws of the State of Texas, the City Charter and Ordinances, the laws of the federal government of the United States, and all rules and regulations of any regulatory body or officer having jurisdiction.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

37

6.2 Venue for any litigation relating to this Agreement is Harris County, Texas. 7.0 Notices

7.1 All notices to either party to the Agreement must be in writing and must be delivered by hand, facsimile, United States registered or certified mail, return receipt requested, United States Express Mail, Federal Express, Airborne Express, UPS or any other national overnight express delivery service. The notice must be addressed to the party to whom the notice is given at its address set out in Section I of this Agreement or other address the receiving party has designated previously by proper notice to the sending party. Postage or delivery charges must be paid by the party giving the notice.

8.0 Captions

8.1 Captions contained in this Agreement are for reference only, and, therefore, have no effect in construing this Agreement. The captions are not restrictive of the subject matter of any section in this Agreement.

9.0 Non-Waiver

9.1 If either party fails to require the other to perform a term of this Agreement, that failure does not prevent the party from later enforcing that term and all other terms. If either party waives the other's breach of a term, that waiver does not waive a later breach of this Agreement.

9.2 An approval by the Director, or by any other employee or agent of the City, of any

part of Contractor's performance does not waive compliance with this Agreement or establish a standard of performance other than that required by this Agreement and by law. The Director is not authorized to vary the terms of this Agreement.

10.0 Inspections and Audits

10.1 City representatives may perform, or have performed, (1) audits of Contractor's books and records, and (2) inspections of all places where work is undertaken in connection with this Agreement. Contractor shall keep its books and records available for this purpose for at least ______ years after this Agreement terminates. This provision does not affect the applicable statute of limitations.

11.0 Enforcement

11.1 The City Attorney or his or her designee may enforce all legal rights and obligations under this Agreement without further authorization. Contractor shall provide to the City Attorney all documents and records that the City Attorney requests to assist in determining Contractor's compliance with this Agreement, with the exception of those documents made confidential by federal or State law or regulation.

12.0 Ambiguities

12.1 If any term of this Agreement is ambiguous, it shall not be construed for or against any party on the basis that the party did or did not write it.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

38

13.0 Survival

13.1 Contractor shall remain obligated to the City under all clauses of this Agreement that expressly or by their nature extend beyond the expiration or termination of this Agreement, including but not limited to, the indemnity provisions.

14.0 Publicity

14.1 Contractor shall make no announcement or release of information concerning this Agreement unless the release has been submitted to and approved, in writing, by the Director.

15.0 Parties In Interest

15.1 This Agreement does not bestow any rights upon any third party, but binds and benefits the City and Contractor only.

16.0 Successors and Assigns

16.1 This Agreement binds and benefits the Parties and their legal successors and permitted assigns; however, this provision does not alter the restrictions on assignment and disposal of assets set out in the following paragraph. This Agreement does not create any personal liability on the part of any officer or agent of the City.

17.0 Business Structure and Assignments

17.1 Contractor shall not assign this Agreement at law or otherwise or dispose of all or substantially all of its assets without the Director’s prior written consent. Nothing in this clause, however, prevents the assignment of accounts receivable or the creation of a security interest under Section 9.406 of the Texas Business & Commerce Code. In the case of such an assignment, Contractor shall immediately furnish the City with proof of the assignment and the name, telephone number, and address of the Assignee and a clear identification of the fees to be paid to the Assignee.

17.2 Contractor shall not delegate any portion of its performance under this Agreement

without the Director’s written consent. 18.0 Dispute Resolution

18.1 For purposes of this Section "Project Administrator" means the person the Director designates to monitor the progress of all Parties’ performance under this Agreement.

18.2 Except as may otherwise be provided by law, a dispute that (1) does not involve a

question of law; (2) arises during the performance of this Agreement; and (3) is not resolved between the Project Administrator and Contractor must be handled as described below:

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

39

18.2.1 The Project Administrator shall put its decision in writing and mail or otherwise furnish Contractor with a copy. Contractor may abide by the decision or may appeal the decision to the Director.

18.2.2 If Contractor desires to appeal a decision of the Project Administrator,

Contractor must submit a written appeal to the Director. Contractor must file its written appeal within 7 working days following receipt of the Project Administrator's original decision. The Director shall provide Contractor with a written response to the appeal within 14 working days following its receipt. The decision of the Director is final.

19.0 Remedies Cumulative

19.1 Unless otherwise specified elsewhere in this Agreement, the rights and remedies

contained in this Agreement are not exclusive, but are cumulative of all rights and remedies which exist now or in the future. Neither party may terminate its duties under this Agreement except in accordance with its provisions.

20.0 Contractor Debt

20.1 IF CONTRACTOR, AT ANY TIME DURING THE TERM OF THIS AGREEMENT,

INCURS A DEBT, AS THE WORD IS DEFINED IN SECTION 15-122 OF THE HOUSTON CITY CODE OF ORDINANCES, IT SHALL IMMEDIATELY NOTIFY THE CITY CONTROLLER IN WRITING. IF THE CITY CONTROLLER BECOMES AWARE THAT CONTRACTOR HAS INCURRED A DEBT, HE SHALL IMMEDIATELY NOTIFY CONTRACTOR IN WRITING. IF CONTRACTOR DOES NOT PAY THE DEBT WITHIN 30 DAYS OF EITHER SUCH NOTIFICATION, THE CITY CONTROLLER MAY DEDUCT FUNDS IN AN AMOUNT EQUAL TO THE DEBT FOR ANY PAYMENTS OWED TO CONTRACTOR UNDER THIS AGREEMENT, AND CONTRACTOR WAIVES ANY RECOURSE THEREFOR. CONTRACTOR SHALL FILE A NEW AFFIDAVIT OF OWNERSHIP, USING THE FORM DESIGNATED BY CITY, BETWEEN FEBRUARY 1 AND MARCH 1 OF EVERY YEAR DURING THE TERM OF THIS AGREEMENT.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

40

EXHIBIT "A" PERFORMANCE/WORK STATEMENT

TABLE OF CONTENTS SCOPE OF WORK

SECTION 1 GENERAL SCOPE OF SERVICES .................................................................................................................. 31

SECTION 2 DUTIES OF HAS ............................................................................................................................................... 36

SECTION 3 DUTIES OF CONTRACTOR ............................................................................................................................ 37

SUBSECTION 3A-PREVENTIVE & REMEDIAL MAINTENANCE REQUIREMENTS ......................................................... 37

SUBSECTION 3B COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM (CMMS) ............................................... 40

SUBSECTION 3C HAZARDOUS MATERIAL/CHEMICAL USE .......................................................................................... 42

SUBSECTION 3D FUEL MANAGEMENT SYSTEM ............................................................................................................ 43

SUBSECTION 3E QUALITY CONTROL PROGRAM........................................................................................................... 44

SUBSECTION 3F MAINTENANCE/CONTROL OF FACILITIES ......................................................................................... 44

SUBSECTION 3G CONTRACTOR-PROVIDED MAINTENANCE EQUIPMENT/TOOLS ................................................... 45

SECTION 4 REQUEST FOR OTHER WORK/SERVICES ................................................................................................... 45

SECTION 5 VEHICLE OUT-OF-COMMISSION (VOC) ........................................................................................................ 46

SECTION 6 PREVENTIVE MAINTENANCE SCHEDULE ................................................................................................... 50

SECTION 7 ADDITIONS & DELETIONS .............................................................................................................................. 51

SECTION 8 WARRANTY OF SERVICES ............................................................................................................................ 51

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

41

SECTION 1

GENERAL SCOPE OF SERVICES

1.0 SCOPE GENERAL

1.1 SERVICES IN GENERAL

Contractor shall provide complete maintenance services, i.e. all labor, materials, parts, equipment, tools, instruments, expendable items, supplies, reports, transportation, insurance, subcontracts, bonds, incidentals and supervision necessary to perform Preventive Maintenance, Remedial Maintenance and all such related services as may be required to maintain vehicles and equipment as identified in Exhibit “L,” modified by Exhibit “N,” at the Houston Airport System (HAS).

1.2 BASIC SERVICES (PM)

Basic Services (PM) shall be preformed per PM schedule as shown in Section 6.1 and as described by OEM maintenance standards. Contractor shall provide the following, but are not limited to, all management, supervision, labor, parts, materials, equipment, diagnostics, repairs, mobile services (refueling), lubricants, coolants, consumables, tools, instruments, reports, transportation, and incidentals. In addition, all such other related services and such other associated electrical, mechanical, pneumatic, hydraulic services for vehicles and equipment, including appurtenances, as described in 3A.0. ALL VEHICLES/EQUIPMENT CONSIDERED ESSENTIAL SHALL RECEIVE A PM EVERY 30 DAYS. All generators considered essential equipment shall receive an inspection and running check every week, and PM once a month. Contractor shall keep all equipment described in the Agreement in a Safe Operating Condition. Maintenance services shall be performed in accordance with approved OEM maintenance procedures, codes for severe service, and acceptable fleet maintenance practices in order to maintain vehicles in Safe Operating Condition and to ensure the continuity of effective and economical operation of the City vehicles and equipment, with a 99% In-Service-Rate (ISR) per class code per airport, throughout the Term of the Agreement. Basic Services (PM) also includes the removal and replacement of attachments to equipment such as trailers, mowers, etc., and consumable parts including, without limitation, brushes and replacement part brooms on sweepers, concrete saw blades, cable and mower blades. Contractor’s sole payment for Basic Services shall be a flat monthly fee per unit as specified in the Fee Schedule.

1.2.1 Contractor shall warrant that all parts, supplies, equipment and tools provided will be new and free from defects. All services must be performed in accordance with acceptable Fleet Management Practices in a thorough, workmanlike manner.

1.2.2 Equipment/vehicles that are unavailable to HAS for immediate use are considered to be out-of-service (VOC).

1.2.3 Contractor shall perform Basic Services (PM) with its on-site staff to include the personnel classifications, staffing program, other unassigned Contractor personnel, and sub-contractor or vendor services required to provide complete Maintenance Services.

1.3 REMEDIAL WORK (RM)

1.3.1 HAS will compensate Contractor for the cost of RM through the OSR process; except when caused by contractor’s failure to provide services as described in this contract or OEM requirements.

1.4 OTHER WORK/SERVICES

1.4.1 Within the general scope of work, Other Work/Services may be required to meet conditions and/or services not covered under Basic Services (PM). Other Work/Services shall be performed as detailed in Section 4. With the exception of on-site emergency services where the requests will be verbal and immediately followed in writing, all requests for Other Work/Services shall be in writing, signed by the Director, and forwarded to Contractor. The types of Other Work/Services that may be requested are included in Section 4.0.

1.5 STAFFING

1.5.1 Contractor shall be responsible for providing an appropriate number of on-site skilled employees to operate the fleet maintenance shop, provide and install Computerized

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

42

Maintenance/Management System (CMMS) and on going support for same, provide administrative tasks, and complete maintenance services for all equipments and equipment covered under this Agreement, as identified in Exhibit “L” and as modified by Exhibit “N.”

1.6 PROJECT MANAGER

1.6.1 Contractor shall provide a Project Manager who shall work on-site at the (IAH) shop. The Project Manager’s regular hours will be 8:00 a.m. - 5:00 p.m. Monday through Friday. The Project Manager shall have a minimum of 5 years directly related project management experience in a contract of similar size and scope. Project Manager shall be approved by HAS. The Project Manager’s experience and qualifications will be evaluated by the Director, before approval.

1.6.2 The Project Manager shall serve as the main point of contact with HAS. If the Project Manager is to be off-site, the Director must be notified in writing and an acting Project Manager identified and approved by the Director. The acting Project Manager shall have full authority representing Contractor.

1.6.3 Project Manager shall attend performance meetings with HAS and report on the status of the services. The Project Manager shall prepare a typed meeting agenda covering the topics to be discussed and prepare minutes of the meetings in a form satisfactory to the Director. The Project Manager shall issue copies of the minutes to all attendees within 3 business days following each meeting.

1.6.4 The Project Manager shall not be reassigned without prior approval of the Director. Such approval will not be unreasonably withheld so long as the replacement project manager is equally experienced, and skilled in a like position in a contract of similar size and scope.

1.7 SHOP PERSONNEL

1.7.1 Maintenance Facility shops at IAH, HOU, and EFD shall be staffed with a shop foreman, who may be a working Supervisor. Shop foreman shall have a minimum of 2 years experience as a shop foreman, or supervisor in an automotive shop, and 4 years as a qualified automotive mechanic.

1.7.2 All mechanics shall be qualified, with a minimum of 3 years experience working on related equipment.

1.7.3 A qualified mechanic shall supervise mechanic helpers.

1.8 INCREASE IN PERSONNEL

1.8.1 Contractor shall at all times provide an adequate number of on-site personnel. Should the Director determine that Contractor is not meeting its responsibilities due to the insufficient number and/or specific job skills of on-site personnel, the Director may request Contractor to increase the number and/or specific job skills of on-site personnel in order to meet all obligations specified hereunder, at no additional cost to HAS. Upon written notification from the Director, Contractor shall be given two calendar days to assess problems and one additional day to formulate a resolution of the problem. Subsequently, if the Director determines that Contractor’s responsibilities can only be met with additional on-site staff, Contractor shall provide such staff at no additional cost to HAS. Contractor's personnel shall work additional hours as required to meet Contractor’s obligations at Contractor's expense.

1.9 SHOP HOURS OF OPERATION

1.9.1 Contractor shall operate a Maintenance Shop at each Airport that must be fully staffed with on-site personnel. Shop hours are as follows:

1.9.2 IAH: 6:00 a.m. - 10:00 p.m. Mon. thru Fri.

6:00 a.m. - 2:00 p.m. Sat.

1.9.3 HOU: 6:00 a.m. - 10:00 p.m. Mon. thru Fri.

1.9.4 EFD: 6:00 a.m. - 3:00 p.m. Mon. thru Fri.

1.9.5 Contractor may work at the shops outside the normal shop hours to complete Preventive Maintenance Services as required, at no additional cost to HAS. VOC and In-Service Rate do not compute between the hours of 10:00 p.m. and 6:00 a.m.

1.9.6 Sufficient staffing must be available for recall to the shop to meet Airport requirements. Work force for recall must be provided within a 1-hour response time.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

43

1.9.7 If the recall is to complete Contractor’s normal Basic Services responsibility, no compensation will be provided. If the recall is for Other Work/Services, compensation will be in accordance with Section 4.0. No compensation will be given for travel time.

1.10 TRAINING OF PERSONNEL

1.10.1 Contractor shall provide, at its sole expense, all training for its personnel as appropriate for the services to be provided. Training shall include the maintenance and repair procedures for equipment, record keeping procedures, procurement procedures, fuel management system operation and maintenance, oil sampling, and operation and maintenance of the CMMS.

1.11 FLEET/VEHICLE AND EQUIPMENT CONDITION AT EXPIRATION

1.11.1 Expiration of the Agreement means the end of the Agreement Term or termination for cause or for convenience of City. Prior to expiration, Contractor shall perform all scheduled PM work on all vehicles and equipment up to the then current date in accordance with approved PM schedules.

1.11.2 Sixty days before expiration of the Term of the Agreement, Contractor shall provide the Director with a complete report on the condition of all vehicles and equipment, including inspection and test reports and statements signed by an authorized representative of Contractor detailing the condition and maintenance of vehicles and equipment. Should termination occur, Contractor shall provide such reports and inspections as directed by the Director.

1.11.3 The Director may inspect or cause to be inspected all work and to advise Contractor of any discrepancies. Contractor shall correct any discrepancies as directed by the Director and shall advise the Director in writing upon completion of all work. Should Contractor fail to perform or complete any required work, HAS shall have such work performed at Contractor’s expense.

1.12 PHASE-IN SERVICES

1.12.1 Contractor shall be given up to 30 days Phase-In period to accomplish a smooth and successful transition of services. Contractor's Phase-In period begins upon receipt of a Phase-In Notice from the Director. On the Phase-In start date, Contractor shall provide on-site, at a minimum, all key personnel at IAH, HOU and EFD. Contractor shall familiarize itself with the total fleet operations and requirements of HAS. Contractor will not be paid for Phase-In Services. Contractor shall not be responsible for providing maintenance services during the Phase-In period.

1.13 PHASE-OUT SERVICES

1.13.1 Contractor is advised that the services provided under this Agreement are vital to HAS’ providing a safe and efficient Airport environment; that continuity thereof must be maintained at a consistently high level without interruption; that upon termination of the Agreement, a successor may continue these services; that its successor contractor will receive phase-in orientation by Contractor; and that Contractor must cooperate in order to effect an orderly and efficient transition. Accordingly, Contractor shall provide Phase-Out services for up to 30 days before expiration of the Agreement to the successor contractor at no additional charge to HAS. Phase-out orientation comprises a maximum of 30 working days, 8 hours per day. Orientation shall include work procedures, record keeping, and reports. Contractor shall be responsible for providing the services called for by the Agreement during its Phase-out period.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

44

1.14 FLEET/VEHICLE AND EQUIPMENT PM SCHEDULE PER CLASS

Class Description PM Type

1 Sedan, Minivan Ex.I.1.1

2 Truck, Pickup, SUV, Van, to 1/2 Ton Ex.I.1.2

3 Truck, SUV, Van, 3/4 to 2 Ton Ex.I.1.2

4 Truck ≥2 Ton Ex.I.1.2

5 Bus, Van ≥ 2 Ton Ex.I.1.2

6 Striper, Truck Mounted, >1 Ton Chassis Ex.I.1.3

7 Striper, Ride On, ≤ 1 Ton Chassis Ex.I.1.3

8 Striper, Walk Behind Ex.I.1.3

9 Sweeper ≥5 cu. yd. Ex.I.1.4

10 Sweepers >2<5 cu. Yd.; Scrubber, Rider, Power >50 HP; Milling Machine, Asphalt

Ex.I.1.4

11 Sweeper, Rider, < 2 cu.yd.; Ride-on Scrubber < 50 HP or Electric; Deicer Sprayer, Runway

Ex.I.1.4

12 Sweeper, Scrubber Walk Behind Ex.I.1.4

13 Utility Vehicle/Shuttle Cart/Truckster Ex.I.1.5

14 Tractor ≤69 HP Ex.I.1.6

15 Tractor ≥70-≤100 HP Ex.I.1.6

16 Tractor >100 HP Ex.I.1.6

17 Tractor 70-115 HP, with Triple-Gang Flail, Boom Mower Ex.I.1.6

18 Mower, Non-powered Ex.I.1.14

19 Mower, Riding/Power Broom Ex.I.1.16

20 Ground Equipment Attachments Non-powered, Seeder, Thatcher, Hopper Spreader

Ex.I.1.7

21 Earth Moving Equipment Including: Backhoe; Front-End Loader; Gradall; Maintainer; Articulated Loader; Excavator Crawler

Ex.I.1.8

22 Excavator Crawler, Mini, Ditch Witch; Roller Compactor, Asphalt Ex.I.1.9

23 Forklift <5500 lbs. Capacity Ex.I.1.10

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

45

Class Description PM Type

24 Forklift >5500 lbs. Capacity Ex.I.1.10

25 Aerial Device, Boomlift, Scissorlift Ex.I.1.11

26 Aerial Device, Truck Mounted Ex.I.1.11

27 Generator Stationary ≤ 99 KVA Ex.I.1.12

28 Generator Stationary >99 KVA Ex.I.1.12

29 Pavement Breaker with Trailer Ex.I.1.17

30 Concrete Saw; Cement Mixer Ex.I.1.15

31 Detour Sign; Light Sets Ex.I.1.13

32 Air Compressors Ex.I.1.13

33 Hydromulcher Ex.I.1.13

34 Agricultural Sprayer; Pressure Washer, Trailer Mounted Ex.I.1.13

35 Trailer Ex.I.1.17

36 Bulldozer ≤139 HP Ex.I.1.18

37 Bulldozer ≥140HP Ex.I.1.18

38 Wash Facility, Automated Vehicle Ex.I.1.19

39 Wash Facility, Wand-Type Ex.I.1.19

40 Intentionally Left Blank

41 Asphalt Recycler Ex.I.1.20

42 Pumps, Trash, Vacuum, Sewer Cleaner, Trailer Mounted Ex.I.1.21

43 Police vehicles (Sedan) Ex.I.1.1

44 Police vehicles (SUV) Ex.I.1.2

1.15 MOBILE MAINTENANCE

1.15.1 Contractor shall provide mobile scheduled and unscheduled maintenance for vehicles and equipment that are disabled, and for vehicles and equipment that because of design or immobility, cannot be economically delivered to the maintenance shops. Contractor’s mobile maintenance shall include complete maintenance and repair; lubrication; tire change, repair, and replacement; and vehicle fueling. Mobile maintenance vehicles shall be equipped with all accessories, tools, and attachments to provide the necessary mobile maintenance service.

1.15.2 Contractor shall furnish 1 mobile field service unit at IAH and 1 mobile field service unit at HOU, each equipped with lubricant dispensers and fueling equipment with the capacity of handling at least 100 gallons each of diesel fuel and unleaded gasoline.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

46

1.16 INCLUSIONS/EXCLUSIONS/TRANSFERS

1.16.1 From time to time throughout the Term of the Agreement, the Director may, by written notice to Contractor, increase and/or decrease, and transfer the number of vehicles and/or equipment covered by the Agreement (per Exhibit N). Contractor’s sole compensation for such adjustment will be the monthly unit cost per the Fee Schedule. Contractor shall maintain a current Fleet Inventory, Exhibit “L,” as adjusted by inclusions/exclusions/transfers. Pre-inclusion inspections shall be performed at HAS Facility.

1.17 SHOP MANUALS

1.17.1 At the start date of the Agreement, the Director will provide Contractor with its inventory of shop manuals (this may not be all inclusive). Notwithstanding this, Contractor shall be responsible for obtaining all maintenance manuals, shop manuals, and technical service bulletins for all fleet/vehicles and equipment. Upon termination or expiration of Agreement, Contractor shall return to the Director shop manuals provided by HAS.

1.18 SECURITY AND BADGING

1.18.1 Contractor shall comply with all applicable Federal rules governing security at the Airport, as may be amended from time to time.

1.18.2 All on-site personnel of Contractor, including subcontractors are required to undergo a fingerprint-

based criminal history records check.

1.18.3 The cost of badges, which is subject to change, is currently $45.00 each at IAH/HOU and $6.00 each at EFD. Costs for the fingerprint-based criminal history records check are reflected in the cost of the badges. Contractor is responsible for the cost of badges, including replacements thereof. Contractor personnel losing badges will be charged for replacement badges at the then current rate.

1.18.4 Contractor acknowledges that fines or penalties associated with non-compliance with security

regulations must be reimbursed to HAS.

SECTION 2

DUTIES OF HAS 2.0 GENERAL - HAS will provide Contractor with maintenance facilities and shop equipment at IAH, HOU, and EFD

as follows. Contractor must provide all other equipment required to perform the services under this Agreement at its sole expense. 2.1 EXISTING MAINTENANCE FACILITIES

2.1.1 At the Agreement start date, HAS will provide facilities as shown in Exhibit "K," as follows:

2.1.1.1 George Bush Intercontinental Airport /Houston (IAH)

1. Vehicle Maintenance Shop - 18845 Colonel Fischer Drive

2 Maintenance Facility - 5051 Wright Road

2.1.1.2 William P. Hobby Airport (HOU)

1. Vehicle Maintenance Shop- 9014 Randolph Street

2.1.1.3 Ellington Airport (EFD)

1. Vehicle Maintenance Shop - 6100 Farley Road

2.1.1.4 Vehicle Wash Facilities (IAH, HOU, and EFD)

1. IAH - (3) Three vehicle wash bays w/vacuum cleaning station - 4500 Will Clayton Pkwy at the Airport Services Complex (ASC)

2. HOU - (1) One vehicle wash bay w/vacuum cleaning station- 9014 Randolph Street

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

47

3. EFD - (1) One vehicle wash bay w/ vacuum cleaning station - 6100 Farley Road

2.1.2 The shop facilities and HAS provided shop equipment remain the property of HAS, and shall be used only for performing services related to this Agreement.

2.2 HAS-PROVIDED MAINTENANCE FACILITY SERVICES

2.2.1 Utilities – HAS will furnish gas, electricity, water, sewage and garbage hauling services. Any additional requirements must be at Contractor's expense.

2.2.2 Postal Distribution - HAS will provide internal Department mail service.

2.2.3 Real Property Maintenance -HAS will provide normal maintenance and repair of real property facilities. Contractor shall be responsible for interior housekeeping and janitorial maintenance. HAS will provide mowing. Contractor shall be responsible for all damages to property caused by carelessness or neglect.

2.2.4 Insect and Rodent Control –HAS shall provide Pest Control services.

2.3 HAS-PROVIDED SHOP-TYPE MAINTENANCE EQUIPMENT

2.3.1 HAS will provide Contractor with certain HAS-owned “shop-type” equipment per Exhibit “M,” in accordance with Section 2.2 above. During the Phase-In period, Contractor and HAS shall conduct a joint inventory of such equipment.

2.3.2 Contractor shall maintain and repair such equipment including, cleaning, certification, adjusting,

lubricating, tightening nuts and bolts, performing PM actions recommended by the equipment manufacturer, repairing inoperable equipment, replacing components, parts, filters, handles, hinges, belts, bearings, switches, and normal wear items. Contractor shall administer warranties on such equipment on behalf of HAS.

2.3.3 Contractor shall be liable for loss and/or damage of such equipment beyond reasonable wear and

tear. The amount due HAS in case of loss or damage shall be calculated in accordance with Exhibit “M.”

2.4 HAS RADIO COMMUNICATION REQUIREMENTS

2.4.1 HAS will provide Contractor with handheld radios with batteries and chargers for Contractor’s use on this contract. The radios will be programmed to transmit and receive on Harris County trunked frequencies. Upon cancellation or termination of the Agreement, Contractor shall return all radios provided to HAS.

2.4.1.1 Contractor shall operate the radios within protocols established by HAS and FAA. 2.4.1.2 Contractor shall be assessed a one time service credit in the amount of $10.00 each, for

initial programming for each radio. 2.4.1.3 Contractor will be assessed a monthly service credit in the amount of $10.00 each, for

maintenance of each radio. Contractor shall return radios requiring maintenance to HAS. 2.4.1.4 Contractor shall pay for time and materials to repair any damaged radio(s) and full

replacement costs for any radio(s) that are lost. 2.4.1.5 Upon termination of the Agreement, the radios remain the property of HAS.

SECTION 3

DUTIES OF CONTRACTOR

SUBSECTION 3A- PREVENTIVE & REMEDIAL MAINTENANCE REQUIREMENTS

3A.0 PREVENTIVE MAINTENANCE – GENERAL

3A.1 As a part of Basic Services, Contractor shall provide all labor, materials, equipment, parts, supplies, services, etc. required to perform Preventive Maintenance (PM) and Remedial Maintenance (RM) to maintain a 99% In-Service Rate for all equipments. The 99% in-service rate is measured monthly per class code, by airport.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

48

3A.2 Included in PM are: all parts and labor to prolong the useful life of a vehicle or piece of equipment and to prevent premature failure to engines, components, and parts; adjustments, tightening of nuts and bolts, checks (filter, fluids, etc.), expendables such as bulbs, flashers, fuses, wiper blades, hoses, belts, etc.; repairs such as brakes, shocks, struts, front-end alignments, tire balancing, and exhaust system. PM includes tire service and replacement, battery replacement, safety inspections, mobile maintenance, winterization, oil analysis, and vehicle wash services.

3A.3 Maintenance services shall be performed in accordance with approved OEM maintenance procedures,

codes for severe service, and acceptable fleet maintenance practices to ensure the continuity of effective and economical operation of the City vehicles and equipment. Maintenance shall include regular inspections, servicing, detection, and correction of potential failures. Contractor shall deliver written weekly schedules of planned PMs to HAS one week in advance of schedule.

3A.4 Contractor shall prepare a written maintenance program for seasonal equipment to ensure such equipment is fully serviceable at the beginning of the working season. Contractor shall be required to provide monthly inspections and periodic servicing during storage in non-use periods to ensure equipment does not deteriorate.

3A.5 Contractor shall perform winterization on vehicles and equipment as may be required. Winterization includes, but is not limited to, coolant system check (pressure and antifreeze solution), electrical system check (battery electrolyte level and terminals) and heating/air conditioning. Contractor shall be liable for any damage to vehicles due to improper winterization or failure to winterize.

3A.6 Contractor shall implement and perform an oil analysis program and provide documentation via lab tests with each vehicle history file for all units over 24,000 GVWR and all generators above 99 KW every 6 months. Tests shall include, but are not limited to, wear metal analysis, identifying the presence of wear metals in the oil, and specific metals/alloys; contaminants checks, water, antifreeze, and fuel; test chemical products formed through wear, anti-wear, and extreme temperature additives, and anti-oxidant additives present in the oil. HAS will use the oil analysis program to monitor effectiveness of Contractor’s maintenance program.

3A.7 At each PM, Contractor will check vehicle’s mileage against readings from fuel system and make corrections, as required.

3A.8 Contractor shall maintain and document a lubricant management system that:

3A.8.1 Document that equipment contains correct lubricants and that lubricants are physically and chemically fit for service.

3A.8.2 Document contamination levels of lubricants and ensure contamination levels are within tolerable limits.

3A.8.3 Document evidence of wear in advance of observable operational deterioration; Contractor shall use such data to diagnose problems and deploy root cause control measures to prevent failures.

3A.9 Contractor shall use a commercial laboratory approved by the Director that follows ASTM test methods.

3A.10 Contractor shall provide vehicle wash services to include all labor and materials for washing and cleaning certain vehicles comprised of class codes 1, 2, and 3 on a weekly basis, approximately 40 at IAH, 20 at HOU, and 5 at EFD. As part of vehicle washing services:

3A.10.1 Contractor shall wash all exterior surfaces of vehicle, including body panels, wheel wells, tires, wheels, wheel covers, glass (including headlamps, mirrors, and windows), bumpers, and trim, etc.

3A.10.2 Contractor shall apply proper tire dressing to tires.

3A.10.3 Contractor shall vacuum vehicle interiors including upholstery, floor coverings, and mats; clean interior surfaces of windows and rear view mirror; remove dust and soil from all interior surfaces, instrument panel, door panels, steering column and steering wheel; apply a UV protection to vinyl surfaces.

3A.10.4 Contractor shall clean cargo areas/trunks.

3A.10.5 HAS will schedule vehicle wash service, and Contractor shall pickup/deliver vehicles to applicable locations.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

49

3A.10.6 Contractor shall be responsible for all maintenance supplies, soap, and replacement parts for all automatic and manual vehicle/equipment wash bays, including sludge tanks, as part of Basic Services.

3A.11 Contractor shall provide vehicle detailing and hand-waxing services on an as-requested basis as part of Other Work/Services.

3A.12 OPERATIONS ESSENTIAL VEHICLES/EQUIPMENT

3A.12.1 “Operations Essential” Equipment shall receive a monthly PM. Vehicles and equipment designated as "Operations-Essential" may be required for service when a vehicle is undergoing repair. If Contractor cannot make the unit available to HAS, Contractor shall provide the HAS vehicles or equipment to meet the Operations-Essential requirements at no cost to HAS. Contractor shall provide for the pickup, delivery, and return of replacement units when required. Contractor shall provide documentation of expenses on a monthly basis. VOC hours for Operations Essential vehicles and equipment will be multiplied by 2.

3A.12.2 Surcharge for Ops-Essential vehicles per each class shall be applied as shown in the Fee Schedule. The surcharge for Ops-Essential vehicles allows the Contractor to recover the added cost for maintaining these vehicles.

3A.13 REPAIR PARTS

3A.13.1 As part of Basic Services, Contractor shall provide all parts necessary to perform the Maintenance Services. Contractor shall consider stocking fast moving parts versus obtaining parts out of town (not available within Houston/Galveston Region) to avoid VOC. Contractor shall provide parts that meet or exceed OEM specifications for replacement parts. Rebuilt parts may be used only if they meet or exceed the specification requirements of the original OEM. Used parts may be used only on an exception basis, with advance written approval of HAS. Contractor shall be able to fabricate hoses and have other parts fabricated when required (weld, cut, lathe work, etc.).

3A.13.2 Contractor shall dispose of defective parts and materials that are removed from HAS

vehicles/equipment at its expense as part of Basic Services. 3A.14 TIRES

3A.14.1 As part of Basic Services, Contractor shall repair, replace, install tires, and valve stems for all vehicles and equipment specified in Exhibit "L," as may be amended by Exhibit "N." Tire service shall include roadside and field service.

3A.14.2 Tires - All tires provided must be new, first-line premium tires from Goodyear, General, Firestone,

Michelin, or equivalent. Contractor shall not mix tire brands (manufacturer) or types on vehicles/equipment. All replacement tires must match original tire sizes, tread types, load ratings, speed ratings, and, in the case of passenger vehicle applications, must be of equal Tire Quality Grade as established by the Department of Transportation (DOT) for tread-wear, traction, and temperature. All tires must meet applicable federal motor vehicle safety standards. Contractor shall not use recapped tires. Only new valve stems shall be used for new and repaired tires.

3A.14.3 Tire Repair - Repair of tires shall be accomplished by patching: the use of plugs is restricted to

slow moving vehicles/equipment with HAS approval. Contractor shall not use tire sealant. Contractor shall not use inner tubes in tubeless tires.

3A.14.4 Tire Installation/Inflation/Rotation/inspection - Contractor's PM program for tires must include, at a

minimum, ensuring proper inflation, tire rotation, visual inspection of sidewalls and tread wear to determine normal wear within tolerance, and/or excessive or abnormal wear requiring corrective maintenance or replacement. Contractor shall provide tire rotation at OEM recommended intervals and tire replacement when tires have reached minimum tread depths (as indicated by tread-wear indicators or as specified by the Texas Department of Public Safety) or have failed, or are otherwise unacceptable due to weathering, irregular wear patterns, ply separations, bead separations or other unacceptable conditions that affect the safety and performance of vehicles and equipment.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

50

3A.14.5 Balancing - Contractor shall provide wheel balancing on all new tires that are mounted, and on existing tires that are repaired or that require subsequent wheel balancing.

3A.14.6 Alignment - Contractor shall provide front-end alignment to include caster, camber, and toe-in

adjustment, rear-end alignment, and tandem axle alignment.

3A.14.7 Ballast - Contractor shall fill front and rear tractor tires with liquid ballast as a method of adding weight to the tractor if required. A solution of calcium chloride and water or other anti-freeze solution shall be used to give a low freezing point and provide a higher density than plain water. OEM instructions shall be followed for both filling the tire and achieving the proper mixture of water and calcium chloride/anti-freeze.

3A.15 BATTERIES

3A.15.1 Contractor shall provide battery requirements as part of the Basic Services. Batteries shall have adequate cold-cranking amps (CCA) and reserve capacity to meet the load requirements of the vehicle and/or equipment, including all accessories. The group size should correspond to the application. CCA, reserve capacity, and group size of replacement batteries must be of no less than the original equipment battery. Contractor shall provide storage racks for safe and efficient handling of batteries.

3A.16 OIL/LUBRICATION PRODUCTS

3A.16.1 Contractor shall provide oil and lubrication products as part of the Basic Services. Products shall meet the requirements established by the vehicle and/or OEM manufacturers.

3A.17 SOLVENTS, DETERGENTS

3A.17.1 Contractor shall furnish solvents and car wash detergents as part of Basic Services. Soap for the automatic car wash and manual spray/brush must clean grime, dirt, etc., from vehicle and not dull, degrade or fade paint finish, harm rubber, vinyl, chrome or metal surfaces. Products shall be non-hazardous and biodegradable.

3A.18 INSPECTION(s) and CERTIFICATIONS

3A.18.1 Contractor shall keep annual State inspection stickers current on all HAS vehicles and equipment. Contractor shall obtain any other inspections that may be required by law. Contractor shall ensure auto emissions tests are completed at government-approved testing facilities. Contractor shall bear the cost of state inspection stickers, emissions tests, and any other inspections that may be required, such as certification/testing of aerial devices/bucket trucks, as part of Basic Services.

SUBSECTION 3B - COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM (CMMS) 3B.0 GENERAL

3B.1 Contractor shall provide, install, maintain and operate a CMMS as part of Basic Services. CMMS shall be a Web enabled/internet based application, accessible via secure browser based clients. All data, except personal employee information, shall be available to HAS.

3B.2 System to provide:

3B.2.1 Redundant environment to ensure that data is not lost should the primary database fail. 3B.2.2 On call 24 hour/7-days-per-week database administration management and technical support. 3B.2.3 24-hour archiving to remote storage as a minimum 3B.2.4 Unlimited server storage capacity to allow development of a wide range of statistical analysis 3B.2.5 SAP R/3 compatibility 3B.2.6 Communication without Contractor interface

3B.2.6.1 Should Contractor have to develop an interface for Fuel System, it shall become the property of HAS

3B.3 Contractor shall operate a CMMS work control center at the Fleet Maintenance Facility. The work control

center will receive maintenance/repair calls, dispatch personnel, and generate work orders during maintenance shop hours at each airport.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

51

3B.4 Contractor shall provide all necessary hardware, application software, networking, management services, turnkey installation/implementation, training, acceptance testing, and on-going system support. Contractor shall provide at the termination of the contract all data files in Excel Format with documented file layouts on CD-ROM.

3B.5 CMMS shall employ a graphical user interface (GUI) to access information on equipment, work orders,

parts, and other system data. It shall provide on-line search functions; produce ad-hoc reports/lists of selected information and standard reports. System shall have the ability to import transactions directly from automated fueling system (PetroVend), post data to appropriate equipment records, and utilize the data for PM scheduling purposes.

3B.6 System shall include:

3B.6.1 Equipment Inventory that tracks fleet equipment and information associated with each unit, including, equipment records, history, PM, parts issued, warranties, equipment disposal.

3B.6.2 Parts Inventory that includes, inventory management, order search, records, and history. 3B.6.3 Fuel use tracking, via equipment numbers. 3B.6.4 Equipment downtime statistics. 3B.6.5 Preventive maintenance scheduling.

3B.6.6 Pre-programmed and user-definable reports. 3B.6.7 Tracking of deferred maintenance. 3B.7 MAINTENANCE REPORTS – FREQUENCY

3B.7.1 HAS requires the following preprogrammed maintenance reports to be submitted in hardcopy and

electronic format. One (1) hard copy each shall be delivered to Technical Services Division and Finance & Administration. Electronic copies shall be delivered in Excel format on CD-ROM to the Fleet Manager and Facilities Maintenance at each airport. The content and layout of the reports will be provided prior to the commencement of work. HAS has the right to change format or frequency, or generate additional reports from the CMMS during the term of the Agreement, as a part of Basic Services, at no additional cost to HAS.

No. Title Required Frequency 1 Maintenance Summary Report Monthly 2 Daily Log (Maintenance) Daily 3 Cost Accounting Report Monthly 4 Stock Inventory - Parts & Supplies Monthly 5 Non-Stock Inventory- Parts & Supplies Monthly 6 Fleet Maintenance Detail Report ASC 11 Monthly 7 Fleet Maintenance History Summary ASC 11 Monthly 8 Maintenance History Report Monthly 9 Vehicle and Equipment Master List Monthly 10 Automated Analysis Monthly 11 Maintenance Request Register Monthly 12 Work Order Master File Twice a Year

13 Workload Status Twice a Year

14 Deferred Maintenance List Monthly 15 Vehicle-Out-of-Commission VOC Daily 16 Vehicle-ln-Service Report Monthly 17 Preventive Maintenance Record Monthly 18 Monthly Fuel Transaction/Consumption Monthly 19 Monthly Tires/Batteries/Access. TBA Usage Monthly 20 Monthly Machine and Tools PMS. Monthly 21 Monthly Petroleum, Oils and Lubricants Monthly 22 Life Cycle Cost Analysis-Annual Annually 23 OSR Report Monthly

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

52

24 Preventive Maintenance Monthly 25 RM/S unscheduled Maintenance Monthly 26 Body Shop /Subcontracted Repairs Monthly 27 Ordering. and Inventory Monthly 28 Wrecker Activity Monthly 29 Small Engine Repair Monthly 30 Fuel System Monthly 31 Warranty Tracking and Reclamation Monthly 32 Mechanic Utilization/Optimization Monthly 33 Training Programs Monthly 34 Permanently, Assigned Vehicles Contractor Monthly 35 Trouble Call Report- Weekly Weekly 36 Special Historical Maintenance Data Quarterly 37 Report on inspection of Aerial Devices Annually 38 Oil Analysis Report Twice a Year 39 Inclusions/Exclusions/Transfers Report Monthly

3B.7.2 Contractor shall provide a Computerized Maintenance Management System (CMMS) that is

inclusive of all the features and capabilities outlined herein.

3B.7.3 As part of Basic Services, Contractor shall produce monthly fuel transaction reports for IAH, HOU and EFD listing all monthly transactions at each location. Contractor shall provide total monthly transaction/ consumption data in a HAS approved format.

SUBSECTION 3C - HAZARDOUS MATERIAL/CHEMICAL USE

3C.0 GENERAL

3C.1 In addition to the requirements in this Subsection, Contractor shall be knowledgeable of, and comply with, all applicable Federal, state and local environmental laws and regulations. If there is any conflict between this subsection and Federal, state, or local environmental laws and regulations, such laws and regulations control. All fines and penalties assessed against HAS resulting from Contractor's failure to comply with such requirements, laws, and regulations shall be paid by Contractor.

3C.2 HAZARDOUS CHEMICAL RECORDS

3C.2.1 Contractor shall provide a Material Safety Data Sheet (MSDS) for each hazardous chemical or material obtained in conjunction with the performance of work.

3C.3 ASBESTOS ABATEMENT

3C.3.1 HAS maintains a comprehensive, continuing program for identification, containment and removal of asbestos materials in its facilities. To HAS’ knowledge, no asbestos materials exist in the provided facilities. However, if Contractor encounters any suspected Asbestos-Containing Material (ACM) Contractor shall report it to Facilities Administration. If asbestos is verified, appropriate steps will be taken by HAS at its expense to have asbestos materials removed/contained, in accordance with applicable laws.

3C.4 CHLORINATED FLUOROCARBONS (CFC) REFRIGERANTS

3C.4.1 HAS requires full compliance with Title VI, Clean Air Act of 1990 and any subsequent amendments, and strictly prohibits the discharge of CFC Refrigerants into the atmosphere resulting from the installation, repair, maintenance, or any condition requiring the release of CFC Refrigerants from any HAS-owned vehicles/ equipment.

3C.4.2 Contractor shall be responsible for ensuring the necessary procedures and safeguards are in place to prevent the occurrence of a CFC Refrigerant discharge into the atmosphere.

3C.4.3 Contractor shall utilize only the services of a qualified vendor specializing in the recovery, recycling and reclamation of CFC Refrigerants.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

53

3C.4.4 Recovery and containment of contaminated CFC Refrigerants must be in storage containers that are American Society of Mechanical Engineers (ASME) coded for refrigerant and DOT approved. Refrigerants that are not recovered or recycled must be delivered to a firm specializing in reclamation of CFC Refrigerants and handled in accordance with all applicable federal, state and local guidelines governing such.

3C.4.5 All costs associated with removal of CFC Refrigerants, recovery, recycling, or reclamation is at the expense of Contractor and must be included in Contractor's Basic Services.

3C.4.6 Contractor shall be responsible for all fines, penalties, taxes, etc., arising out of any violation or infraction of the Clean Air Act of 1990, as may be amended from time to time, or other governmental regulations related to the use of CFC Refrigerants.

3C.5 USED TIRE AND BATTERY DISPOSAL

3C.5.1 Contractor shall dispose of all used tires and batteries in compliance with applicable Federal, State and Local laws and regulations as part of Basic Services. Contractor shall collect and store used tires and batteries in a safe and orderly manner, and handle disposal in a timely manner.

3C.6 DISPOSAL OF USED LUBRICANTS/OILS, OIL FILTERS

3C.6.1 Contractor shall collect, store, and dispose of used battery acid, antifreeze, oil, oil filters, lubricants and solvents, etc., in compliance with applicable Federal, State and Local laws and regulations, as a part of Basic Services.

3C.7 CLEANING AND DISPOSAL OF MATERIALS FROM WASH BAY GRIT TRAPS

3C.7.1 Contractor shall provide, monthly as part of Basic Services, a complete evacuation of solids and liquids from grit traps located in wash bays, or more as needed, in accordance with applicable laws and regulations.

SUBSECTION 3D - FUEL MANAGEMENT SYSTEM 3D.0 AUTOMATED FUEL MANAGEMENT SYSTEM – GENERAL

3D.1 Contractor shall maintain HAS Automated Fuel Management System as part of Basic Services. The system includes, but is not limited to, pumps, hoses, nozzles, vapor recovery devices, piping, venting, tank gauging devices, leak detection devices, fuel card readers, computers, software, chip key encoding, database, controls, cabling, modems and network communications devices. Contractor shall provide all labor, supervision, parts, and materials for complete operation and maintenance. HAS is responsible for the underground components of the system. HAS is currently using 10% Ethanol gasoline.

3D.2 AUTOMATED FUEL DISPENSING SYSTEM

3D.2.1 Contractor shall maintain HAS Automated Fuel Dispensing System as part of Basic Services. The HAS Automated Fuel Dispensing System comprises a PetroVend System 2 Fuel Management System which is an integrated microprocessor based system that manages the Airport fueling sites and dispensing of fuel to authorized personnel using chip-keys. The fuel management system operates on PetroVend Phoenix Plus software and runs on a PC. The PetroVend system maintains a database incorporating card, account, site, and transaction fields. The control of the system is located at IAH, but Contractor shall provide chip-key encoding at Fleet Maintenance Facilities at each Airport. Contractor shall ensure the Automated Fuel Dispensing System data is used in Contractor's CMMS for PM scheduling purposes. Contractor shall provide annual PetroVend System maintenance/ support/software updates; HAS will pay for these approved items via OSR.

3D.3 LEAK DETECTION SYSTEM

3D.3.1 As part of Basic Services, Contactor shall maintain the Red Jacket leak detection system used for detecting leaks occurring in the vaults around the fuel storage tanks. The Red Jacket consists of ST 1400 & ST 1800 controllers, electronic tank gauging devices, and other components and subsystems for leak detection, water vapor detection, and inventory management of underground storage tanks containing petroleum based products. Data from the leak detection system is transmitted from a multiplexer at each facility to the HAS Communication Center via fiber optic cable. Contractor is not responsible for communications lines for this system beyond the multiplexer. Operation and Data from this system is separate from the operation and data from the Automated Fuel Dispensing System.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

54

3D.4 AUTOMATED FUEL MANAGEMENT AND RED JACKET SYSTEM INVENTORY

3D.4.1 The Automated Fuel Management System comprises the Petro Vend System 2, active pumps, hoses, and nozzles. Locations for the Automated Fuel Management System and Red Jacket components are as follows:

3D.4.1.1 George Bush Intercontinental Airport/Houston (IAH)-7 pumps/13 nozzles, and 4 Red Jacket Systems

1. Airport Services Complex (ASC) - 4500 Will Clayton Parkway

2. Terminal D

3. North side Airfield (North Vault)

4. South side Airfield (South Vault)

3D.4.1.2 William P, Hobby Airport (HOU)-2 pumps/4 nozzles, and 1 Red Jacket System with 3 unconnected remote Monitors (Type SB0014B and PPM 2000+232).

1. Airfield & Grounds - 9016 Randolph

3D.4.1.3 Ellington Airport (EFD)-2 pumps/ 2 nozzles and 1 Red Jacket Systems

1. Maintenance Facility - 6100 Farley Road

2. Airfield backup Generator Buildings

3. NAVAID Buildings

3D.5 CONTRACTOR'S FUEL MANAGEMENT SERVICES

3D.5.1 As part of Basic Services, Contractor shall provide controlled dispensing of fuel to authorized employees, vehicles, and equipment. Fuel and delivery of fuel will be provided by others. The automatic fuel management system must be available on a 24/7 basis; Contractor does not provide personnel to dispense fuel from this system.

3D.5.2 Contractor shall maintain all future upgrades to the Automated Fuel Management System, such

as vapor recovery system(s) or other upgrades related to the Clean Air Act of 1990, as may be amended from time to time, as part of Basic Services at no additional cost to HAS.

SUBSECTION 3E - QUALITY CONTROL PPROGRAM

3E.0 QUALITY CONTROL PROGRAM - GENERAL

3E.1 Contractor shall establish and maintain a Quality Control (QC) Program to ensure the requirements of this Agreement are met. A copy of the program shall be provided to HAS within 60 days of Notice to Proceed.

SUBSECTION 3F – MAINTENANCE/CONTROL OF FACILITIES 3F.0 MAINTENANCE/CONTROL OF FACILITIES -GENERAL

3.F.1 Physical Security - Contractor shall safeguard all HAS property in its work area. Contractor shall secure the facilities and equipment at the close of each work period.

3.F.2 Policing of Grounds - Policing shall include all interior cleaning and removal of litter from exterior areas

within 100 feet from the foundation of facilities. Contractor shall keep the grounds around maintenance facilities free of debris and litter.

3.F.3 Re-lamping - Contractor shall replace all burned out lamps, ballasts, starters, and bulbs in HAS-owned

maintenance facilities assigned for Contractor's use.

3.F.4 Key Control - Contractor shall ensure keys issued by HAS are not lost, misplaced, or used by unauthorized persons. Keys issued by HAS must not be duplicated. Contractor shall be charged for replacement of locks or re-keying. Contractor shall report occurrences of lost keys immediately to HAS.

3.F.5 Office Furniture and Equipment - Contractor shall provide all office furniture and computer equipment.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

55

SUBSECTION 3G - CONTRACTOR-PROVIDED MAINTENANCE EQUIPMENT/TOOLS 3G.0 CONTRACTOR-PROVIDED MAINTENANCE EQUIPMENT/TOOLS

3G.1 Contractor shall provide all required equipment and tools, beyond those provided by HAS as detailed in Exhibit “M,” and in Section 2.2, as part of Basic Services.

3G.2 Contractor shall mark Contractor-owned equipment to identify such equipment in a co-mingled shop

environment. Throughout the Term of the Agreement, Contractor shall maintain records of Contractor-owned equipment, including purchase and payment documentation, which must be made available to HAS upon request. Upon termination or expiration of the Contract Term, Contractor must conduct an inventory of equipment. Contractor shall dismantle/remove all Contractor-owned equipment from each Airport Maintenance Facility at its sole expense, and shall repair, at its expense, any damage to HAS facilities caused by the removal of the equipment.

SECTION 4

REQUEST FOR OTHER WORK/SERVICES

4.0 OTHER WORK/SERVICES

4.1 Labor and Materials for Other Work/Services are provided at rates specified in the Fee Schedule. Contractor shall submit copies of purchase orders and invoices for materials and equipment for Other Work/Services evidencing Contractor’s acquisition costs. Contractor shall maintain proper accounting procedures to facilitate City audit of Contractor’s expenses.

4.2 PERFORMING OTHER WORK/SERVICES

4.2.1 Other Work/Services shall be performed in accordance with all provisions of the Agreement and

any special provisions issued with the Other Service/Request (OSR), in accordance with this Agreement.

4.2.1.1 Before issuing an OSR, the Director will first issue a written notice to Contractor detailing

the specific Other Work/Services to be performed by Contractor.

4.2.1.2 In response to any such written notice, Contractor shall provide the Director with a written proposal within 3 days after receipt of OSR Request. The proposal must include a description of the services to be performed, applicable labor rates, estimated labor hours, performance schedule, total estimated cost, and any other requirements set forth in the written notice to Contractor.

4.2.1.3 Contractor shall furnish all materials, equipment, components, or appurtenances and any

manpower required for accomplishing the described services. The Director will not approve an OSR without a specified completion date. Contractor shall complete all such Other Work/Services within the time specified in the OSR. Contractor can request in writing an extension to the completion date. However, the Director may or may not allow the extension. The Director’s decision is final. If Contractor does not complete Other Work/Services within the specified time, or time extension, the vehicle or equipment shall revert to VOC status.

4.2.1.4 Upon receipt of Contractor’s proposal, the Director has the option to reject Contractor’s

proposal, require resubmission with revised or additional information, or issue an OSR. Should the Director reject Contractor’s proposal and require resubmission, Contractor shall resubmit a modified proposal within three days of the rejection.

4.2.1.5 Upon approval by the Director of the modified proposal, an OSR will be issued.

Contractor shall commence work as stated in the OSR. Contractor shall diligently work to completion in accordance with the terms and conditions of the Agreement and the approved OSR.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

56

4.2.1.6 Labor costs must not exceed the rate stated in the Fee Schedule. However, when the Other Work/Services are performed by an on-site staff in conjunction with their regular duties, Contractor shall not receive additional compensation for labor.

Contractor shall use its on-site staff during normal scheduled hours for performing Other Work/Services, provided Contractor can meet all other contractual responsibilities. Contractor shall not receive labor compensation for the use of on-site personnel, but shall be compensated for parts and materials only at cost plus 5% markup.

4.2.1.7 For Other Work/Services related to those listed in 4.2.1.11 that Contractor cannot

perform with its on-site staff, Contractor may subcontract such work. Contractor shall obtain three (3) bids/estimates to include itemized costs for parts and labor that exceeds $750. Contractor shall be compensated at cost plus 5% markup for parts and labor, excluding shipping and handling. Contractor shall submit the bids/estimates to HAS and obtain written approval from the Director before proceeding with the work. Contractor shall not subcontract work to a company affiliated with Contractor without prior written approval of the Director.

4.2.1.8 When chargeable Other Work/Services have been completed, a copy of the approved

OSR must accompany the monthly invoice. Additionally, Contractor shall supply invoices for all parts and materials used in performing Other Work/Services. There will be no reimbursement to the Contractor by HAS for parts and materials used for Other Work/Services without invoices.

4.2.1.9 While performing work on any OSR, if hidden damage or additional cost is discovered,

Contractor shall notify the Director immediately. After determining the extent of hidden damage, a supplemental OSR must be submitted.

4.2.1.10 In the case of emergency service, Contractor may perform Other Work/Services upon

the verbal approval of the Director. However, during the next business day, the Director will submit his or her verbal Emergency Service Request in writing.

4.2.1.11 Examples of OSR candidate items are:

Remedial Maintenance for vehicles and equipment. Parts and labor for small engine repairs. Equipment rental to replace inoperable fleet equipment. Vehicle and equipment refurbishment. Towing, rubber tired vehicles only. Installation/removal of accessories or attachments not covered under Basic

Services. Body, frame repair and glass replacement. Other repairs associated with

damage. Third party audits.

SECTION 5

VEHICLE OUT-OF-COMMISSION (VOC) 5.0 GENERAL

5.1 The monthly unit cost per vehicle or equipment class listed in the Fee Schedule applies only to vehicles and equipment that are In-Commission, i.e. not in VOC status. In-Commission means that a vehicle or piece of equipment meets all conditions of maintenance as required in the Agreement; is available for the use intended, is in a safe operating condition, requires no remedial repair, has up-to-date PM, and does not fall below acceptable levels of Deferred Maintenance as determined by HAS.

5.2 In-Commission, time is computed on a 16-hour calendar day. A factor in evaluating Contractor’s maintenance and quality programs is the Vehicle-Out-of-Commission (VOC) rate. VOC means that a vehicle or piece of equipment is not in a state of repair that meets all conditions of maintenance as required in the Agreement, and that the unit is not available for the use intended.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

57

5.3 In determining performance levels for maintaining vehicles and equipment, the following applies:

5.3.1 VOC time starts when Contractor receives a work order for repair from HAS, and ends when the vehicle is repaired and issued out of the shop and back to HAS for use. These times shall be documented in the vehicle and equipment work orders.

5.4 In-Commission, time is computed on a 16-hour calendar day six days-per-week at IAH and five days-per-week at HOU and EFD. Accordingly, VOC hours will accrue on Saturdays at IAH, but will not accrue at HOU and EFD (weekends for HOU and EFD begin at 10:00 p.m. on Friday and end at 6:00 a.m. on Monday). If the vehicle or equipment is repaired and released within two hours after Facilities Administration issues a work order, no VOC credits will be assessed. Maintenance Services taking longer than two hours will be assessed full VOC credits from the time a work order is issued until work is completed.

5.5 Exceptions to the above are:

5.5.1 Units requiring parts that are not available within the Houston/Galveston Region area will not be assessed out-of-service credits during the time period parts are acquired.

5.5.2 VOC does not apply to vehicles and equipment for which Contractor leases a replacement while the unit is out of commission.

5.5.3 Units requiring major body or frame repair or minor body repair will not be assessed out-of-service credits during the first seven calendar days, or a longer period of time as mutually agreed upon by the Director and Contractor.

5.5.4 Units under warranty requiring service by an authorized dealer will not be assessed out-of-service credits for the first seven calendar days, or a longer period of time as mutually agreed upon by the Director and Contractor.

5.5.5 In-Commission for fuel management system described in Section 3.D, is computed on a 24-hour calendar day, of seven days-per-week. If the system is not in commission, VOC credits will assessed based on the assumption, for computation purposes only, that the monthly flat fee equals $1000.00 per month.

5.6 FACTOR BASE HOURS AND MULTIPLIER

5.6.1 Factor Base Hours represents the maximum allowable VOC hours in a month that can accrue before Contractor's payment is reduced to zero.

5.6.2 Multipliers represent the assessment Contractor shall pay after the monthly payment is reduced to zero. The Performance Requirement Summary (PRS) Table lists the Factor Base Hours and the Multipliers.

5.6.3 For any unit with accumulated VOC time, Contractor shall be paid the monthly cost per unit stated in the Fee Schedule less the VOC time to Factor Base Hours percentage deduction until the monthly payment is reduced to zero, then the multiplier is applied to the monthly fee to determine the additional assessment.

5.6.3.1 VOC Hours, for Operations-Essential Vehicles and Equipment shall be multiplied x 2.

5.6.3.2 No VOC Hours will accrue on weekends for HOU and EFD.

5.6.4 In computing VOC times, hours will be rounded off to the nearest quarter hour with fractions rounded off to 3 decimal places (e.g., .250, .500, .750, etc.). Percentages are carried to 4 decimal places.

5.7 EXAMPLE VOC CALCULATIONS

5.7.1 A sedan (Class 1) is Out-of-Commission for 10 hours.

The payment percentage for the unit is calculated as follows (assuming a projected monthly unit cost of $140 and Factor Base Hours of 48):

5.7.1.1 10/48 = .208 x $140 = $29.12 VOC credit due to the City.

5.7.1.2 $140 - $29.12 = $110.88 Actual monthly payment to Contractor.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

58

5.7.2 A sedan (Class 1) has been out of commission for 30 days (480 hrs).

5.7.2.1 After being out of commission for three days, the VOC hours equal the factor base hours (i.e. Factor Base Hours is 48, and 3 16 hour VOC days, equal 48 hours). Partial VOC credit for the 480 VOC hours is calculated as follows

48 /48 = 1.0 x $140.00 = $140.00 (Payment reduced to zero)

5.7.2.2 On the fourth day, VOC hours exceed Factor Based hours and the multiplier must be

applied to determine the additional assessment. The additional assessment for the 480 VOC hours is calculated as follows:

$140.00 x .10 = $14.00 (The additional daily assessment until the unit is restored to service) x 27 days = $378.00

5.7.2.3 The total VOC deduction from the monthly invoice is calculated as follows:

$140.00 (A) + $378.00 (B)= $518.00

5.7.3 A sedan (Class 1) is Out-of-Commission for a day and a half. This sedan is designated Operations-Essential. The actual number of VOC hours is 24.

5.7.3.1 The payment percentage for the unit is calculated as follows:

24 VOC hrs. x 2 = 48 (VOC hours for Operations-Essential vehicles are doubled).

A. 48/48 = 1.0 x $140.00 = $140.00 VOC credit.

B. $140 - $140 = $0.00 Actual monthly payment to Contractor.

5.7.4 A Generator (Class 27) is Out-of-Commission for a day and a half. The actual number of VOC hours is 24

5.7.4.1 The payment percentage for the unit is calculated as follows:

A. 24/16 = 1.5 VOC days

B. 16/16 = 1 VOC day x $400.00 = VOC credit due city.

C. 8/16 = .5 day x .3 x $400= $60.00

D. Total VOC deduction form the monthly invoice is calculated as follows.

$400.00 (B) + $60.00 (C) = $460.00

5.8 PERFORMANCE REQUIREMENTS SUMMARY TABLE

CLASS DESCRIPTION FACTOR BASE HOURS*

MULTIPLIER

1 Sedan, Minivan 48 .10

2 Truck, Pickup, SUV, Van, to 1/2 Ton 48 .10

3 Truck, SUV, Van, 3/4 to 2 Ton 48 .10

4 Truck ≥2 Ton 48 .10

5 Bus, Van ≥ 2 Ton 48 .10

6 Striper, Truck Mounted, >1 Ton Chassis 16 .20

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

59

CLASS DESCRIPTION FACTOR BASE HOURS*

MULTIPLIER

7 Striper, Ride On, ≤ 1 Ton Chassis 16 .20

8 Striper, Walk Behind 16 .10

9 Sweeper ≥5 cu. yd. 16 .20

10 Sweepers >2<5 cu. Yd.; Scrubber, Rider, Power >50 HP; Milling Machine, Asphalt

16 .20

11 Sweeper, Rider, < 2 cu.yd.; Ride-on Scrubber < 50 HP or Electric; Deicer Sprayer, Runway

48 .10

12 Sweeper, Scrubber Walk Behind 48 .10

13 Utility Vehicle/Shuttle Cart/Truckster 48 .10

14 Tractor ≤69 HP 16 .20

15 Tractor ≥70-≤100 HP 16 .20

16 Tractor >100 HP 16 .20

17 Tractor 70-115 HP, with Triple-Gang, Flail, Boom Mower

16 .20

18 Mower, Non-powered 16 .20

19 Mower, Riding/Power Broom 48 .10

20 Ground Equipment Attachments Non-powered; Seeder; Thatcher; Hopper Spreader

48 .10

21 Earth Moving Equipment Including: Backhoe; Front-End Loader; Gradall; Maintainer; Articulated Loader; Excavator Crawler

16 .20

22 Excavator Crawler, Mini, Ditch Witch; Roller Compactor, Asphalt

16 .20

23 Forklift <5500 lbs. Capacity 16 .20

24 Forklift >5500 lbs. Capacity 16 .20

25 Aerial Device, Boomlift, Scissorlift 48 .10

26 Aerial Device, Truck Mounted 16 .20

27 Generator Stationary ≤ 99 KVA 16 .30

28 Generator Stationary >99 KVA 16 .30

29 Pavement Breaker with Trailer 48 .10

30 Concrete Saw; Cement Mixer 48 .10

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

60

CLASS DESCRIPTION FACTOR BASE HOURS*

MULTIPLIER

31 Detour Sign; Light Sets 48 .10

32 Air Compressors 48 .10

33 Hydromulcher 48 .10

34 Agricultural Sprayer; Pressure Washer, Trailer Mounted

48 .10

35 Trailer 48 .10

36 Bulldozer ≤139 HP 16 .20

37 Bulldozer ≥140HP 16 .20

38 Wash Facility, Automated Vehicle 16 .10

39 Wash Facility, Wand-Type 16 .10

40 Intentionally Left Blank

41 Asphalt Recycler 48 .10

42 Pumps, Trash, Vacuum, Sewer Cleaner, Trailer Mounted

48 .10

43 Police vehicles (Sedan) 48 .10

44 Police vehicles (SUV) 48 .10

* Maximum Hours Out-of-Commission

5.9 VOC REVIEW MEETINGS

5.9.1 A meeting will be scheduled before submittal of the monthly invoice to discuss VOC accruals during the preceding billing period.

5.9.2 Should Contractor fail to agree with HAS’ determination regarding VOC, Contractor will be afforded the opportunity to submit additional information and supporting documentation to the Director. Contractor’s submissions shall be in writing to HAS before the end of next succeeding billing period.

5.9.3 The Director, at his or her sole discretion, will determine through review of supporting documentation what amount of VOC is to be assessed. The adjusted VOC will be carried over to the following billing period.

SECTION 6

PREVENTIVE MAINTENANCE SCHEDULE

6.1 PASSENGER VEHICLES

Provide scheduled maintenance in accordance with OEM manuals, technical/service bulletins, and best

fleet practices. Maintenance must comply with OEM Warranty and Emissions requirements. As a minimum, maintenance routines must include, but are not limited to those listed in Exhibit "I" Preventive Maintenance Schedules.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

61

7.0 ADDITIONS & DELETIONS

7.1 The City, by written notice from the Director to the Contractor, at any time during the term of this Agreement, may add or delete like or similar equipment, supplies, locations and/or services to the list of equipment, supplies, locations, and/or services to be provided. Any such written notice shall take effect on the date stated in the notice from the City. Similar equipment, supplies, services, or locations added to the Agreement shall be in accordance with the contract specification/scope of services, and the charges or rates for items added shall be the same as specified in the Fee Schedule. In the event that the additional equipment, supplies, locations and/or services are not identical to the item(s) already under contract, the charges therefore will then be the Contractor’s normal and customary charges or rates for the equipment, supplies, locations and/or services classified in the fee schedule.

8.0 WARRANTY OF SERVICES

8.1 Definitions: “Acceptance” as used in this clause, means the act of an authorized representative of the

City by which the City assumes for itself, approval of specific services as partial or complete performance of the contract.

“Correction” as used in this clause, means the elimination of a defect.

8.2 Notwithstanding inspection and acceptance by the City or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed under this Agreement will, at the time of acceptance, be free from defects in workmanship and conform to the requirements of this Agreement. The Director shall give written notice of any defect or nonconformance to the Contractor within a one-year period from the date of acceptance by the City. This notice shall state either (1) that the Contractor shall correct or re-perform any defective or non-conforming services at no additional cost to the City, or (2) that the City does not require correction or re-performance.

8.3 If the Contractor is required to correct or re-perform, it shall be at no cost to the City, and any services

corrected or re-performed by the Contractor shall be subject to this clause to the same extent as work initially performed. If the Contractor fails or refuses to correct or re-perform, the City may, by contract or otherwise, correct or replace with similar services and charge to the Contractor the cost occasioned to the City thereby, or make an equitable adjustment in the Agreement price.

8.4 If the City does not require correction or re-performance, the City shall make an equitable adjustment in

the contract price as determined by the Director.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

62

EXHIBIT "B" FEE SCHEDULE

BID ITEM

NO. DESCRIPTION UNIT MONTHS UNIT PRICE

YEAR ONE (1)

INCREASE IN VEHICLE EQUIPMENT UNITS

MAINTAINED

EACH N/A $175,000.00

OTHER WORK SERVICES MATERIALS ESTIMATED COST

$100,000.00 PLUS 5% CONTRACTORS MARK UP

EACH N/A $105,000.00

1A SEDAN, MINIVAN - PM TYPE 5.10

EACH 12 $134.04

1B OPS - ESS SURCHARGE EACH 12 $201.06 2A TRUCK,PICUP,SUV,VAN, TO

1/2 TON - PM TYPE 6.2 EACH 12 $187.66

2B OPS - ESS SURCHARGE EACH 12 $281.48 3A TRUCK, SUV, VAN, 3/4 TO 2

TON - PM TYPE 6.2 EACH 12 $201.06

3B OPS - ESS SURCHARGE EACH 12 $402.12 4A TRUCK >2 TON - PM TYPE 6.2 EACH 12 $214.46

4B OPS - ESS SURCHARGE EACH 12 $428.92 5A BUS, VAN >2 TON - PM TYPE

6.2 EACH 12 $227.87

5B OPS - ESS SURCHARGE EACH 12 $455.74 6A STRIPER, TRUCK MOUNTED,

>1 TON CHASSIS - PM TYPE 6.3

EACH 12 $107.23

6B OPS - ESS SURCHARGE EACH 12 $214.12 7A STRIPER, RIDE ON, <1 TON

CHASSIS - PM TYPE 6.3 EACH 12 $402.12

7B OPS - ESS SURCHARGE EACH 12 $804.24 8A STRIPER, WALK BEHIND - PM

TYPE 6.3 EACH 12 $804.24

8B OPS - ESS SURCHARGE EACH 12 $1,206.36 9A SWEEPER >5 CU. YD. - PM

TYPE 6.4 EACH 12 $402.12

9B OPS - ESS SURCHARGE EACH 12 $804.24 10A SWEEPERS >2<5 CU. YD.;

SCRUBBER, RIDER, POWER>50 HP: MILLING MACHINE, ASPHALT - PM

TYPE 6.4

EACH 12 $402.12

10B OPS - ESS SURCHARGE EACH 12 $804.24

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

63

11A SWEEPER, RIDER, <2 CU. YD.; RIDE-ON SCRUBBER <50 HP

OR ELECTRIC; DEICER SPRAYER, RUNWAY - PM

TYPE 6.4

EACH 12 $335.10

11B OPS - ESS SURCHARGE EACH 12 $670.20 12A SWEEPER, SCRUBER WALK

BEHIND - PM TYPE 6.4 EACH 12 $670.20

12B OPS - ESS SURCHARGE EACH 12 $1,005.30 13A UTILITY VEHICLE/SHUTTLE

CART/TRUCKSTER - PM TYPE 6.5

EACH 12 $442.33

13B OPS - ESS SURCHARGE EACH 12 $884.66 14A TRACTOR <69 HP - PM TYPE

6.6 EACH 12 $201.06

14B OPS - ESS SURCHARGE EACH 12 $402.12 15A TRACTOR >70-<100 HP - PM

TYPE 6.6 EACH 12 $268.08

15B OPS - ESS SURCHARGE EACH 12 $536.16 16A TRACTOR > 100 HP - PM TYPE

6.6 EACH 12 $335.10

16B OPS - ESS SURCHARGE EACH 12 $670.20 17A TRACTOR 70-115 HP, WITH

TRIPLE-GANG FLAIL, BOOM MOWER - PM TYPE 6.6

EACH 12 $201.06

17B OPS - ESS SURCHARGE EACH 12 $402.12 18A MOWER, NON-POWERED - PM

TYPE 6.14 EACH 12 $40.21

18B OPS - ESS SURCHARGE EACH 12 $80.42 19A MOWER, RIDING/POWER

BROOM - PM TYPE 6.16 EACH 12 $201.06

19B OPS - ESS SURCHARGE EACH 12 $402.12 20A GROUND EQUIPMENT

ATTACHMENTS NON POWERED, SEEDER, THATCHER, HOPPER

SPREADER - PM TYPE 6.7

EACH 12 $80.42

20B OPS - ESS SURCHARGE EACH 12 $160.84 21A EARTH MOVING EQUIPMENT

INCLUDING: BACKHOE; FRONT-END LOADER;

GRADALL; MAINTAINER; ARTICULATED LOADER;

EXCAVATOR CRAWLER - PM TYPE 6.8

EACH 12 $603.18

21B OPS - ESS SURCHARGE EACH 12 $1,206.36 22A EXCAVATOR CRAWLER, MINI,

DITCH WITCH; ROLLER COMPACTOR, ASPHALT - PM

TYPE 6.9

EACH 12 $402.12

22B OPS - ESS SURCHARGE EACH 12 $804.24

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

64

23A FORKLIFT <5500 LBS. CAPACITY - PM TYPE 6.10

EACH 12 $335.10

23B OPS - ESS SURCHARGE EACH 12 $670.20 24A FORKLIFT >5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $402.12

24B OPS - ESS SURCHARGE EACH 12 $804.21 25A AERIAL DEVICE, BOOMLIFT -

PM TYPE 6.11 EACH 12 $536.16

25B OPS - ESS SURCHARGE EACH 12 $1,072.32 26A AERIAL DEVICE, TRUCK

MOUNTED - PM TYPE 6.11 EACH 12 $402.12

26B OPS - ESS SURCHARGE EACH 12 $804.12 27A GENERATOR STATIONARY

<99 KVA - PM TYPE 6.12 EACH 12 $335.10

27B OPS - ESS SURCHARGE EACH 12 $502.65 28A GENERATOR STATIONARY

>99 KVA - PM TYPE 6.12 EACH 12 $469.14

28B OPS - ESS SURCHARGE EACH 12 $703.71 29A PAVEMENT BREAKER WITH

TRAILER - PM TYPE 6.17 EACH 12 $67.02

29B OPS - ESS SURCHARGE EACH 12 $134.04 30A CONCRETE SAW; CEMENT

MIXER - PM TYPE 6.15 EACH 12 $335.10

30B OPS - ESS SURCHARGE EACH 12 $670.20 31A DETOUR SIGN; LIGHT SETS -

PM TYPE 6.13 EACH 12 $107.23

31B OPS - ESS SURCHARGE EACH 12 $214.46 32A AIR COMPRESSORS - PM

TYPE 6.13 EACH 12 $107.23

32B OPS - ESS SURCHARGE EACH 12 $214.46 33A HYDROMULCHER - PM TYPE

6.13 EACH 12 $107.23

33B OPS - ESS SURCHARGE EACH 12 $214.46 34A AGRICULTURAL SPRAYER;

PRESSURE WASHER, TRAILER MOUNTED - PM

TYPE 6.13

EACH 12 $134.04

34B OPS - ESS SURCHARGE EACH 12 $268.08 35A TRAILER - PM TYPE 6.17 EACH 12 $67.02 35B OPS - ESS SURCHARGE EACH 12 $134.04 36A BULLDOZER <139 HP - PM

TYPE 6.18 EACH 12 $737.22

36B OPS - ESS SURCHARGE EACH 12 $1,474.44 37A BULLDOZER <140 - PM TYPE

6.18 EACH 12 $1,474.44

37B OPS - ESS SURCHARGE EACH 12 $2,211.66 38A WASH FACILITY, AUTOMATED

VEHICLE - PM TYPE 6.19 EACH 12 $1,474.44

38B OPS - ESS SURCHARGE EACH 12 $2,211.66 39A WASH FACILITY, WAND-TYPE

- PM TYPE 6.19 EACH 12 $267.34

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

65

39B OPS - ESS SURCHARGE EACH 12 $534.68 40A INTENTIONALLY LEFT BLANK EACH 12 $0.00

40B OPS - ESS SURCHARGE EACH 12 $0.00 41A ASPHALT RECYCLER - PM

TYPE 6.20 EACH 12 $227.24

41B OPS - ESS SURCHARGE EACH 12 $454.48 42A PUMPS, TRASH, VACUUM,

SEWER CLEANER, TRAILER MOUNTED - PM TYPE 6.21

EACH 12 $147.04

42B OPS - ESS SURCHARGE EACH 12 $294.08 43A POLICE VEHICLES - SEDAN -

PM TYPE 6.1 EACH 12 $267.34

43B OPS - ESS SURCHARGE EACH 12 $401.04 44A POLICE VEHICLES - SUV - PM

TYPE 6.2 EACH 12 $334.18

44B OPS - ESS SURCHARGE EACH 12 $668.35 45A STANDARD OTHER WORK

SERVICES LABOR COST, MECHANIC

HOURLY N/A $23.28

45B AFTER HOURS OTHER SERVICES LABOR COST,

MECHANIC

HOURLY N/A $34.92

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

66

BID ITEM NO.

DESCRIPTION UNIT MONTHS UNIT PRICE

YEAR TWO (2)

INCREASE IN VEHICLE EQUIPMENT UNITS

MAINTAINED

EACH N/A $175,000.00

OTHER WORK SERVICES MATERIALS ESTIMATED COST

$100,000.00 PLUS 5% CONTRACTORS MARK UP

EACH N/A $105,000.00

1A SEDAN, MINIVAN - PM TYPE 5.10

EACH 12 $131.74

1B OPS - ESS SURCHARGE EACH 12 $197.61 2A TRUCK,PICUP,SUV,VAN, TO

1/2 TON - PM TYPE 6.2 EACH 12 $184.44

2B OPS - ESS SURCHARGE EACH 12 $276.65 3A TRUCK, SUV, VAN, 3/4 TO 2

TON - PM TYPE 6.2 EACH 12 $197.61

3B OPS - ESS SURCHARGE EACH 12 $395.22 4A TRUCK >2 TON - PM TYPE 6.2 EACH 12 $210.78

4B OPS - ESS SURCHARGE EACH 12 $421.56 5A BUS, VAN >2 TON - PM TYPE

6.2 EACH 12 $223.96

5B OPS - ESS SURCHARGE EACH 12 $447.92 6A STRIPER, TRUCK MOUNTED,

>1 TON CHASSIS - PM TYPE 6.3

EACH 12 $105.39

6B OPS - ESS SURCHARGE EACH 12 $210.78 7A STRIPER, RIDE ON, <1 TON

CHASSIS - PM TYPE 6.3 EACH 12 $395.22

7B OPS - ESS SURCHARGE EACH 12 $790.44 8A STRIPER, WALK BEHIND - PM

TYPE 6.3 EACH 12 $790.44

8B OPS - ESS SURCHARGE EACH 12 $1,185.66 9A SWEEPER >5 CU. YD. - PM

TYPE 6.4 EACH 12 $395.22

9B OPS - ESS SURCHARGE EACH 12 $790.44 10A SWEEPERS >2<5 CU. YD.;

SCRUBBER, RIDER, POWER>50 HP: MILLING MACHINE, ASPHALT - PM

TYPE 6.4

EACH 12 $395.22

10B OPS - ESS SURCHARGE EACH 12 $790.44 11A SWEEPER, RIDER, <2 CU. YD.;

RIDE-ON SCRUBBER <50 HP OR ELECTRIC; DEICER

SPRAYER, RUNWAY - PM TYPE 6.4

EACH 12 $329.35

11B OPS - ESS SURCHARGE EACH 12 $658.70

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

67

12A SWEEPER, SCRUBER WALK BEHIND - PM TYPE 6.4

EACH 12 $658.70

12B OPS - ESS SURCHARGE EACH 12 $988.05 13A UTILITY VEHICLE/SHUTTLE

CART/TRUCKSTER - PM TYPE 6.5

EACH 12 $434.74

13B OPS - ESS SURCHARGE EACH 12 $869.48 14A TRACTOR <69 HP - PM TYPE

6.6 EACH 12 $197.61

14B OPS - ESS SURCHARGE EACH 12 $395.22 15A TRACTOR >70-<100 HP - PM

TYPE 6.6 EACH 12 $263.48

15B OPS - ESS SURCHARGE EACH 12 $526.96 16A TRACTOR > 100 HP - PM TYPE

6.6 EACH 12 $329.35

16B OPS - ESS SURCHARGE EACH 12 $658.70 17A TRACTOR 70-115 HP, WITH

TRIPLE-GANG FLAIL, BOOM MOWER - PM TYPE 6.6

EACH 12 $395.22

17B OPS - ESS SURCHARGE EACH 12 $790.44 18A MOWER, NON-POWERED - PM

TYPE 6.14 EACH 12 $39.52

18B OPS - ESS SURCHARGE EACH 12 $79.04 19A MOWER, RIDING/POWER

BROOM - PM TYPE 6.16 EACH 12 $197.61

19B OPS - ESS SURCHARGE EACH 12 $395.22 20A GROUND EQUIPMENT

ATTACHMENTS NON POWERED, SEEDER, THATCHER, HOPPER

SPREADER - PM TYPE 6.7

EACH 12 $79.04

20B OPS - ESS SURCHARGE EACH 12 $158.08 21A EARTH MOVING EQUIPMENT

INCLUDING: BACKHOE; FRONT-END LOADER;

GRADALL; MAINTAINER; ARTICULATED LOADER;

EXCAVATOR CRAWLER - PM TYPE 6.8

EACH 12 $592.83

21B OPS - ESS SURCHARGE EACH 12 $1,185.66 22A EXCAVATOR CRAWLER, MINI,

DITCH WITCH; ROLLER COMPACTOR, ASPHALT - PM

TYPE 6.9

EACH 12 $395.22

22B OPS - ESS SURCHARGE EACH 12 $790.44 23A FORKLIFT <5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $329.35

23B OPS - ESS SURCHARGE EACH 12 $658.70 24A FORKLIFT >5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $395.22

24B OPS - ESS SURCHARGE EACH 12 $790.44

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

68

25A AERIAL DEVICE, BOOMLIFT - PM TYPE 6.11

EACH 12 $526.96

25B OPS - ESS SURCHARGE EACH 12 $1,053.92 26A AERIAL DEVICE, TRUCK

MOUNTED - PM TYPE 6.11 EACH 12 $395.22

26B OPS - ESS SURCHARGE EACH 12 $790.44 27A GENERATOR STATIONARY

<99 KVA - PM TYPE 6.12 EACH 12 $329.35

27B OPS - ESS SURCHARGE EACH 12 $494.03 28A GENERATOR STATIONARY

>99 KVA - PM TYPE 6.12 EACH 12 $461.09

28B OPS - ESS SURCHARGE EACH 12 $691.64 29A PAVEMENT BREAKER WITH

TRAILER - PM TYPE 6.17 EACH 12 $65.87

29B OPS - ESS SURCHARGE EACH 12 $131.74 30A CONCRETE SAW; CEMENT

MIXER - PM TYPE 6.15 EACH 12 $329.35

30B OPS - ESS SURCHARGE EACH 12 $658.70 31A DETOUR SIGN; LIGHT SETS -

PM TYPE 6.13 EACH 12 $105.39

31B OPS - ESS SURCHARGE EACH 12 $210.78 32A AIR COMPRESSORS - PM

TYPE 6.13 EACH 12 $105.39

32B OPS - ESS SURCHARGE EACH 12 $210.78 33A HYDROMULCHER - PM TYPE

6.13 EACH 12 $105.39

33B OPS - ESS SURCHARGE EACH 12 $210.78 34A AGRICULTURAL SPRAYER;

PRESSURE WASHER, TRAILER MOUNTED - PM

TYPE 6.13

EACH 12 $131.74

34B OPS - ESS SURCHARGE EACH 12 $263.48 35A TRAILER - PM TYPE 6.17 EACH 12 $65.87 35B OPS - ESS SURCHARGE EACH 12 $131.74 36A BULLDOZER <139 HP - PM

TYPE 6.18 EACH 12 $724.57

36B OPS - ESS SURCHARGE EACH 12 $1,449.14 37A BULLDOZER <140 - PM TYPE

6.18 EACH 12 $1,449.14

37B OPS - ESS SURCHARGE EACH 12 $2,173.71 38A WASH FACILITY, AUTOMATED

VEHICLE - PM TYPE 6.19 EACH 12 $1,449.14

38B OPS - ESS SURCHARGE EACH 12 $2,173.71 39A WASH FACILITY, WAND-TYPE

- PM TYPE 6.19 EACH 12 $263.48

39B OPS - ESS SURCHARGE EACH 12 $526.96 40A INTENTIONALLY LEFT BLANK EACH 12 $0.00

40B OPS - ESS SURCHARGE EACH 12 $0.00 41A ASPHALT RECYCLER - PM

TYPE 6.20 EACH 12 $233.96

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

69

41B OPS - ESS SURCHARGE EACH 12 $467.92 42A PUMPS, TRASH, VACUUM,

SEWER CLEANER, TRAILER MOUNTED - PM TYPE 6.21

EACH 12 $144.91

42B OPS - ESS SURCHARGE EACH 12 $289.82 43A POLICE VEHICLES - SEDAN -

PM TYPE 6.1 EACH 12 $263.48

43B OPS - ESS SURCHARGE EACH 12 $395.22 44A POLICE VEHICLES - SUV - PM

TYPE 6.2 EACH 12 $329.35

44B OPS - ESS SURCHARGE EACH 12 $658.70 45A STANDARD OTHER WORK

SERVICES LABOR COST, MECHANIC

HOURLY N/A $23.98

45B AFTER HOURS OTHER SERVICES LABOR COST,

MECHANIC

HOURLY N/A $35.98

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

70

BID ITEM NO.

DESCRIPTION UNIT MONTHS UNIT PRICE

YEAR THREE (3)

INCREASE IN VEHICLE EQUIPMENT UNITS

MAINTAINED

EACH N/A $175,000.00

OTHER WORK SERVICES MATERIALS ESTIMATED COST

$100,000.00 PLUS 5% CONTRACTORS MARK UP

EACH N/A $105,000.00

1A SEDAN, MINIVAN - PM TYPE 5.10

EACH 12 $135.11

1B OPS - ESS SURCHARGE EACH 12 $202.67 2A TRUCK,PICUP,SUV,VAN, TO

1/2 TON - PM TYPE 6.2 EACH 12 $189.15

2B OPS - ESS SURCHARGE EACH 12 $283.73 3A TRUCK, SUV, VAN, 3/4 TO 2

TON - PM TYPE 6.2 EACH 12 $202.67

3B OPS - ESS SURCHARGE EACH 12 $405.34 4A TRUCK >2 TON - PM TYPE 6.2 EACH 12 $216.18

4B OPS - ESS SURCHARGE EACH 12 $432.36 5A BUS, VAN >2 TON - PM TYPE

6.2 EACH 12 $229.69

5B OPS - ESS SURCHARGE EACH 12 $459.38 6A STRIPER, TRUCK MOUNTED,

>1 TON CHASSIS - PM TYPE 6.3

EACH 12 $108.09

6B OPS - ESS SURCHARGE EACH 12 $216.18 7A STRIPER, RIDE ON, <1 TON

CHASSIS - PM TYPE 6.3 EACH 12 $405.33

7B OPS - ESS SURCHARGE EACH 12 $810.66 8A STRIPER, WALK BEHIND - PM

TYPE 6.3 EACH 12 $810.66

8B OPS - ESS SURCHARGE EACH 12 $1,215.99 9A SWEEPER >5 CU. YD. - PM

TYPE 6.4 EACH 12 $405.33

9B OPS - ESS SURCHARGE EACH 12 $810.66 10A SWEEPERS >2<5 CU. YD.;

SCRUBBER, RIDER, POWER>50 HP: MILLING MACHINE, ASPHALT - PM

TYPE 6.4

EACH 12 $405.33

10B OPS - ESS SURCHARGE EACH 12 $810.66 11A SWEEPER, RIDER, <2 CU. YD.;

RIDE-ON SCRUBBER <50 HP OR ELECTRIC; DEICER

SPRAYER, RUNWAY - PM TYPE 6.4

EACH 12 $337.78

11B OPS - ESS SURCHARGE EACH 12 $675.56

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

71

12A SWEEPER, SCRUBER WALK BEHIND - PM TYPE 6.4

EACH 12 $337.78

12B OPS - ESS SURCHARGE EACH 12 $675.56 13A UTILITY VEHICLE/SHUTTLE

CART/TRUCKSTER - PM TYPE 6.5

EACH 12 $445.86

13B OPS - ESS SURCHARGE EACH 12 $891.72 14A TRACTOR <69 HP - PM TYPE

6.6 EACH 12 $202.67

14B OPS - ESS SURCHARGE EACH 12 $405.34 15A TRACTOR >70-<100 HP - PM

TYPE 6.6 EACH 12 $270.22

15B OPS - ESS SURCHARGE EACH 12 $540.44 16A TRACTOR > 100 HP - PM TYPE

6.6 EACH 12 $337.78

16B OPS - ESS SURCHARGE EACH 12 $675.56 17A TRACTOR 70-115 HP, WITH

TRIPLE-GANG FLAIL, BOOM MOWER - PM TYPE 6.6

EACH 12 $405.33

17B OPS - ESS SURCHARGE EACH 12 $810.66 18A MOWER, NON-POWERED - PM

TYPE 6.14 EACH 12 $40.53

18B OPS - ESS SURCHARGE EACH 12 $81.06 19A MOWER, RIDING/POWER

BROOM - PM TYPE 6.16 EACH 12 $202.67

19B OPS - ESS SURCHARGE EACH 12 $405.34 20A GROUND EQUIPMENT

ATTACHMENTS NON POWERED, SEEDER, THATCHER, HOPPER

SPREADER - PM TYPE 6.7

EACH 12 $81.07

20B OPS - ESS SURCHARGE EACH 12 $162.14 21A EARTH MOVING EQUIPMENT

INCLUDING: BACKHOE; FRONT-END LOADER;

GRADALL; MAINTAINER; ARTICULATED LOADER;

EXCAVATOR CRAWLER - PM TYPE 6.8

EACH 12 $608.00

21B OPS - ESS SURCHARGE EACH 12 $1,216.00 22A EXCAVATOR CRAWLER, MINI,

DITCH WITCH; ROLLER COMPACTOR, ASPHALT - PM

TYPE 6.9

EACH 12 $405.33

22B OPS - ESS SURCHARGE EACH 12 $810.66 23A FORKLIFT <5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $337.78

23B OPS - ESS SURCHARGE EACH 12 $675.56 24A FORKLIFT >5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $405.33

24B OPS - ESS SURCHARGE EACH 12 $810.66

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

72

25A AERIAL DEVICE, BOOMLIFT - PM TYPE 6.11

EACH 12 $540.44

25B OPS - ESS SURCHARGE EACH 12 $1,080.88 26A AERIAL DEVICE, TRUCK

MOUNTED - PM TYPE 6.11 EACH 12 $405.33

26B OPS - ESS SURCHARGE EACH 12 $810.66 27A GENERATOR STATIONARY

<99 KVA - PM TYPE 6.12 EACH 12 $337.78

27B OPS - ESS SURCHARGE EACH 12 $506.66 28A GENERATOR STATIONARY

>99 KVA - PM TYPE 6.12 EACH 12 $472.89

28B OPS - ESS SURCHARGE EACH 12 $709.33 29A PAVEMENT BREAKER WITH

TRAILER - PM TYPE 6.17 EACH 12 $67.56

29B OPS - ESS SURCHARGE EACH 12 $135.12 30A CONCRETE SAW; CEMENT

MIXER - PM TYPE 6.15 EACH 12 $337.78

30B OPS - ESS SURCHARGE EACH 12 $675.56 31A DETOUR SIGN; LIGHT SETS -

PM TYPE 6.13 EACH 12 $108.09

31B OPS - ESS SURCHARGE EACH 12 $216.18 32A AIR COMPRESSORS - PM

TYPE 6.13 EACH 12 $108.09

32B OPS - ESS SURCHARGE EACH 12 $216.18 33A HYDROMULCHER - PM TYPE

6.13 EACH 12 $108.09

33B OPS - ESS SURCHARGE EACH 12 $216.18 34A AGRICULTURAL SPRAYER;

PRESSURE WASHER, TRAILER MOUNTED - PM

TYPE 6.13

EACH 12 $135.11

34B OPS - ESS SURCHARGE EACH 12 $270.22 35A TRAILER - PM TYPE 6.17 EACH 12 $67.56 35B OPS - ESS SURCHARGE EACH 12 $135.12 36A BULLDOZER <139 HP - PM

TYPE 6.18 EACH 12 $743.11

36B OPS - ESS SURCHARGE EACH 12 $1,486.22 37A BULLDOZER <140 - PM TYPE

6.18 EACH 12 $1,486.22

37B OPS - ESS SURCHARGE EACH 12 $2,229.33 38A WASH FACILITY, AUTOMATED

VEHICLE - PM TYPE 6.19 EACH 12 $1,486.22

38B OPS - ESS SURCHARGE EACH 12 $2,229.33 39A WASH FACILITY, WAND-TYPE

- PM TYPE 6.19 EACH 12 $270.22

39B OPS - ESS SURCHARGE EACH 12 $540.44 40A INTENTIONALLY LEFT BLANK EACH 12 $0.00

40B OPS - ESS SURCHARGE EACH 12 $0.00 41A ASPHALT RECYCLER - PM

TYPE 6.20 EACH 12 $229.69

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

73

41B OPS - ESS SURCHARGE EACH 12 $459.38 42A PUMPS, TRASH, VACUUM,

SEWER CLEANER, TRAILER MOUNTED - PM TYPE 6.21

EACH 12 $148.62

42B OPS - ESS SURCHARGE EACH 12 $297.24 43A POLICE VEHICLES - SEDAN -

PM TYPE 6.1 EACH 12 $270.22

43B OPS - ESS SURCHARGE EACH 12 $405.33 44A POLICE VEHICLES - SUV - PM

TYPE 6.2 EACH 12 $337.78

44B OPS - ESS SURCHARGE EACH 12 $675.55 45A STANDARD OTHER WORK

SERVICES LABOR COST, MECHANIC

HOURLY N/A $24.70

45B AFTER HOURS OTHER SERVICES LABOR COST,

MECHANIC

HOURLY N/A $37.05

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

74

BID ITEM NO.

DESCRIPTION UNIT MONTHS UNIT PRICE

YEAR FOUR (4), OPTION

YEAR ONE (1)

INCREASE IN VEHICLE EQUIPMENT UNITS

MAINTAINED

EACH N/A $175,000.00

OTHER WORK SERVICES MATERIALS ESTIMATED COST

$100,000.00 PLUS 5% CONTRACTORS MARK UP

EACH N/A $105,000.00

1A SEDAN, MINIVAN - PM TYPE 5.10

EACH 12 $138.58

1B OPS - ESS SURCHARGE EACH 12 $207.87 2A TRUCK,PICUP,SUV,VAN, TO

1/2 TON - PM TYPE 6.2 EACH 12 $194.01

2B OPS - ESS SURCHARGE EACH 12 $291.02 3A TRUCK, SUV, VAN, 3/4 TO 2

TON - PM TYPE 6.2 EACH 12 $207.87

3B OPS - ESS SURCHARGE EACH 12 $415.74 4A TRUCK >2 TON - PM TYPE 6.2 EACH 12 $221.73

4B OPS - ESS SURCHARGE EACH 12 $443.46 5A BUS, VAN >2 TON - PM TYPE

6.2 EACH 12 $235.59

5B OPS - ESS SURCHARGE EACH 12 $471.18 6A STRIPER, TRUCK MOUNTED,

>1 TON CHASSIS - PM TYPE 6.3

EACH 12 $110.86

6B OPS - ESS SURCHARGE EACH 12 $221.72 7A STRIPER, RIDE ON, <1 TON

CHASSIS - PM TYPE 6.3 EACH 12 $415.74

7B OPS - ESS SURCHARGE EACH 12 $831.48 8A STRIPER, WALK BEHIND - PM

TYPE 6.3 EACH 12 $831.48

8B OPS - ESS SURCHARGE EACH 12 $1,247.22 9A SWEEPER >5 CU. YD. - PM

TYPE 6.4 EACH 12 $415.74

9B OPS - ESS SURCHARGE EACH 12 $831.48 10A SWEEPERS >2<5 CU. YD.;

SCRUBBER, RIDER, POWER>50 HP: MILLING MACHINE, ASPHALT - PM

TYPE 6.4

EACH 12 $415.74

10B OPS - ESS SURCHARGE EACH 12 $831.48

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

75

11A SWEEPER, RIDER, <2 CU. YD.; RIDE-ON SCRUBBER <50 HP

OR ELECTRIC; DEICER SPRAYER, RUNWAY - PM

TYPE 6.4

EACH 12 $346.45

11B OPS - ESS SURCHARGE EACH 12 $692.90 12A SWEEPER, SCRUBER WALK

BEHIND - PM TYPE 6.4 EACH 12 $692.90

12B OPS - ESS SURCHARGE EACH 12 $1,039.35 13A UTILITY VEHICLE/SHUTTLE

CART/TRUCKSTER - PM TYPE 6.5

EACH 12 $457.31

13B OPS - ESS SURCHARGE EACH 12 $914.62 14A TRACTOR <69 HP - PM TYPE

6.6 EACH 12 $207.87

14B OPS - ESS SURCHARGE EACH 12 $415.74 15A TRACTOR >70-<100 HP - PM

TYPE 6.6 EACH 12 $277.16

15B OPS - ESS SURCHARGE EACH 12 $554.32 16A TRACTOR > 100 HP - PM TYPE

6.6 EACH 12 $346.45

16B OPS - ESS SURCHARGE EACH 12 $692.90 17A TRACTOR 70-115 HP, WITH

TRIPLE-GANG FLAIL, BOOM MOWER - PM TYPE 6.6

EACH 12 $415.74

17B OPS - ESS SURCHARGE EACH 12 $831.48 18A MOWER, NON-POWERED - PM

TYPE 6.14 EACH 12 $41.57

18B OPS - ESS SURCHARGE EACH 12 $83.14 19A MOWER, RIDING/POWER

BROOM - PM TYPE 6.16 EACH 12 $207.87

19B OPS - ESS SURCHARGE EACH 12 $415.74 20A GROUND EQUIPMENT

ATTACHMENTS NON POWERED, SEEDER, THATCHER, HOPPER

SPREADER - PM TYPE 6.7

EACH 12 $83.15

20B OPS - ESS SURCHARGE EACH 12 $166.30 21A EARTH MOVING EQUIPMENT

INCLUDING: BACKHOE; FRONT-END LOADER;

GRADALL; MAINTAINER; ARTICULATED LOADER;

EXCAVATOR CRAWLER - PM TYPE 6.8

EACH 12 $623.61

21B OPS - ESS SURCHARGE EACH 12 $1,247.22 22A EXCAVATOR CRAWLER, MINI,

DITCH WITCH; ROLLER COMPACTOR, ASPHALT - PM

TYPE 6.9

EACH 12 $415.74

22B OPS - ESS SURCHARGE EACH 12 $831.48

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

76

23A FORKLIFT <5500 LBS. CAPACITY - PM TYPE 6.10

EACH 12 $346.45

23B OPS - ESS SURCHARGE EACH 12 $692.90 24A FORKLIFT >5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $415.74

24B OPS - ESS SURCHARGE EACH 12 $831.48 25A AERIAL DEVICE, BOOMLIFT -

PM TYPE 6.11 EACH 12 $554.32

25B OPS - ESS SURCHARGE EACH 12 $1,108.64 26A AERIAL DEVICE, TRUCK

MOUNTED - PM TYPE 6.11 EACH 12 $415.74

26B OPS - ESS SURCHARGE EACH 12 $831.48 27A GENERATOR STATIONARY

<99 KVA - PM TYPE 6.12 EACH 12 $346.45

27B OPS - ESS SURCHARGE EACH 12 $519.68 28A GENERATOR STATIONARY

>99 KVA - PM TYPE 6.12 EACH 12 $485.03

28B OPS - ESS SURCHARGE EACH 12 $727.55 29A PAVEMENT BREAKER WITH

TRAILER - PM TYPE 6.17 EACH 12 $69.29

29B OPS - ESS SURCHARGE EACH 12 $138.58 30A CONCRETE SAW; CEMENT

MIXER - PM TYPE 6.15 EACH 12 $346.45

30B OPS - ESS SURCHARGE EACH 12 $692.90 31A DETOUR SIGN; LIGHT SETS -

PM TYPE 6.13 EACH 12 $110.86

31B OPS - ESS SURCHARGE EACH 12 $221.72 32A AIR COMPRESSORS - PM

TYPE 6.13 EACH 12 $110.86

32B OPS - ESS SURCHARGE EACH 12 $221.72 33A HYDROMULCHER - PM TYPE

6.13 EACH 12 $110.86

33B OPS - ESS SURCHARGE EACH 12 $221.72 34A AGRICULTURAL SPRAYER;

PRESSURE WASHER, TRAILER MOUNTED - PM

TYPE 6.13

EACH 12 $138.58

34B OPS - ESS SURCHARGE EACH 12 $277.16 35A TRAILER - PM TYPE 6.17 EACH 12 $69.29 35B OPS - ESS SURCHARGE EACH 12 $138.58 36A BULLDOZER <139 HP - PM

TYPE 6.18 EACH 12 $762.19

36B OPS - ESS SURCHARGE EACH 12 $1,524.38 37A BULLDOZER <140 - PM TYPE

6.18 EACH 12 $1,524.38

37B OPS - ESS SURCHARGE EACH 12 $2,286.57 38A WASH FACILITY, AUTOMATED

VEHICLE - PM TYPE 6.19 EACH 12 $1,524.38

38B OPS - ESS SURCHARGE EACH 12 $2,286.57 39A WASH FACILITY, WAND-TYPE

- PM TYPE 6.19 EACH 12 $277.16

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

77

39B OPS - ESS SURCHARGE EACH 12 $454.32 40A INTENTIONALLY LEFT BLANK EACH 12 $0.00

40B OPS - ESS SURCHARGE EACH 12 $0.00 41A ASPHALT RECYCLER - PM

TYPE 6.20 EACH 12 $235.59

41B OPS - ESS SURCHARGE EACH 12 $471.18 42A PUMPS, TRASH, VACUUM,

SEWER CLEANER, TRAILER MOUNTED - PM TYPE 6.21

EACH 12 $152.44

42B OPS - ESS SURCHARGE EACH 12 $304.88 43A POLICE VEHICLES - SEDAN -

PM TYPE 6.1 EACH 12 $277.16

43B OPS - ESS SURCHARGE EACH 12 $415.74 44A POLICE VEHICLES - SUV - PM

TYPE 6.2 EACH 12 $346.45

44B OPS - ESS SURCHARGE EACH 12 $692.90 45A STANDARD OTHER WORK

SERVICES LABOR COST, MECHANIC

HOURLY N/A $25.44

45B AFTER HOURS OTHER SERVICES LABOR COST,

MECHANIC

HOURLY N/A $38.16

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

78

BID ITEM NO.

DESCRIPTION UNIT MONTHS UNIT PRICE

YEAR FIVE (5),

OPTION YEAR TWO

(2)

INCREASE IN VEHICLE EQUIPMENT UNITS

MAINTAINED

EACH N/A $175,000.00

OTHER WORK SERVICES MATERIALS ESTIMATED COST

$100,000.00 PLUS 5% CONTRACTORS MARK UP

EACH N/A $105,000.00

1A SEDAN, MINIVAN - PM TYPE 5.10

EACH 12 $142.14

1B OPS - ESS SURCHARGE EACH 12 $213.21 2A TRUCK,PICUP,SUV,VAN, TO

1/2 TON - PM TYPE 6.2 EACH 12 $199.00

2B OPS - ESS SURCHARGE EACH 12 $298.49 3A TRUCK, SUV, VAN, 3/4 TO 2

TON - PM TYPE 6.2 EACH 12 $213.21

3B OPS - ESS SURCHARGE EACH 12 $426.42 4A TRUCK >2 TON - PM TYPE 6.2 EACH 12 $227.42

4B OPS - ESS SURCHARGE EACH 12 $454.84 5A BUS, VAN >2 TON - PM TYPE

6.2 EACH 12 $241.64

5B OPS - ESS SURCHARGE EACH 12 $483.28 6A STRIPER, TRUCK MOUNTED,

>1 TON CHASSIS - PM TYPE 6.3

EACH 12 $113.71

6B OPS - ESS SURCHARGE EACH 12 $227.42 7A STRIPER, RIDE ON, <1 TON

CHASSIS - PM TYPE 6.3 EACH 12 $426.42

7B OPS - ESS SURCHARGE EACH 12 $852.84 8A STRIPER, WALK BEHIND - PM

TYPE 6.3 EACH 12 $852.84

8B OPS - ESS SURCHARGE EACH 12 $1,279.26 9A SWEEPER >5 CU. YD. - PM

TYPE 6.4 EACH 12 $426.42

9B OPS - ESS SURCHARGE EACH 12 $852.84 10A SWEEPERS >2<5 CU. YD.;

SCRUBBER, RIDER, POWER>50 HP: MILLING MACHINE, ASPHALT - PM

TYPE 6.4

EACH 12 $426.42

10B OPS - ESS SURCHARGE EACH 12 $852.84

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

79

11A SWEEPER, RIDER, <2 CU. YD.; RIDE-ON SCRUBBER <50 HP

OR ELECTRIC; DEICER SPRAYER, RUNWAY - PM

TYPE 6.4

EACH 12 $335.35

11B OPS - ESS SURCHARGE EACH 12 $670.70 12A SWEEPER, SCRUBER WALK

BEHIND - PM TYPE 6.4 EACH 12 $670.70

12B OPS - ESS SURCHARGE EACH 12 $1,006.05 13A UTILITY VEHICLE/SHUTTLE

CART/TRUCKSTER - PM TYPE 6.5

EACH 12 $469.06

13B OPS - ESS SURCHARGE EACH 12 $938.12 14A TRACTOR <69 HP - PM TYPE

6.6 EACH 12 $213.21

14B OPS - ESS SURCHARGE EACH 12 $426.42 15A TRACTOR >70-<100 HP - PM

TYPE 6.6 EACH 12 $284.28

15B OPS - ESS SURCHARGE EACH 12 $568.56 16A TRACTOR > 100 HP - PM TYPE

6.6 EACH 12 $355.35

16B OPS - ESS SURCHARGE EACH 12 $710.70 17A TRACTOR 70-115 HP, WITH

TRIPLE-GANG FLAIL, BOOM MOWER - PM TYPE 6.6

EACH 12 $426.42

17B OPS - ESS SURCHARGE EACH 12 $852.84 18A MOWER, NON-POWERED - PM

TYPE 6.14 EACH 12 $42.64

18B OPS - ESS SURCHARGE EACH 12 $85.28 19A MOWER, RIDING/POWER

BROOM - PM TYPE 6.16 EACH 12 $213.21

19B OPS - ESS SURCHARGE EACH 12 $426.42 20A GROUND EQUIPMENT

ATTACHMENTS NON POWERED, SEEDER, THATCHER, HOPPER

SPREADER - PM TYPE 6.7

EACH 12 $85.28

20B OPS - ESS SURCHARGE EACH 12 $170.56 21A EARTH MOVING EQUIPMENT

INCLUDING: BACKHOE; FRONT-END LOADER;

GRADALL; MAINTAINER; ARTICULATED LOADER;

EXCAVATOR CRAWLER - PM TYPE 6.8

EACH 12 $639.63

21B OPS - ESS SURCHARGE EACH 12 $1,279.26 22A EXCAVATOR CRAWLER, MINI,

DITCH WITCH; ROLLER COMPACTOR, ASPHALT - PM

TYPE 6.9

EACH 12 $426.42

22B OPS - ESS SURCHARGE EACH 12 $852.84

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

80

23A FORKLIFT <5500 LBS. CAPACITY - PM TYPE 6.10

EACH 12 $355.35

23B OPS - ESS SURCHARGE EACH 12 $710.70 24A FORKLIFT >5500 LBS.

CAPACITY - PM TYPE 6.10 EACH 12 $426.42

24B OPS - ESS SURCHARGE EACH 12 $852.84 25A AERIAL DEVICE, BOOMLIFT -

PM TYPE 6.11 EACH 12 $568.56

25B OPS - ESS SURCHARGE EACH 12 $1,137.12 26A AERIAL DEVICE, TRUCK

MOUNTED - PM TYPE 6.11 EACH 12 $426.42

26B OPS - ESS SURCHARGE EACH 12 $852.84 27A GENERATOR STATIONARY

<99 KVA - PM TYPE 6.12 EACH 12 $355.35

27B OPS - ESS SURCHARGE EACH 12 $533.03 28A GENERATOR STATIONARY

>99 KVA - PM TYPE 6.12 EACH 12 $497.49

28B OPS - ESS SURCHARGE EACH 12 $746.24 29A PAVEMENT BREAKER WITH

TRAILER - PM TYPE 6.17 EACH 12 $71.07

29B OPS - ESS SURCHARGE EACH 12 $142.14 30A CONCRETE SAW; CEMENT

MIXER - PM TYPE 6.15 EACH 12 $355.35

30B OPS - ESS SURCHARGE EACH 12 $710.60 31A DETOUR SIGN; LIGHT SETS -

PM TYPE 6.13 EACH 12 $113.71

31B OPS - ESS SURCHARGE EACH 12 $227.42 32A AIR COMPRESSORS - PM

TYPE 6.13 EACH 12 $113.71

32B OPS - ESS SURCHARGE EACH 12 $227.42 33A HYDROMULCHER - PM TYPE

6.13 EACH 12 $113.71

33B OPS - ESS SURCHARGE EACH 12 $227.42 34A AGRICULTURAL SPRAYER;

PRESSURE WASHER, TRAILER MOUNTED - PM

TYPE 6.13

EACH 12 $142.14

34B OPS - ESS SURCHARGE EACH 12 $284.28 35A TRAILER - PM TYPE 6.17 EACH 12 $71.07 35B OPS - ESS SURCHARGE EACH 12 $142.14 36A BULLDOZER <139 HP - PM

TYPE 6.18 EACH 12 $781.77

36B OPS - ESS SURCHARGE EACH 12 $1,563.54 37A BULLDOZER <140 - PM TYPE

6.18 EACH 12 $1,563.54

37B OPS - ESS SURCHARGE EACH 12 $2,345.31 38A WASH FACILITY, AUTOMATED

VEHICLE - PM TYPE 6.19 EACH 12 $1,563.54

38B OPS - ESS SURCHARGE EACH 12 $2,345.31 39A WASH FACILITY, WAND-TYPE

- PM TYPE 6.19 EACH 12 $284.28

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

81

39B OPS - ESS SURCHARGE EACH 12 $568.56 40A INTENTIONALLY LEFT BLANK EACH 12 $0.00

40B OPS - ESS SURCHARGE EACH 12 $0.00 41A ASPHALT RECYCLER - PM

TYPE 6.20 EACH 12 $241.64

41B OPS - ESS SURCHARGE EACH 12 $483.28 42A PUMPS, TRASH, VACUUM,

SEWER CLEANER, TRAILER MOUNTED - PM TYPE 6.21

EACH 12 $156.35

42B OPS - ESS SURCHARGE EACH 12 $312.70 43A POLICE VEHICLES - SEDAN -

PM TYPE 6.1 EACH 12 $284.28

43B OPS - ESS SURCHARGE EACH 12 $426.42 44A POLICE VEHICLES - SUV - PM

TYPE 6.2 EACH 12 $355.35

44B OPS - ESS SURCHARGE EACH 12 $710.70 45A STANDARD OTHER WORK

SERVICES LABOR COST, MECHANIC

HOURLY N/A $26.20

45B AFTER HOURS OTHER SERVICES LABOR COST,

MECHANIC

HOURLY N/A $39.29

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

82

EXHIBIT "C" EQUAL EMPLOYMENT OPPORTUNITY

1. The contractor, subcontractor, vendor, supplier, or lessee will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, or age. The contractor, subcontractor, vendor, supplier, or lessee will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, or age. Such action will include, but not be limited to, the following: employment; upgrading; demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation and selection for training, including apprenticeship. The contractor, subcontractor, vendor, supplier or lessee agrees to post in conspicuous places available to employees, and applicants for employment, notices to be provided by the City setting forth the provisions of this Equal Employment Opportunity Clause. 2. The contractor, subcontractor, vendor, supplier, or lessee states that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin or age. 3. The contractor, subcontractor, vendor, supplier, or lessee will send to each labor union or representatives of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer advising the said labor union or worker's representative of the contractor's and subcontractor's commitments under Section 202 of Executive Order No. 11246, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor, subcontractor, vendor, supplier, or lessee will comply with all provisions of Executive Order No. 11246 and the rules, regulations, and relevant orders of the Secretary of Labor or other Federal Agency responsible for enforcement of the equal employment opportunity and affirmative action provisions applicable and will likewise furnish all information and reports required by the Mayor and/or Contractor Compliance Officer(s) for purposes of investigation to ascertain and effect compliance with this program. 5. The contractor, subcontractor, vendor, supplier, or lessee will furnish all information and reports required by Executive Order No. 11246, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to all books, records, and accounts by the appropriate City and Federal Officials for purposes of investigations to ascertain compliance with such rules, regulations, and orders. Compliance reports filed at such times as directed shall contain information as to the employment practice policies, program, and work force statistics of the contractor, subcontractor, vendor, supplier, or lessee. 6. In the event of the contractor's, subcontractor's, vendor's, supplier's, or lessee's non-compliance with the non-discrimination clause of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part, and the contractor, subcontractor, vendor, supplier, or lessee may be declared ineligible for further City contracts in accordance with procedures provided in Executive Order No. 11246, and such other sanctions may be imposed and remedies invoked as provided in the said Executive Order, or by rule, regulation, or order of the Secretary of Labor, or as may otherwise be provided by law. 7. The contractor shall include the provisions of paragraphs 1-8 of this Equal Employment Opportunity Clause in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 8. The contractor shall file and shall cause his or her subcontractors, if any, to file compliance reports with the City in the form and to the extent as may be prescribed by the Mayor. Compliance reports filed at such times as directed shall contain information as to the practices, policies, programs, and employment policies and employment statistics of the contractor and each subcontractor.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

83

EXHIBIT "D"

MWBE SUBCONTRACT TERMS

Contractor shall ensure that all subcontracts with MWBE subcontractors and suppliers are clearly labeled "THIS AGREEMENT IS SUBJECT TO BINDING ARBITRATION ACCORDING TO THE TEXAS GENERAL ARBITRATION ACT" and contain the following terms:

1. (MWBE subcontractor) shall not delegate or subcontract more than 50% of the work under this subcontract to any other subcontractor or supplier without the express written consent of the City of Houston's Affirmative Action Director ("the Director").

2. (MWBE subcontractor) shall permit representatives of the City of Houston, at all reasonable times, to perform (1) audits of subcontractor=s books and records, and (2) inspections of all places where work is to be undertaken in connection with this subcontract. Subcontractor shall keep its books and records available for inspection for at least 4 years after the end of its performance under this subcontract. Nothing in this provision shall change the time for bringing a cause of action.

3. Within 5 business days of execution of this subcontract, Contractor (prime contractor) and Subcontractor shall designate in writing to the Director an agent for receiving any notice required or permitted to be given under Chapter 15 of the Houston City Code of Ordinances, along with the street and mailing address and phone number of the agent.

4. Any controversy between the parties involving the construction or application of any of the terms, covenants, or conditions of this subcontract must, upon the written request of one party served upon the other or upon notice by the Director served on both parties, be submitted to binding arbitration, under the Texas General Arbitration Act (Tex. Civ. Prac. & Rem. Code Ann., Ch. 171 -- "the Act"). Arbitration must be conducted according to the following procedures:

a. Upon the decision of the Director or upon written notice to the Director from either party that a dispute has arisen, the Director shall notify all parties that they must resolve the dispute within 30 days or the matter may be referred to arbitration.

b. If the dispute is not resolved within the time specified, any party or the Director may submit the matter to arbitration conducted by the American Arbitration Association under the rules of the American Arbitration Association, except as otherwise required by the City's contract with the American Arbitration Association on file in the City's Affirmative Action Division Office.

c. Each party shall pay all fees required by the American Arbitration Association and sign a form releasing the American Arbitration Association and its arbitrators from liability for decisions reached in the arbitration.

d. If the American Arbitration Association no longer administers Affirmative Action arbitration for the City, the Director shall prescribe alternate procedures to provide arbitration by neutrals in accordance with the requirements of Chapter 15 of the Houston City Code of Ordinances.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

84

EXHIBIT "E" PERFORMANCE BOND THE STATE OF TEXAS '

' COUNTY OF HARRIS '

, THAT WE,_________________________________________________________________, as Principal, (the "Contractor") and the other subscriber hereto,___________________________________________, as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Houston (the "City"), a municipal corporation, in the penal sum of $____________________________________for the payment of which sum, well and truly to be made to the City, its successors and assigns, Contractor and Surety do bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT: WHEREAS, the Contractor has on or about this day executed an Agreement in writing with the City for fleet/vehicle and equipment maintenance services for the City of Houston Airport System all of such work to be done as set out in full in said Agreement therein referred to and adopted by the City Council, all of which are made a part of this instrument as fully and completely as if set out in full herein. NOW THEREFORE, if the said Contractor shall faithfully and strictly perform the Agreement in all its terms, provisions, and stipulations in accordance with its true meaning and effect, and shall comply strictly with each and every provision of the Agreement and with this Bond, then this obligation shall become null and void and shall have no further force and effect; otherwise the same is to remain in full force and effect. Should the Contractor fail to faithfully and strictly perform the Agreement in all its terms, including but not limited to the indemnifications thereunder, the Surety shall be liable for all damages, losses, expenses and liabilities that the City may suffer in consequence thereof, as more fully set forth herein. It is further understood and agreed that the Surety does hereby relieve the City and its representatives from the exercise of any diligence whatever in securing compliance on the part of the Contractor with the terms of the Agreement and the Surety agrees that it shall be bound to take notice of and shall be held to have knowledge of all acts or omissions of the Contractor in all matters pertaining to the Agreement. It is further expressly agreed by Surety that the City and/or its representatives are at liberty at any time, without notice to the Surety, to make any change in the Agreement and in the Work to be done thereunder, as provided in the Agreement, and in the terms and conditions thereof, or to make any change in, addition to, or deduction from the Work to be done thereunder; and that such changes, if made, shall not in any way vitiate the obligation in this Bond and undertaking or release the Surety therefrom. IT IS FURTHER EXRESSLY AGREED AND UNDERSTOOD THAT THE CONTRACTOR AND SURETY WILL FULLY INDEMNIFY AND SAVE HARMLESS THE CITY FROM ANY LIABILITY, LOSS, COST, EXPENSE, OR DAMAGE ARISING OUT OF CONTRACTOR'S PERFORMANCE OF THE AGREEMENT. If the City gives Surety notice of Contractor's default, Surety shall, within 30 days, take one of the following actions:

1. Arrange for Contractor, with consent of the City, to perform and complete the Agreement; or

2. Take over and assume completion of the Agreement itself, through its agents or through independent contractors, and become entitled to the payment of the balance of the Agreement pricing and payments for work performed.

If the Surety fails to take either of the actions set out above, it shall be deemed to have waived its right to

perform and complete the Agreement and receive payment of the balance of the Agreement payment and the City shall be entitled to enforce any remedies available at law, including but not limited to completing the Agreement itself and recovering any cost in excess of the Original Contract Price from the Surety.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

85

This Bond and all obligations created hereunder shall be performable in Harris County, Texas. This Bond is given in compliance with the provisions of Chapter 2253, Texas Government Code, as amended, (even though the statute may not apply), which is incorporated herein by this reference. Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other Party at the address prescribed in the Agreement, or at such other address as the receiving party may hereafter prescribe by written notice to the sending party. This Bond and all obligations created under it shall be performable in Harris County, Texas, and all are non-cancelable. This Bond must be automatically renewed annually on the anniversary of the effective date of the Bond for the term of the Agreement and any extensions, unless the Surety gives the Principal and the City 30 days written notice before the renewal date that the Surety will not renew this Bond, in which case the Principal shall provide the City with a replacement bond (in the same form as this Bond) before the renewal date.

If the City brings any suit or other proceeding at law on the Agreement or this Bond, or both, the Principal and the Surety shall pay to the City the additional sum of 10 percent of whatever amount the City recovers, which sum of 10 percent is agreed by all parties to be indemnity to the City for the expense of and time consumed by its City Attorney, his or her assistants, and office staff, and other costs and damages to the City. The amount of 10 percent is fixed and liquidated by the parties because the exact damage to the City would be difficult to ascertain.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

86

IN WITNESS THEREOF, the said Contractor and Surety have signed and sealed this instrument on the respective dates written below their signatures and have attached current Power of Attorney. ATTEST/SEAL: (if a corporation) __________________________________________ WITNESS: (if not corporation) (Name of Contractor) By:______________________________ By:_________________________________ Name: Name: Title: Title: Date: ATTEST/SURETY WITNESS (SEAL) ___________________________________

(Full Name of Surety)

___________________________________ (Address of Surety for Notice) ___________________________________ (Telephone Number of Surety)

By:_______________________________ By:________________________________ Name: Name: Title: Title: Attorney-in-Fact Date: Date: REVIEWED: ___________________________________ Sr. Assistant City Attorney P. O. Box 368 Houston, TX 77001-0368

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

87

EXHIBIT "F" DRUG POLICY COMPLIANCE AGREEMENT I, as an owner or officer of

(Name) (Print/Type) (Title) (Contractor) (Name of Company) have authority to bind Contractor with respect to its bid, offer or performance of any and all contracts it may enter into with the City of Houston; and that by making this Agreement, I affirm that the Contractor is aware of and by the time the contract is awarded will be bound by and agree to designate appropriate safety impact positions for company employee positions, and to comply with the following requirements before the City issues a Notice to Proceed:

1. Develop and implement a written Drug Free Workplace Policy and related drug testing procedures for the Contractor that meet the criteria and requirements established by the Mayor's Amended Policy on Drug Detection and Deterrence (Mayor's Drug Policy) and the Mayor's Drug Detection and Deterrence Procedures for Contractors (Executive Order No. 1-31).

2. Obtain a facility to collect urine samples consistent with Health and Human Services (HHS) guidelines and

a HHS certified drug testing laboratory to perform the drug tests.

3. Monitor and keep records of drug tests given and the results; and upon request from the City of Houston, provide confirmation of such testing and results.

4. Submit semi-annual Drug Policy Compliance Declarations.

I affirm on behalf of the Contractor that full compliance with the Mayor's Drug Policy and Executive Order No. 1-31 is a material condition of the contract with the City of Houston. I further acknowledge that falsification, failure to comply with or failure to timely submit declarations and/or documentation in compliance with the Mayor's Drug Policy and/or Executive Order No. 1-31 will be considered a breach of the contract with the City and may result in non-award or termination of the contract by the City of Houston. _________________________________ Date Contractor Name

_________________________________ Signature

_________________________________ Title

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

88

EXHIBIT "G" CONTRACTOR'S CERTIFICATION OF NO SAFETY IMPACT POSITIONS IN PERFORMANCE OF A CITY CONTRACT I, , ,

(Name) (Title) as an owner or officer of (Contractor)

(Name of Company) have authority to bind the Contractor with respect to its bid, and hereby certify that Contractor has no employee safety impact positions, as defined in '5.18 of Executive Order No. 1-31, that will be involved in performing .

(Project) Contractor agrees and covenants that it shall immediately notify the City of Houston Director of Personnel if any safety impact positions are established to provide services in performing this City Contract. ______________________________________

(Date) (Typed or Printed Name)

_______________________________________ (Signature)

_______________________________________

(Title)

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

89

EXHIBIT "H" DRUG POLICY COMPLIANCE DECLARATION I, as an owner or officer of

(Name) (Print/Type) (Title) (Contractor) (Name of Company) have personal knowledge and full authority to make the following declarations: This reporting period covers the preceding 6 months from to , 20 . A written Drug Free Workplace Policy has been implemented and employees notified. Initials The policy meets the criteria established by the Mayor's Amended Policy on Drug Detection and

Deterrence (Mayor's Policy). Written drug testing procedures have been implemented in conformity with the Mayor's Initials Drug Detection and Deterrence Procedures for Contractors, Executive Order No. 1-31. Employees

have been notified of such procedures. Collection/testing has been conducted in compliance with federal Health and Human Initials Services (HHS) guidelines. Appropriate safety impact positions have been designated for employee positions Initials performing on the City of Houston contract. The number of employees in safety impact positions

during this reporting period is . From to the following testing has occurred: Initials (Start date) (End date)

Random Reasonable Suspicion

Post Accident

Total

Number Employees Tested

Number Employees Positive

Percent Employees Positive

Any employee who tested positive was immediately removed from the City worksite Initials consistent with the Mayor's Policy and Executive Order No. 1-31. I affirm that falsification or failure to submit this declaration timely in accordance with Initials established guidelines will be considered a breach of contract. I declare under penalty of perjury that the affirmations made herein and all information contained in this declaration are within my personal knowledge and are true and correct. ______________________________

(Date) (Typed or Printed Name)

______________________________ (Signature) ______________________________

(Title)

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

90

EXHIBIT "I" PREVENTIVE MAINTENANCE SCHEDULES

1.1 PASSENGER VEHICLES

Provide scheduled maintenance in accordance with OEM manuals, technical/service bulletins, and best fleet

practices. Maintenance must comply with OEM Warranty and Emissions requirements. As a minimum, maintenance routines must include, but are not limited to, the following:

1.1.1 REPLACE/CHANGE

1.1.1.1 Replace or change the following in accordance with OEM recommended intervals

using OEM-approved products, lubricants, and parts: 1.1.1.1.1 Crankcase and oil filter 1.1.1.1.2 Power steering fluid/filter 1.1.1.1.3 Fuel filter 1.1.1.1.4 Air cleaner element 1.1.1.1.5 Spark plugs 1.1.1.1.6 PCV valve 1.1.1.1.7 Camshaft timing belt 1.1.1.1.8 Cabin air filter element (if equipped) 1.1.1.1.9 Engine coolant 1.1.1.1.10 Transaxle/transmission fluid and filters 1.1.1.1.11 Differential lubricant 1.1.1.1.12 Transfer case lubricant 1.1.1.1.13 Windshield wiper blades

1.1.2 LUBRICATE

1.1.2.1 Lubricate the following in accordance with OEM recommended intervals using OEM-approved lubricants:

1.1.2.1.1 Steering and suspension

1.1.2.1.2 Front-axle drive shafts 1.1.2.1.3 Clutch linkages, transmission/transfer case linkages 1.1.2.1.4 Wheel bearings 1.1.2.1.5 U-joints/Slip yoke 1.1.2.1.6 Disk brake caliper slide rails 1.1.2.1.7 All hinges, latches, cables, weather strips (on hood, doors, and trunk)

1.1.3 INSPECT/ADJUST

1.1.3.1 Inspect the following in accordance with OEM recommended intervals and replace parts, clean, or adjust in accordance with OEM-requirements:

1.1.3.1.1 Brake system, including hoses, lines, brake pads and linings, rotors,

drums, cylinders, parking brake 1.1.3.1.2 Exhaust system including manifolds, catalytic converters, mufflers,

exhaust pipes, tail pipe, hangers, heat shields 1.1.3.1.3 Fuel system, including fuel tank, cap, fuel lines, fuel pumps, injectors,

carburetor, choke, linkages 1.1.3.1.4 Electrical systems, including lights, alarms, headlamps, turn signals, horn,

battery/terminals, alternator, starter, switches, windshields wipers, and chassis wiring

1.1.3.1.5 Ignition system including electronic modules and chips, engine timing, distributor, cap, rotor, (points and condenser if applicable), spark plug wires/boots, coil and spark plugs

1.1.3.1.6 Cooling system, including radiator, shroud, fan assembly, hoses, clamps, coolant condition, coolant recovery system, and radiator cap

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

91

1.1.3.1.6.1 Air conditioning system 1.1.3.1.7 Suspension, including shock absorbers, struts, tie rods, bushings, ball

joints 1.1.3.1.8 Belts (condition, tension, and alignment) including camshaft timing belt,

fan belt, and accessory drive belts 1.1.3.1.9 Drivetrain including clutch, transmission bands, U-joints, cv-joints, and

boots 1.1.4 CHECK 1.1.4.1 Check the following in accordance with OEM recommended intervals: 1.1.4.1.1 Check tires for proper inflation and any unusual wear patterns

1.1.4.1.2 Check fluid levels on all systems, i.e. brakes, power steering, engine coolant, windshield washer, clutch reservoir, transmission and differential

1.1.4.1.3 Check steering wheel play; all seat belts and restraints; door glass, windshields, and mirror condition

1.1.4.1.4 Check license plates and brackets; fifth wheel mountings and locks; mud flaps and brackets; and exhaust stack and mounting

1.1.5 ROTATE 1.1.5.1 Rotate tires in accordance with OEM recommended intervals 1.1.6 TORQUE 1.1.6.1 Torque lug nuts in accordance with OEM recommended intervals 1.1.7 ALIGN/BALANCE 1.1.7.1 Align/balance the following in accordance with OEM recommended procedures:

1.1.7.1.1 Align the suspension to ensure proper tire wear and safe handling. Alignment must include caster, camber, and toe-in adjustment

1.1.7.1.2 Balance tires to ensure proper tire wear and safe handling 1.1.7.1.3 Align the headlamps to ensure proper low-beam and high beam coverage

1.1.8 TUNE-UP 1.1.8.1 Perform tune-up in accordance with OEM recommended interval

1.2 TRUCKS AND CARGO/WORK VEHICLES 1.2.1 Provide scheduled maintenance in accordance with OEM manuals, technical/service

bulletins, and best fleet practices. Maintenance must comply with OEM Warranty and Emissions requirements. As a minimum, maintenance routines must include, but are not limited to, the following:

1.2.2 REPLACE/CHANGE

1.2.2.1 Replace or change the following in accordance with OEM recommended intervals using

OEM-approved products, lubricants, and parts:

1.2.2.1.1 Crankcase and oil filter 1.2.2.1.2 Fuel filter 1.2.2.1.3 Air cleaner element 1.2.2.1.4 Vaculator element 1.2.2.1.5 Spark plugs 1.2.2.1.6 PCV valve 1.2.2.1.7 Engine coolant

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

92

1.2.2.1.8 Transmission fluid and filters 1.2.2.1.9 Differential lubricant

1.2.2.1.10 Transfer case lubricant 1.2.3 CLEAN/SERVICE 1.2.3.1 Service the following in accordance with OEM procedures at OEM recommended intervals:

1.2.3.1.1 Oil bath air cleaner (clean, fill, inspect gasket) 1.2.3.1.2 Vaculator 1.2.3.1.3 Battery, including cleaning battery terminals and cables, battery hold downs

and battery box 1.2.3.1.4 Crankcase ventilating system 1.2.3.1.5 Axle breathers

1.2.4 TEST

1.2.4.1 Test the following in accordance with OEM procedures at OEM recommended intervals:

1.2.4.1.1 Thermostat 1.2.4.1.2 Starter, electrical test 1.2.4.1.3 Alternator, electrical test 1.2.5 LUBRICATE

1.2.5.1 Lubricate the following in accordance with OEM recommended intervals using OEM-approved lubricants:

1.2.5.1.1 Lubrication fittings on steering and suspension 1.2.5.1.2 Front-axle drive shafts 1.2.5.1.3 Clutch linkages, transmission/transfer case linkages 1.2.5.1.4 Wheel bearings (pull, clean, and inspect, lubricate and replace seals) 1.2.5.1.5 U-joints/Slip yoke 1.2.5.1.6 Disk brake caliper slide rails 1.2.5.1.7 All hinges, latches, cables, weather strips (on hood, doors, and trunk) 1.2.5.1.8 Pivoting mechanisms 1.2.5.1.9 Fifth wheel

1.2.5.1.10 Liftgate 1.2.6 INSPECT/ADJUST

1.2.6.1 Inspect the following in accordance with OEM recommended intervals for proper operation, and replace parts, clean, or adjust in accordance with OEM-requirements:

1.2.6.1.1 Safety items including mud flaps, splash guards, mirrors, glass, controls,

hand brake, all lights, signals, clearance lamps, reflectors, horn, windshield wipers, fuel tank mountings, and any safety equipment

1.2.6.1.2 Brake system, including hoses, lines, brake pads and linings, rotors, drums, cylinders, parking brake

1.2.6.1.3 Exhaust system including manifolds, catalytic converters, mufflers, exhaust pipes, tail pipe, hangers, heat shields, exhaust shields, rain caps

1.2.6.1.4 Fuel system, including fuel tank, cap, fuel lines, fuel pumps, injectors, carburetor, chokes, linkages

1.2.6.1.5 Electrical systems, including lights, headlamps, turn signals, horn, battery/terminals, alternator, starter, switches, windshields wipers, and chassis wiring

1.2.6.1.6 Ignition system including electronic modules and chips, engine timing, distributor, cap, rotor, (points and condenser if applicable), spark plug

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

93

wires/boots, coil and spark plugs 1.2.6.1.7 Cooling system, including radiator, shroud, fan assembly, shutters, hoses,

clamps, coolant condition, and cap. (Record level of antifreeze protection) 1.2.6.1.8 Air conditioning system 1.2.6.1.9 Suspension, including springs, shock absorbers, U-bolts, shackles, struts,

ball joints, and bushings 1.2.6.1.10 Steering components including steering gear, flex coupling on steering

shaft, tie rods, pitman arm, idler arms, steering damper, kingpins. 1.2.6.1.11 Belts (condition, tension, and alignment) including camshaft timing belt, fan

belt, and accessory drive belts 1.2.6.1.12 Drivetrain including clutch, transmission bands, U-joints, slip yokes,

hangers, brackets, bearings, and seals. Inspect multi-speed axle operation 1.2.6.1.13 Frame, including X-members, mounts 1.2.6.1.14 Air system, including compressor, air tanks, valves, air lines, air hoses, low

air pressure warning device, air pressure drop (brakes off, brakes applied, air intake. (Drain moisture from tanks and lines)

1.2.6.1.15 Hydraulic system including pumps and hoses 1.1.6.1.16 Body drain holes

1.2.7 CHECK 1.2.7.1 Check the following in accordance with OEM recommended intervals:

1.2.7.1.1 Check tires for proper inflation proper tire mating, condition of valve stems, valve caps, and any unusual wear patterns

1.2.7.1.2 Check wheels for cracks, bent rims, missing or loose lugs, and outer hub leaks

1.2.7.1.3 Check fluid levels on all systems, i.e. brakes, power steering, engine coolant, windshield washer, clutch reservoir, transmission and differential

1.2.7.1.4 Check steering wheel play; all seat belts and restraints; door glass, windshields, and mirror condition

1.2.7.1.5 Check hydraulic tank, cylinders, control handles and linkages, and PTO shaft

1.2.7.1.6 Check license plates and brackets; fifth wheel mountings and locks; and exhaust stack and mounting

1.2.7.1.7 Check operation of gauges 1.2.8 ROTATE 1.2.8.1 Rotate tires in accordance with OEM recommended intervals 1.2.9 TORQUE 1.2.9.1 Torque lug nuts in accordance with OEM recommended intervals 1.2.10 ALIGN/BALANCE 1.2.10.1 Align/balance the following in accordance with OEM recommended procedures:

1.2.10.1.1 Align the suspension to ensure proper tire wear and safe handling. Alignment must include caster, camber, and toe-in adjustment

1.2.10.1.2 Balance tires to ensure proper tire wear and safe handling 1.2.10.1.3 Align the headlamps to ensure proper low-beam and high beam coverage

1.2.11 TUNE-UP 1.2.11.1 Perform tune-up in accordance with OEM recommended interval.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

94

1.3 STRIPER 1.3.1 Perform preventive maintenance in accordance with OEM recommended procedures. 1.4 SWEEPERS

1.4.1 Provide scheduled maintenance in accordance with OEM manuals, technical/service bulletins, and best fleet practices. Maintenance must comply with OEM Warranty. As a minimum, maintenance routines must include, but are not limited to, the following:

1.4.2 REPLACE/CHANGE

1.4.2.1 Replace or change the following in accordance with OEM recommended intervals using OEM-approved products, lubricants, and parts:

1.4.2.1.1 Oil and oil filter 1.4.2.1.2 Fuel filter 1.4.2.1.3 Air filter element 1.4.2.1.4 Engine coolant 1.4.2.1.5 Transmission fluid and filters 1.4.2.1.6 Belts and hoses 1.4.2.1.7 Hydraulic filters and fluids

1.4.3 LUBRICATE

1.4.3.1 Lubricate the following in accordance with OEM recommended intervals using OEM- approved lubricants:

1.4.3.1.1 Lubrication fittings on steering and suspension 1.4.3.1.2 Chassis, clutch linkages, transmission/transfer case linkages 1.4.3.1.3 Wheel bearings (pull, clean, and inspect, lubricate and replace seals) 1.4.3.1.4 U-joints/Slip yoke 1.4.3.1.5 Disk brake caliper slide rails 1.4.3.1.6 All hinges, latches, cables, weather strips (on hood, doors, and trunk) 1.4.3.1.7 Pivoting mechanisms

1.4.4 INSPECT/ADJUST

1.4.4.1 Inspect the following in accordance with OEM recommended intervals for proper operation, and replace parts, clean, or adjust in accordance with OEM-requirements:

1.4.4.1.1 Safety items including, mirrors, glass, controls, hand brake, all lights,

signals, clearance lamps, reflectors, horn, windshield wipers, fuel tank mountings, and any safety equipment

1.4.4.1.2 Brake system, including hoses, lines, brake pads and linings, rotors, drums, cylinders, parking brake

1.4.4.1.3 Exhaust system including manifolds, catalytic converters, mufflers, exhaust pipes, tail pipe, hangers, heat shields, exhaust shields, rain caps

1.4.4.1.4 Fuel system, including fuel tank, cap, fuel lines, fuel pumps, injectors, carburetor, chokes, linkages

1.4.4.1.5 Electrical systems, including lights, headlamps, turn signals, horn, battery/terminals, alternator, starter, switches, windshields wipers, and chassis wiring

1.4.4.1.6 Cooling system, including radiator, shroud, fan assembly, shutters, hoses, clamps, coolant condition, and cap. (Record level of antifreeze protection)

1.4.4.1.7 Air conditioning system 1.4.4.1.8 Suspension, including springs, shock absorbers, U-bolts, shackles, struts,

ball joints, and bushings 1.4.4.1.9 Steering components including steering gear, flex coupling on steering

shaft, tie rods, pitman arm, idler arms, steering damper, kingpins

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

95

1.4.4.1.10 Sweeping system, including main and side brooms, shoe runners, conveyor belt, water spray nozzles, water pump and tank, and hopper assembly

1.4.4.1.11 Belts (condition, tension, and alignment) including camshaft timing belt, fan belt, and accessory drive belts

1.4.4.1.12 Hydraulic system including tank, pumps, hoses, and cylinder mounting pins 1.4.5 CHECK 1.4.5.1 Check the following in accordance with OEM recommended intervals:

1.4.5.1.1 Check instruments, gauges, and horns 1.4.5.1.2 Check reverse warning system 1.4.5.1.3 Check exterior for physical damage 1.4.5.1.4 Check tires for proper inflation proper tire mating, condition of valve stems,

valve caps, and any unusual wear patterns 1.4.5.1.5 Check wheels for cracks, bent rims, missing or loose lugs, noisy wheel

bearings, and outer hub leaks 1.4.5.1.6 Check fluid levels on all systems, i.e. brakes, power steering, engine

coolant, windshield washer, clutch reservoir, transmission and differential 1.4.5.1.7 Check for oil leaks 1.4.5.1.8 Check steering wheel play; all seat belts and restraints; door glass,

windshields, and mirror condition 1.4.5.1.9 Check hydraulic tank, cylinders, control handles and linkages 1.4.5.1.10 Check turbocharger and blower 1.4.5.1.11 Check operation of gauges

1.5 UTILITY VEHICLE/SHUTTLE CART/TRUCKSTER

1.5.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.6 TRACTOR 1.6.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.7 GROUND EQUIPMENT ATTACHMENTS NON-POWERED, SEEDER, THATCHER, HOPPER SPREADER

1.7.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.8 EARTH MOVING EQUIPMENT

1.8.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.9 EXCAVATOR CRAWLER, MINI, DITCH WITCH; ROLLER COMPACTOR, ASPHALT 1.9.1 Perform preventive maintenance in accordance with OEM recommended procedures

1.10 FORKLIFT 1.10.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.11 AERIAL DEVICE 1.11.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.12 STATIONARY GENERATOR 1.12.1 Start and run all generators once a week. 1.12.2 Perform preventive maintenance in accordance with OEM recommended procedures.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

96

1.13 SMALL EQUIPMENT

1.13.1 Provide scheduled maintenance in accordance with OEM manuals, technical/service bulletins, and

best equipment maintenance practices. Maintenance must comply with OEM Warranty requirements. As a minimum, maintenance routines must include, but are not limited to, the following:

1.14 PUSH MOWERS

1.14.1 Service engine, change oil per OEM recommended interval 1.14.2 Service air filter, clean or replace 1.14.3 Check blade condition, replace or sharpen 1.14.4 Check belt condition, repair or replace 1.14.5 Check safety switch and blade brake condition 1.14.6 Grease blade shaft 1.14.7 Inspect throttle cable for wear and tear 1.14.8 Check engine condition 1.14.9 Check handle, tires, and deck condition

1.15 CHAIN SAWS AND CONCRETE SAWS

1.15.1 Check overall condition of saw 1.15.2 Service or replace air filter 1.15.3 Service fuel filter and check condition of fuel hose

1.15.4 Check chain and bar condition, sharpen chain 1.15.5 Grease sprocket roller tip 1.15.6 Check clutch and chain sprocket condition 1.15.7 Inspect/replace spark plug 1.15.8 Check chain brake 1.15.9 Check/Adjust belt

1.16 TRACTORS AND FRONT DECK MOWERS

1.16.1 Service engine, transmission, hydrostatic, and air filter 1.16.2 Check transmission, hydrostatic, and differential fluids 1.16.3 Check hydraulic and fuel system for leaks 1.16.4 Check power steering fluid and operation 1.16.5 Check cooling system condition and for leaks 1.16.6 Check belt condition 1.16.7 Check tire pressure and condition 1.16.8 Check steering linkage, kingpin or ball joints 1.16.9 Check hitch components 1.16.10 Check conditions and functions of all controls 1.16.11 Check brakes and brake fluid 1.16.12 Check all safety equipment 1.16.13 Clean service battery 1.16.14 Sharpen or replace blades as needed 1.16.15 Check clutch operation and adjustment

1.17 TRAILER 1.17.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.18 BULLDOZER 1.18.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.19 INTENTIONALLY LEFT BLANK

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

97

1.20 ASPHALT RECYCLER

1.20.1 Perform preventive maintenance in accordance with OEM recommended procedures.

1.21 PUMPS, TRASH, VACUUM, SEWER CLEANER, TRAILER MOUNTED 1.21.1 Perform preventive maintenance in accordance with OEM recommended procedures.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

98

EXHIBIT "J" FLEET MAINTENANCE INDUSTRIAL SAFETY REQUIREMENTS

A. GENERAL REQUIREMENTS

1. Mishap Reporting and Investigation:

a. Contractor shall report within one hour to the Director all pertinent facts relating to each case of damage to City property.

b. If the City decides to investigate the mishap, Contractor shall cooperate fully and assist the City personnel until

the investigation is completed.

2. Contractor shall include a clause in all subcontracts to require subcontractor to comply with the safety provisions of Exhibit “J” as applicable.

3. Contractor shall submit to the Director and/or the Safety Coordinator, for approval, a detailed safety program plan

that must be followed during the term of this Agreement. Contractor must not deviate from the Safety Program (Exhibit “J”) or make changes to the safety program plan without prior review and approval by the Director and/or the Safety Coordinator.

4. Contractor shall ensure that an inspection of all shop areas is accomplished daily. These inspections must be

documented as to findings and corrective actions taken.

B. SPECIFIC REQUIREMENTS

1. Contractor shall load, handle and transport City property in such a way as to prevent damage to the City property. 1. City Property must be stored in such a manner as to prevent damage or theft to the City Property.

3. Contractor shall inspect, maintain, and operate hoists, cranes, slings, and other lifting equipment in a safe

manner to prevent damage to persons or City property.

a. All lifting devices and equipment must be visually inspected by the operator before each use or daily. Also on a periodic basis (annually) a documented inspection and weight test must be made on all hoists, cranes, slings and other lifting equipment. (IAW ANSI B30 Series Standards).

b. Slings must not be used when tied in knots or when damaged.

c. All jacks must have a sufficient rating to lift and sustain the load.

4. Contractor shall maintain a workplace chemical list; maintain an OSHA Material Safety Data Sheet file; and advise

and train its employees concerned of the chemical hazards to which they are exposed and proper safety procedures. The informed handling and controlled disposal of hazardous and toxic materials is the responsibility of Contractor. Contractor shall conform to the Texas Hazard Communication Act of 1985, Tex. Civ. Stat. Art. 5182b, as may be amended from time to time.

5. Flammable liquids in the vicinity of City property must be handled and stored in a safe manner as follows:

a. Precautions must be taken to prevent the ignition of flammable vapors.

b. No smoking, spark producing equipment or open flames are permitted in any flammable liquid storage area.

c. All electrical service and electrical equipment in storage room must be explosion proof.

6. Spray applications using flammable and combustible materials in the vicinity of City property must be done in

accordance with the following:

a. All spray operations must be done in a power ventilated spray booth or spray room.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

99

b. All electrical service and electrical equipment within the spray booth or spray room must be explosion proof.

c. No spark-producing equipment or open flames is permitted within ten feet of any opening in a spray

booth or room.

d. Portable electric lamps must not be used in any spray area during spray operations.

7. Compressed gas cylinders in the vicinity of City property must be handled, used, and stored in accordance with the following:

a. Compressed gas from cylinders must not be used without reducing the pressure through a regulator.

b. When the cylinders are not in use, the valve must be closed tightly.

c. During use or storage, cylinders must be restrained to prevent accidental upsetting or falling.

d. Smoking is not permitted within 50 feet of compressed gas storage areas. “NO SMOKING” signs must be

posted in the area.

e. Oxidizing gases must not be stored within 50 feet of stored flammable liquids and/or gases unless separated by a wall with a two-hour fire rating.

f. All compressed gas cylinders must be labeled as to contents.

g. Valve protector caps must be installed on all compressed gas bottles in storage.

8. No smoking, spark producing equipment or open flames is allowed in the battery shop.

9. Only qualified persons shall be authorized to perform welding operations.

10. Welding operations must not be permitted where flammable gases or liquids are present.

11. All precautions must be taken during vehicle fueling to prevent the possibility of fire or explosions.

a. Vehicles must not be fueled near open flames or spark producing devices.

b. Vehicles must not be fueled indoors and personnel shall not smoke during fueling operations.

c. Vehicles being supplied with fuel must have the ignition off and the parking brake applied.

d. During fueling, the nozzle of the fuel hose must be kept in constant contact with the intake pipe of the vehicle fuel tank.

12. Shop machinery must be inspected daily by shop personnel, and periodically maintained.

13. Good housekeeping, is essential to safe motor vehicle shop operations.

a. Shop floors must be kept clean and free of oil, grease, water, gasoline or other hazardous and slippery

materials. Fuel and oil spills must be promptly cleaned up.

b. Drip pans under vehicles and mechanized equipment are essential.

c. Suitable containers with lids must be strategically located throughout the work areas for easy disposal of oil and grease soaked rags. All containers for this purpose must meet OSHA requirements and be UL listed. Trash and oily rag receptacles must be emptied daily.

14. Shop personnel must wear appropriate protective equipment when performing any hazardous maintenance

operation. Contractor must provide this equipment.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

100

15. Chassis and axle supports must be used during vehicle maintenance. No makeshift devices will be used for chassis and axle supports.

16. Tire Mounting. Shop personnel must use mechanical devices, such as dollies, to help them mount or remove large,

heavy tires.

a. Personnel shall use guard cages when inflating split rim tires or wheels with locking rings when the tire is not on the vehicle. When wheels with lock rings or split rims are mounted on vehicles, several lengths of chain, fitted with positive catches must be passed through the wheel openings around the tire before inflating.

b. Personnel shall use extreme caution when inflating tires of large trucks or heavy construction equipment.

17. Jacks. The rated load must be legibly and permanently marked in a prominent location on the jack by casting,

stamping, or other suitable means (jacks supplied with the vehicles as standard tool equipment are excluded). The operator must make sure that the jack used has a rating sufficient to lift and sustain the load. Jacks must be inspected, tested, and documented in compliance with ANSI B30.1 American National Standard Safety Code for jacks, or an applicable technical order. After a jack has raised a vehicle, it must be securely blocked to prevent falling. At no time shall mechanics place any part of their bodies directly under the wheels of a jacked vehicle.

18. Cables and Cords. Power cables and cords on portable electrical equipment must be made of heavy armored

rubber or similar material, to prevent damage from oil or grease, and by chafing. Power cables and cords on all portable and fixed electrically operated equipment must be of the three-wire construction with a plug equipped with a ground lug. (NOTE: this requirement does not apply to double insulated tools). Cables must be constructed to provide automatic grounding of equipment through integral conductors. Mechanics who are using portable electrical tools and lights shall not string cables carelessly across shop floors.

19. Fire Protection/Prevention. Contractor shall follow all local fire laws, regulations and standards to ensure that

damage does not occur to City property or personnel.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

101

EXHIBIT “K” AIRPORT LAYOUTS SITE AND MAINTENANCE FACILITY LOCATION PLANS

Maintenance Facility/Tractors

Location of Red Jack System RML #5001

Maintenance Facility/Tractors

Maintenance Facility/Tractors

Colonel Fisher Blvd

Will Clayton Pkwy

Maintenance Facility/Vehicles

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

102

Bush Intercontinental Airport/Houston – IAH Maintenance Facility Layout (Vehicles)

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

103

Bush Intercontinental Airport – IAH

Maintenance Facility Layout (Tractors)

William P. Hobby Airport

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

104

Maintenance Facility

Airport Blvd

Monroe Rd

Location of Red Jacket Systems RML 5000/5001

Red Jacket (Monitors Only)

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

105

William P. Hobby – HOU

Maintenance Facility Layout

Ellington Airport – EFD

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

106

Maintenance Facility

Location of Red Jacket Systems

Maintenance Facility

Beltway 8

State Highway 3

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

107

Ellington Airport - EFD

Facility Layout

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

108

EXHIBIT “L”

VEHICLE AND EQIPMENT INVENTORY LIST

Airport Unit No Org Year Make Model Class Serial IAH 18971 1377 1992 CHEVROLET SEDAN 1 2G1WL54T7N9252028 IAH 21159 1180 1993 DODGE SEDAN 1 1B3XC46R0PD222464 IAH 25026 1374 1995 CHEVROLET CARGO VAN 1 1GCDM19WOSB23608

9 IAH 25027 1374 1995 CHEVROLET CARGO VAN 1 1GCDM19W1SB24201

5 IAH 25483 1110 1996 CHRYSLER SEDAN 1 2C3HC56FOTH231195 IAH 26881 1377 1997 FORD SEDAN 1 1FALP52UOVA243353 IAH 26882 1377 1997 FORD SEDAN 1 1FALP52U2VA243354 IAH 27093 1374 1997 FORD SEDAN 1 1FALP5244VA243436 IAH 27094 1164 1997 FORD SEDAN 1 1FALP5248YA243424 IAH 27937 1374 1997 FORD MINIVAN 1 1FTDA4U3VZC15652 IAH 28127 1130 1998 BUICK BUICK SEDAN 1 1G4CW52K2W4628601IAH 28985 1168 1998 FORD TAURUS 1 1FAFP52UXWA251958 IAH 28986 1180 1998 FORD TAURUS 1 1FAFP52U8WA251960 IAH 28987 1164 1998 FORD TAURUS 1 1FAFP52UXWA251961 IAH 28989 1162 1998 FORD TAURUS 1 1FAFP52U3WA251963 IAH 29003 1378 1998 FORD TAURUS 1 1FAFP52U6WA251956 IAH 29004 1377 1998 FORD TAURUS 1 1FAFP52U4WA251955 IAH 29005 1144 1998 FORD TAURUS 1 1FAFP52U1WA251959 IAH 29006 1378 1998 FORD TAURUS 1 1FAFP52U8WA251957 IAH 29012 1377 1998 CHEVROLET VAN 1 1GNDM19W7WB19191

1 IAH 29175 1164 1998 FORD TAURUS 1 1FAFP5245WA251964 IAH 29176 1180 1998 FORD TAURUS 1 1FAFP5267WA251965 IAH 30124 1383 1999 FORD TAURUS 1 1FAFP52U4XA264061 IAH 30125 1378 1999 FORD TAURUS 1 1FAFP52U2XA264060 IAH 30126 1385 1999 FORD TAURUS 1 1FAFP52V8XA264063 IAH 30128 1377 1999 FORD TAURUS 1 1FAFP52U4XXA264058IAH 30130 1385 1999 FORD TAURUS 1 1FAFP52U5XA264070 IAH 30131 1167 1999 FORD TAURUS 1 1FAFP52U9XA264072 IAH 30132 1167 1999 FORD TAURUS 1 1FAFP52U5XA264067 IAH 30133 1385 1999 FORD TAURUS 1 1FAFP52U1XA264065 IAH 30135 1162 1999 FORD TAURUS 1 1FAFP52U3XA264066 IAH 30136 1164 1999 FORD TAURUS 1 1FAFP52UXXA264064 IAH 30137 1164 1999 FORD TAURUS 1 1FAFP52U7XA264071 IAH 30138 1164 1999 FORD TAURUS 1 1FAFP52U7XA264068 IAH 31004 1378 2000 CHEVROLET LUMINA 1 2G1WL52J9Y1332466 IAH 31122 1374 2000 CHEVROLET MINI VAN 1 1GCDM19W8YB21195

2 IAH 31123 1374 2000 CHEVROLET MINI VAN 1 1GCDM19W2YB21770

1 IAH 31124 1374 2000 CHEVROLET MINI VAN 1 1GCDM19W6YB21804

3 IAH 31125 1374 2000 CHEVROLET MINI VAN 1 1GCDM19W5YB21765

8

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

109

Airport Unit No Org Year Make Model Class Serial IAH 31406 1385 2001 CHEVROLET LUMINA 1 2G1WL52JX11210253 IAH 31407 1164 2001 CHEVROLET LUMINA 1 2G1WL52JX11210057 IAH 31408 1381 2001 CHEVROLET LUMINA 1 2G1WL52J211210392 EFD 31409 1778 2001 CHEVROLET LUMINA 1 2G1WL52J111210433 IAH 31410 1190 2001 CHEVROLET LUMINA 1 2G1WL52J911210423 IAH 31411 1164 2001 CHEVROLET LUMINA 1 2G1WL52J211210070 IAH 31412 1164 2001 CHEVROLET LUMINA 1 2G1WL52J211209999 IAH 31413 1164 2001 CHEVROLET LUMINA 1 2G1WL52J511210287 IAH 31415 1378 2001 CHEVROLET LUMINA 1 2G1WL52J011210777 IAH 31416 1370 2001 CHEVROLET LUMINA 1 2G1WL52J811210784 IAH 31505 1378 2001 CHEVROLET LUMINA 1 2G1WL52J511210516 IAH 31903 1168 2001 FORD TAURUS 1 1FAFP52211A255159 IAH 32381 1374 2001 CHEVROLET ASTRO 1 1GCDM19W41B150329IAH 32915 1374 2002 CHEVROLET ASTRO 1 1GCDM19X62B140444 IAH 32918 1378 2002 DODGE STRATUS 1 1B3EL36R92N258030 IAH 33066 1379 2002 CHEVROLET ASTRO 1 1GCDM19X72B140310 IAH 33067 1374 2002 CHEVROLET ASTRO 1 1GCDM19X22B140375 IAH 33068 1379 2002 CHEVROLET ASTRO 1 1GCDM19XX2B141192 IAH 33084 1379 2002 CHEVROLET ASTRO 1 1GCDM19X52B140371 IAH 34109 1377 2004 CHEVROLET MALIBU 1 1G1ZS52894F223179 IAH 34206 1374 2004 GMC VAN 1 1GCDM19X84B129593 IAH 34368 1190 2005 CHEVROLET MALIBU 1 1G1ZS52895F128574 IAH 34666 1185 2005 TOYOTA PRIUS 1 JTDKB22U753004633 IAH 34667 1164 2005 TOYOTA PRIUS 1 JTDKB22U653004008 IAH 34669 1385 2005 TOYOTA PRIUS 1 JTDKB22U453000992 IAH 34670 1385 2005 TOYOTA PRIUS 1 1JTDKB22U153000903 IAH 34671 1180 2005 TOYOTA PRIUS 1 JTDKB22U053000455 IAH 35222 1379 2005 TOYOTA PRIUS 1 JTDKB22U653082773 IAH 35223 1110 2005 TOYOTA PRIUS 1 JTDKB22U353084352 IAH 35224 1143 2005 TOYOTA PRIUS 1 JTDKB22U853096044 IAH 35225 1164 2005 TOYOTA PRIUS 1 JTDKB22U653083065 IAH 35226 1381 2005 TOYOTA PRIUS 1 JTDKB22UX53083487 IAH 35367 1144 2005 FORD F150 1 1FTRF12W45NB95107

HOU 17696 1578 1991 CHEVROLET SEDAN 1 2G1WL54T6M1109746 HOU 27095 1577 1997 FORD PICK-UP 1 1FALP52UXVA243425 HOU 27096 1577 1997 FORD PICK-UP 1 1FALP52UIVA243426 HOU 27097 1574 1997 FORD PICK-UP 1 1FALP52U3VA243427 HOU 28988 1577 1998 FORD TAURUS 1 1FAFP52U1WA251962 HOU 29151 1577 1998 FORD TAURUS 1 1FAFP52UOWA251967 HOU 29177 1570 1998 FORD TAURUS 1 1FAFP52U2WA251968 HOU 29178 1581 1998 FORD TAURUS 1 1FAFP52U9WA251966 HOU 30127 1575 1999 FORD TAURUS 1 1FAFP52U6XA264062 HOU 30129 1585 1999 FORD TAURUS 1 1FAFP52U6XA264059 HOU 30139 1585 1999 FORD TAURUS 1 1FAFP52U9XA264069 HOU 31404 1578 2001 CHEVROLET LUMINA 1 2G1WL52J811210591 HOU 31405 1578 2001 CHEVROLET LUMINA 1 2G1WL52JX11210088 HOU 31414 1578 2001 CHEVROLET LUMINA 1 2G1WL52J511210810 HOU 31921 1570 2001 FORD TAURUS 1 1FAFP52281A255160

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

110

Airport Unit No Org Year Make Model Class Serial HOU 31922 1578 2001 FORD TAURUS 1 1FAFP522X1A255161 HOU 32784 1577 2001 DODGE STRATUS 1 1B3EL36R22N258029 HOU 32787 1577 2002 DODGE STRATUS 1 1B3EL36R22N264249 HOU 34668 1570 2005 TOYOTA PRIUS 1 JTDKB22U653000511 IAH 17356 1374 1990 DODGE VAN 2 2B4FK2539LR745405 EFD 17969 1774 1991 CHEVROLET PICK-UP 2 1GCCS14Z7M827503 IAH 21336 1377 1993 CHEVROLET PICK-UP 2 1GCEC14Z3PZ241861 EFD 21337 1774 1993 CHEVROLET PICK-UP 2 1GCEC14ZXPZ240738 IAH 23275 1378 1994 CHEVROLET SUBURBAN 2 16NFK16KIRJ40135 IAH 23514 1377 1992 CHEVROLET PICK-UP 2 1GCDC14Z7NZ111946 IAH 23864 1144 1993 FORD TRUCK 2 1FTEF15Y1PLB30290 IAH 24637 1144 1993 FORD EXPLORER 2 1FMDU32XZPUD80006IAH 25165 1374 1995 FORD PICK-UP 2 1FTEF15Z1SLB74078 IAH 27219 1144 1995 GMC 1500 2 1GTEC14Z3SZ505136 EFD 27592 1770 1997 JEEP CHEROKEE 2 1J4FT28SOVL610340 IAH 27632 1375 1997 FORD MINIVAN 2 1FMDA1U2VZC24550 IAH 28355 1370 1998 FORD EXPEDITION 2 1FMRU18W1WLB6288

0 IAH 28448 1185 1998 FORD EXPEDITION 2 1FMRU1763WLB46598 IAH 29013 1371 1998 JEEP CHEROKEE 2 1J4FT28S9WL267342 IAH 29014 1374 1998 JEEP CHEROKEE 2 1J4FT28SOWL267689 IAH 29169 1377 1998 JEEP CHEROKEE 2 1J4FJ28S5WL267340 IAH 29241 1377 1999 FORD RANGER 2 1FTYR10U8WPB11901 IAH 29663 1379 1999 JEEP UTILITY 2 1J4FT28S2XL650146 IAH 30243 1370 1999 JEEP UTILITY 2 1J4FF28S3XL647859 IAH 30389 1168 1999 FORD VAN 2 1PTNS24L6XHC17693 IAH 30482 1374 1999 CHEVROLET VAN 2 1GCDM19W4XB20358

6 IAH 30789 1385 2000 JEEP JEEP 2 1J4FT28SXYL241412 IAH 30790 1130 2000 JEEP JEEP 2 1J4FT28SXYL241411 IAH 30903 1378 2000 JEEP JEEP 2 1J4FF28SXL243539 IAH 31981 1371 2001 FORD RANGER 2 1FTYR10U91PB47234 IAH 32013 1185 2001 FORD EXPEDITION 2 1FMPU16L61LB58624 IAH 32014 1185 2001 FORD EXPEDITION 2 1FMPU16L81LB58625 IAH 32080 1370 2001 JEEP CHEROKEE 2 1J4FT48S71608705 IAH 32083 1370 2001 FORD EXPEDITION 2 1FMPU16LX1LB58626 IAH 32383 1370 2001 FORD EXPEDITION 2 1FMPV16L41LB75776 IAH 32519 1371 2001 DODGE TRUCK 2 B7HC16ZX1S256478 EFD 32594 1770 2002 FORD EXPEDITION 2 1FMRU15L02LA96746 EFD 32601 1144 2002 CHEVROLET TRUCK 2 1GCEC14VX2Z262647 IAH 32602 1144 2002 CHEVROLET TRUCK 2 1GCEC14V22Z262545 IAH 32605 1144 2002 CHEVROLET TRUCK 2 1GCEC14VX2Z260171 EFD 32606 1144 2002 CHEVROLET TRUCK 2 1GCEC14V52Z259879 IAH 32607 1144 2002 CHEVROLET TRUCK 2 1GCEC14V32Z262800 IAH 32608 1144 2002 CHEVROLET TRUCK 2 1GCEC14V82Z261092 IAH 32785 1378 2002 CHEVROLET BLAZER 2 1GNCS13W32K194485 IAH 32916 1379 2002 CHEVROLET TRUCK 2 1GCEC14V82Z296036 IAH 32917 1379 2002 CHEVROLET TRUCK 2 1GCEC14VX2Z295955

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

111

Airport Unit No Org Year Make Model Class Serial IAH 33026 1379 2002 FORD EXPEDITION 2 1FMRU15L62LA96749 IAH 33267 1110 2003 FORD EXPEDITION 2 1FMPU16L53LA48683 IAH 33307 1370 2002 JEEP LIBERTY 2 1J4GL48K72W356006 IAH 33384 1144 2002 CHEVROLET TRUCK 2 1GCEC14V33Z114907 IAH 33385 1144 2002 CHEVROLET TRUCK 2 1GCEC14V23Z115126 IAH 34106 1141 2004 FORD EXPLORER 2 1FMZU72K64ZB17646 IAH 34107 1180 2004 FORD EXPLORER 2 1FMZU72K84ZB17647 IAH 34108 1190 2004 FORD EXPLORER 2 1FMZU72K44ZB17645 IAH 34220 1371 2004 FORD EXPLORER 2 1FMZU72KX4ZB17648 IAH 34221 1130 2004 FORD EXPLORER 2 1FMZU62KX4ZB17644 IAH 34311 1370 2004 FORD EXPEDITION 2 1FMPU16555LA06034 EFD 34525 1770 2005 FORD EXPEDITION 2 1FMPU15515LA06033 IAH 34526 1385 2005 FORD EXPEDITION 2 1FMPU16595LA06036 IAH 34588 1385 2005 FORD EXPEDITION 2 1FMPU16505LA06040 IAH 34652 1370 2005 FORD EXPEDITION 2 1FMPU16525LA06041 IAH 34653 1370 2005 FORD EXPEDITION 2 1FMPU16505LA06037 IAH 34979 1164 2005 FORD F150 2 1FTRX12W85FB22524 IAH 35368 1144 2005 FORD F150 2 1FTRF12W65NB95108 IAH 35460 1377 2006 FORD ESCAPE 2 1FMYU96HU6KB20799 IAH 35461 1180 2006 FORD ESCAPE 2 1FMYU96H36KB20800 IAH 35464 1371 2006 FORD F150 2 1FTRF12W36KA70196 IAH 35496 1185 2006 FORD ESCAPE 2 1FMYU69H56KB68086 IAH 35497 1190 2006 FORD ESCAPE 2 1FMYU96H76KB68087 IAH 35498 1190 2006 FORD ESCAPE 2 1FMYU96H9KB68088 IAH 35499 1370 2006 FORD EXPEDITION 2 1FMPU16506LA19369 IAH 35500 1370 2006 FORD EXPEDITION 2 1FMPU16596LA19371 IAH 35504 1385 2006 FORD EXPEDITION 2 1FMPU1665X6LA19377IAH 35505 1385 2006 FORD EXPEDITION 2 1FMPU166516LA19378

HOU 17350 1571 1991 CHEVROLET PICK-UP 2 2GCEC14H3L1247119 HOU 19339 1574 1992 CHEVROLET PICK-UP 2 1GCCS14ZON8201167 HOU 21244 1579 1993 CHEVROLET VAN 2 1GCCCM15ZXPB20079

2 HOU 21344 1577 1994 CHEVROLET PICK-UP 2 1GCEC14Z2RZ131029 HOU 23515 1144 1992 CHEVROLET PICK-UP 2 1GCDC14Z9NZ111771 HOU 24734 1585 1995 JEEP CHEROKEE 2 1J4FJ2859SL659862 HOU 25163 1574 1995 FORD PICK-UP 2 1FTEF15Z3SLB73255 HOU 25164 1571 1995 FORD PICK-UP 2 1FTEF15Z1SLB73254 HOU 27220 1577 1995 GMC 1500 2 1GKCS13W8S253450 HOU 27617 1578 1997 JEEP CHEROKEE 2 1J4FJ2858VL579926 HOU 28009 1585 1998 JEEP CHEROKEE 2 1JHFT28SXWL165784 HOU 28984 1570 1998 FORD EXPEDITION 2 1FMRU18WXWLB9262

3 HOU 29168 1144 1998 JEEP CHEROKEE 2 1J4FJ28S7WL267341 HOU 29809 1579 1999 JEEP UTILITY 2 1J4FT28SOXL650145 HOU 29810 1570 1999 JEEP UTILITY 2 1J4FT28S9XL650144 HOU 30241 1581 1999 FORD VAN 2 1FTYR10V6XPB71069 HOU 31901 1571 2001 FORD RANGER 2 1FTYR10U51PB47232 HOU 31902 1571 2001 FORD RANGER 2 IFTYR10U71PB47233

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

112

Airport Unit No Org Year Make Model Class Serial HOU 32600 1144 2002 CHEVROLET TRUCK 2 1GCEC14V02Z261524 HOU 32603 1144 2002 CHEVROLET TRUCK 2 1GCEC14V62Z260099 HOU 32604 1144 2002 CHEVROLET TRUCK 2 1GCEC14V52Z260868 HOU 32786 1581 2002 FORD RANGER 2 1FTYR10482PB14176 HOU 32914 1577 2002 CHEVROLET TRUCK 2 2GLEC19V221334054 HOU 33048 1574 2002 CHEVROLET TRUCK 2 1GCEC14V22Z295903 HOU 34591 1570 2005 FORD EXPEDITION 2 1FMPU16526LA06630 HOU 35502 1585 2006 FORD EXPEDITION 2 1FMPU16546LA19374 HOU 35503 1585 2006 FORD EXPEDITION 2 1FMPU16566LA19375 EFD 14587 1774 1986 GMC VAN 3 1GDC34M8GJ524517 IAH 14588 1374 1986 CHEVROLET PICK-UP 3 1GDHC34M1GJ523911 EFD 16088 1774 1988 CHEVROLET TRUCK 3 1GBHR34K9TT112818 IAH 16092 1374 1988 CHEVROLET TRUCK 3 LGB1R34J2JJ116119 IAH 16381 1371 1988 IHC STAKEBED

TRK 3 1HTLAZRMOKH619211

IAH 16812 1185 1989 GMC VAN 3 2GBEG25KXK4162106 IAH 18408 1374 1991 CHEVROLET PICK-UP 3 1GBJR33K5MF306658 EFD 18477 1774 1992 CHEVROLET DUMP 3 1GBKC34F8NJ104404 IAH 19405 1379 1993 CHEVROLET TRUCK 3 1GBHC34J4NE222778 EFD 19954 1774 1993 FORD F350 3 2FTJW35HONCB14728IAH 19972 1168 1993 FORD TRUCK 3 1FDLF47G7PCA17527 IAH 21251 1377 1993 FORD VAN 3 1FTFE24H1PHB47902 IAH 21532 1379 1994 CHEVROLET TRUCK 3 1B6MC3651RS544235 IAH 21534 1379 1994 CHEVROLET TRUCK 3 1GBHC34F8RE183310 IAH 23076 1185 1994 DODGE VAN 3 2B7HB21T9RK159578 IAH 23077 1379 1994 DODGE VAN 3 2B7HB21T0RK159579 IAH 23225 1144 1994 CHEVROLET TRUCK 3 1GCFC24H5RZ250789 IAH 23291 1378 1994 CHEVROLET TRUCK 3 1GCGC24K5RE255563 IAH 23297 1375 1994 DODGE VAN 3 2B7HB21T7RK159580 IAH 25029 1379 1995 CHEVROLET PICK-UP 3 1GBKC34NOSJ115285 IAH 25295 1375 1995 FORD VAN 3 1FBHE31Z2SHB90508 IAH 25296 1168 1995 FORD VAN 3 1FTHE24Z7SHB72569 IAH 26306 1374 1996 CHEVROLET TRUCK 3 IGBHC34R7TE230036 IAH 27257 1371 1997 FORD F150 3 1FTFF276XVKD20775 IAH 27258 1371 1997 FORD F150 3 1FTFF2761VKD20776 IAH 27347 1371 1997 FORD F150 3 1FTFF2763VKD20777 IAH 28156 1168 1998 FORD TRUCK 3 1FTRF2765WKB36469 IAH 28410 1374 1998 FORD TRUCK 3 1FTRF2767WKB61583 IAH 28411 1374 1998 FORD TRUCK 3 1FTRF2764WKB61590 IAH 28443 1371 1998 FORD TRUCK 3 1FTRF2766WKB61588 IAH 28444 1371 1998 FORD TRUCK 3 1FTRF2760WKB61585 IAH 28445 1371 1998 FORD TRUCK 3 1FTRF2762WKB61586 IAH 28447 1371 1998 FORD TRUCK 3 1FTFRF2764WKB6158

7 IAH 29114 1374 1998 DODGE TRUCK 3 3B6MC3659WM274465 IAH 29157 1379 1998 DODGE TRUCK 3 3BGMC3652WM27446

7 IAH 29240 1371 1998 DODGE TRUCK 3 3B6MC3650WM274466

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

113

Airport Unit No Org Year Make Model Class Serial IAH 29542 1168 1999 FORD VAN 3 1FDAF56S5XED89719 IAH 29808 1374 1999 FORD PICK-UP 3 1FTPF27W8XKB83715 IAH 30151 1168 1999 FORD VAN 3 1FDAF56SOXEE76914 IAH 30288 1168 1999 FORD PICK-UP 3 IFTPF27W5XNC31864 IAH 30388 1168 1999 FORD VAN 3 1FTNS24L44XHC17692IAH 30454 1144 1999 CHEVROLET SUBURBAN 3 3GMFK16R2XG26891 EFD 30533 1774 1999 CHEVROLET 1500 3 1GCGC33R7YF438458

3 IAH 30543 1371 1999 CHEVROLET 1500 3 1GCGC33R3YF438358 IAH 30544 1371 2000 CHEVROLET 1500 3 1GCGC33R5YF438510 IAH 30614 1374 2000 CHEVROLET FLAT BED 3 1GBHC33F5Y435573 IAH 30616 1371 2000 CHEVROLET 1500 3 1GCGC33R2YF437413 IAH 30617 1371 2000 CHEVROLET 1500 3 1GCGC33R7YF437407 IAH 30927 1379 2000 DODGE 1500 3 387KC23231G203354 IAH 30972 1371 2001 DODGE TRUCK 3 3B7KC26Z31M281016 IAH 30975 1371 2001 DODGE TRUCK 3 3B7KC26Z71M281018 IAH 30976 1371 2001 DODGE TRUCK 3 3B7KC26Z91M281019 IAH 31017 1168 2000 DODGE PICKUP ¾ 3 3B7KC26Z51M267358 IAH 31082 1374 2000 DODGE PICKUP ¾ 3 3B7KC26Z11M281015 IAH 31083 1374 2000 DODGE PICKUP ¾ 3 3B7KC26Z81M281013 IAH 31982 1375 2001 FORD VAN 3 1FTNS24L51HB58692 IAH 32015 1379 2001 FORD VAN 3 1FTNS24L31HB58691 IAH 32094 1168 2001 FORD F350 3 3FTNF20L01MA76701 EFD 32401 1774 2002 FORD F350 3 1FDWF36L71EC27102 EFD 32402 1774 2002 FORD F350 3 1FDWF36L51EC27101 IAH 32406 1371 2001 FORD F350 3 1FDWF36L31EC27100 IAH 32412 1371 2001 FORD F350 DUMP 3 1FDWF36L91EC27098 IAH 32413 1375 2002 FORD F350 3 1FTNF20L22EA45487 EFD 32414 1774 2000 FORD F250 3 1FTNF20L42EA45488 IAH 32417 1371 2002 FORD F350 3 1FTSW30L82EA45485 IAH 32433 1371 2002 FORD F350 3 1FTSW30L62EA45484 IAH 32470 1374 2002 FORD F350 3 1FDWW32S42EA99688IAH 32900 1379 2001 FORD F350 3 1FDWF36L01EC27099 IAH 32919 1374 2002 FORD F250 3 1FTNX20L41EC54421 EFD 32920 1770 2002 FORD F350 3 1FTSW30L22EC83722 EFD 32921 1770 2002 FORD F350 3 1FTSW30L02EC83721 IAH 33263 1371 2002 DODGE RAM 3 3B7KC26Z22M317554 IAH 33264 1371 2002 DODGE RAM 3 3B7KC26Z42M317555 IAH 33265 1371 2002 DODGE RAM 3 3B7KC26Z62M317556 IAH 33271 1374 2002 DODGE RAM 3 3B7KC26Z82M317557 IAH 33272 1374 2002 DODGE RAM 3 3B7KC26ZX2M317558 IAH 33386 1379 2002 FORD F350 3 1FDWF36F72EC33980 EFD 33417 1774 2002 CHEVROLET TRUCK 3 1GBJC34U72E257760 IAH 33527 1374 2002 DODGE RAM 3 3B6KC26Z12M318554 IAH 33528 1374 2002 DODGE RAM 3 3B6KC26Z32M318555 IAH 33529 1374 2002 DODGE RAM 3 3B6KC26ZX2M318553 IAH 34105 1371 2004 FORD F250 3 1FTNW20L74ED25523 IAH 34193 1374 2004 FORD F250 3 1FTNW20L94ED25524

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

114

Airport Unit No Org Year Make Model Class Serial IAH 34205 1374 2004 FORD VAN 3 1FTNE24L84HB38108 IAH 34207 1383 2004 GMC 2500 3 1GCHC24U94E352795 IAH 34208 1144 2004 FORD EXCURSION 3 1FMNU41L44D77851 IAH 34209 1144 2004 FORD EXCURSION 3 1FMNU41L64ED77852 EFD 34242 1770 2004 CHEVROLET 2500 3 1GCHC24U34E383721 EFD 34243 1770 2004 CHEVROLET 2500 3 1GCHC24U44E384439 IAH 34244 1130 2004 FORD VAN 3 1FBSS31L54HB38111 EFD 34288 1770 2004 CHEVROLET 2500 3 1GCHC24U54E383073 IAH 34293 1385 2004 FORD VAN 3 1FBNE31L34HB42601 IAH 34512 1374 2005 FORD F350 3 1FDWF36L64ED34775 EFD 34592 1770 2004 FORD F350 3 1FDWF36L44ED34774 IAH 34791 1375 2005 CHEVROLET 2500 3 1GHC24U15E259285 IAH 35308 1371 2006 FORD F350 3 1FTWW305X6EA66833 IAH 35463 1371 2006 FORD F350 3 1FTWW30586EA66832 IAH 35494 1374 2006 FORD F250 3 1FTMF20596EA66831 IAH 35495 1371 2006 FORD F350 3 1FTNF20596EA65694

HOU 13201 1571 1985 FORD TRUCK 3 1FDNK64N9FVA30551 HOU 14443 1571 1986 CHEVROLET PICK-UP 3 1GBJC34J7GS180547 HOU 14652 1574 1986 GMC VAN 3 1G5EG25H2G4519342 HOU 15077 1571 1986 CHEVROLET TRUCK 3 1GBJC34M6GS188794 HOU 16672 1574 1989 CHEVROLET TRUCK 3 1GCGC24K2KE175501 HOU 17306 1571 1991 CHEVROLET PICK-UP 3 1GCGC24K6LE244594 HOU 17307 1571 1991 CHEVROLET PICK-UP 3 1GCGC24KXLE244596 HOU 18046 1571 1991 CHEVROLET PICK-UP 3 1GCHR33K7MF305361 HOU 18047 1571 1991 CHEVROLET PICK-UP 3 1GCHR33K7MF305411 HOU 18128 1571 1991 CHEVROLET PICK-UP 3 1GCFC24HOMZ191062HOU 18478 1571 1992 CHEVROLET DUMP 3 1GBHC34J7NE149096 HOU 18479 1571 1992 CHEVROLET DUMP 3 1GBHC34J5NE150988 HOU 18944 1579 1992 CHEVROLET VAN 3 1GBJC34K7NE222607 HOU 19767 1578 1992 FORD WAGON 3 1FBJS31H4NHB39565 HOU 25186 1571 1995 CHEVROLET PICK-UP 3 1GCGC24K9SZ237288 HOU 28407 1579 1998 FORD TRUCK 3 1FTRF2768WKB61589 HOU 28408 1574 1998 FORD TRUCK 3 1FTRF2766WKB61591 HOU 29150 1570 1999 FORD VAN 3 1FDSS34S5WHB10838

. HOU 29802 1571 1999 FORD PICK-UP 3 1FTPF27W0XKB83714 HOU 29803 1571 1999 FORD PICK-UP 3 1FTPF27WXXKB83716 HOU 29804 1571 1999 FORD PICK-UP 3 1FTPF27W3XKB83718 HOU 29805 1571 1999 FORD PICK-UP 3 1FTPF27W1XKB83717 HOU 29806 1574 1999 FORD PICK-UP 3 1FTPF27W5XKB83719 HOU 29807 1579 1999 FORD PICK-UP 3 1FTPF27W4XKB83713 HOU 30937 1571 2001 DODGE DODGE 1 TON 3 3B6MC36541M281106 HOU 31022 1571 2001 DODGE TRUCK 3 3B7KC26ZX1M281014 HOU 31081 1574 2001 DODGE TRUCK 3 3B7KC26Z51M281017 HOU 31084 1575 2000 CHEVROLET CHEVY VAN 3 1GAGG25R8Y1277006 HOU 32415 1574 2002 FORD F350 3 1FTNF20L02EA45486 HOU 32424 1571 2002 FORD F350 3 1FTSW30L42EA45483 HOU 32425 1571 2002 FORD F350 3 1FTSW30L22EA45482

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

115

Airport Unit No Org Year Make Model Class Serial HOU 33266 1571 2002 DODGE RAM 3 3B7KC26Z12M317559 HOU 33269 1571 2002 CHEVROLET DUMP TRUCK 3 1GBJC34U42E264312 HOU 33270 1571 2002 CHEVROLET DUMP TRUCK 3 1GBJC34U52E265629 HOU 33324 1579 2002 FORD F350 3 1FTNF20FX2ED02762 HOU 33387 1579 2002 FORD F350 3 1FDWF36F02EC33979 HOU 33388 1579 2002 FORD F350 3 1FDWF36F92EC33978 HOU 33389 1579 2002 FORD F350 3 1FDWF36F72EC33977 HOU 33530 1579 2002 FORD F350 3 1FDWF36F92EC33981 IAH 11756 1371 1982 CHEVROLET DUMP TRUCK 4 1GBT7D4Y7CV11 IAH 13250 1371 1987 FORD LN8000 4 1FDNF77H7FVA30256 IAH 15075 1371 1986 GMC DUMP TRUCK 4 1GDT9C4Z5GV540403 EFD 15396 1774 1987 FORD DUMP 4 1FDYL8002HVA1F131 IAH 17795 1371 1991 IHC TRUCK 4 AHTGCNHT7MH36263

1 IAH 18313 1371 1991 IHC TRUCK 4 1HTSAZRM5MH391155IAH 18400 1371 1991 CHEVROLET DUMP 4 1GBT7H4J6MJ106063 IAH 23843 1371 1995 FORD TRUCK 4 1FDZY90L6SVA48537

HOU 15173 1571 1986 GMC TRUCK 4 1GBK7D1B8HV100572 HOU 29430 1571 1999 NAVISTAR TRUCK 4 1FDSS34S5WHB10838 EFD 31085 1770 2000 CHEVROLET VAN 5 1GAHG39R8Y1275112 IAH 29448 1374 1999 VOLVO TRUCK 6 4VMDCKHE6XN781371

HOU 33455 1571 2003 MITSUBISHI PAINT MARKER

6 JW6CPE1S63L004143

IAH 33339 1374 2002 RORO MARKING MACH

7 210000261

EFD 33681 1770 2005 ISUZU LAFARGE 7 JALC4B14747000359 IAH 23029 1371 1994 TYMCO SWEEPER 9 1FXDR72C2RVA26504 IAH 27957 1371 1997 TYMCO SWEEPER 9 1HTSCABN6WH51414

1 IAH 33273 1371 2002 NAVISTAR SWEEPER 9 1HTSCABN32H45289 IAH 33274 1371 2002 NAVISTAR SWEEPER 9 1HTSCABN32H45292 IAH 33275 1371 2002 NAVISTAR SWEEPER 9 1HTSCABN52H45293 IAH 34696 1371 2005 TYMCO 600 9 1HTMPAFN95H118730 EFD 34697 1770 2005 TYMCO SWEEPER 9 1HTMPAFN05H118731 HOU 27626 1571 1997 ELGIN SWEEPER 9 P2605D IAH 28305 1371 1998 SCHWARZE TRUCKSWEEP

ER 10 1GBJC34F4WF018717

IAH 28306 1371 1998 SCHWARZE TRUCKSWEEPER

10 1GBJC34F5WF025482

EFD 28949 1774 1998 TYMCO SWEEPER 600 10 1FDXH81CDVVA42138 IAH 33537 1371 2002 WHITE SCRUBBER 10 972016 IAH 33538 1371 2002 WHITE SCRUBBER 10 972017 IAH 34695 1371 2005 ISUZU TYMCOSWEE

PER 10 JALB4B16457005680

HOU 17674 1571 1990 INGERSOLL ASPHALT MILL 10 5199-P HOU 28307 1571 1998 SCHWARZE TRUCKSWEEP

ER 10 1GBJC34F4WF017891

IAH 29444 1371 1999 BATTS DE-ICER 11 99298 IAH 34215 1371 2004 ROSCO SWEEPER 11 4820-41585

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

116

Airport Unit No Org Year Make Model Class Serial IAH 34513 1371 2004 TENNANT ATLV4300 11 2664 IAH 34514 1371 2004 TENNANT ATLV4300 11 2363

HOU 25299 1571 1995 TYMCO SWEEPER 11 2FDK37F1SCA51131 HOU 25694 1571 1996 SWEEPER SCRUBBER 11 1127235 HOU 32922 1571 2002 ISUZU TYMCOSWEE

PER 11 JALB4B14627011796

IAH 20198 1168 1993 CUSHMAN UTILITY CART 13 641880 IAH 20199 1168 1993 CUSHMAN UTILITY CART 13 641987 IAH 25985 1374 1996 CLUB CAR UTILITY 13 PG9737604984 IAH 27642 1383 1996 CLUB CAR UTILITY 13 PG974216619 IAH 31126 1374 2000 TAYLORDUNN UTILITY VEH. 13 141667 IAH 31256 1370 2000 MOTREX CART AMB 13 1002948 IAH 34216 1371 2004 JOHN DEERE UTILITY 13 TC2020B040070 IAH 34217 1371 2004 JOHN DEERE UTILITY 13 TC2020B040048 IAH 34222 1385 2004 UTILITY CART 13 1J213B00002 IAH 34223 1385 2004 UTILITY CART 13 1J203B00006

HOU 16967 1571 1990 JOHN DEERE UTILITY 13 7078 HOU 34965 1585 2005 JOHN DEERE UTILITY 13 FH601DA01108 EFD 14240 1774 1986 JOHN DEERE TRACTOR 14 L02150A570584 EFD 18482 1774 1991 JOHN DEERE TRACTOR 14 M00755A010172 IAH 30041 1371 1999 NEWHOLLAND TRACTOR 14 UF30810

HOU 21087 1571 1993 JOHN DEERE TRACTOR 1993

14 93231-50-3G19

EFD 13062 1774 1985 FORD TRACTOR 15 C735902 EFD 23717 1774 1994 FORD TRACTOR 15 BD82370 IAH 30156 1371 1999 MASSEYFERG TRACTOR 15 ACBE12AAXAH21140 IAH 30157 1371 1999 MASSEYFERG TRACTOR 15 ACRE12AAXAH21167 IAH 33371 1371 2002 NEWHOLLAND TL90 15 1283227 IAH 33372 1371 2002 NEWHOLLAND TL90 15 1283636 IAH 33373 1371 2002 NEWHOLLAND TL90 15 1283329 EFD 33395 1774 2003 NEWHOLLAND TS110 15 195047B IAH 34803 1371 2005 CASE TRACTOR 15 HJT023106 IAH 34804 1371 2005 CASE TRACTOR 15 HJT023148 IAH 34807 1371 2005 CASE TRACTOR 15 HJT023152 IAH 34808 1371 2005 CASE TRACTOR 15 HJT023141 IAH 34809 1371 2005 CASE TRACTOR 15 HJT023143

HOU 14697 1571 1986 FORD TRACTOR 15 C759773 HOU 34805 1571 2005 CASE TRACTOR 15 HJT022416 HOU 34806 1571 2005 CASE TRACTOR 15 HJT022406 IAH 30352 1371 1999 NEWHOLLAND TRACTOR 16 27134B IAH 30353 1371 1999 NEWHOLLAND TRACTOR 16 27142B IAH 30354 1371 1999 NEWHOLLAND TRACTOR 16 27289B IAH 30644 1371 2000 NEWHOLLAND TRACTOR 16 136098B IAH 30645 1371 2000 NEWHOLLAND TRACTOR 16 136168B IAH 30646 1371 2000 NEWHOLLAND TRACTOR 16 136221B IAH 31057 1371 2000 NEWHOLLAND TRACTOR 16 147690B IAH 31058 1371 2000 NEWHOLLAND TRACTOR 16 147769B

HOU 11915 1571 1982 CASE TRACTOR 16 9907212

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

117

Airport Unit No Org Year Make Model Class Serial HOU 12430 1571 1982 CASE TRACTOR 16 11186554 HOU 22752 1571 1994 FORD TRACTOR 16 BD72981 HOU 25217 1571 1995 JOHN DEERE MOWER 16 L06300P154448 HOU 27993 1571 1997 FORD TRACTOR 16 670048 HOU 30158 1571 1999 MASSEYFERG TRACTOR 16 ACBE12AAXAH21096 HOU 30159 1571 1999 MASSEYFERG TRACTOR 16 ACBE12AAXAH21128 HOU 30998 1571 2000 IHC TRACTOR 16 1202279 EFD 14699 1774 1994 FORD TRACTOR 17 BA84341 IAH 30140 1371 1999 JOHN DEERE TRACTOR 17 L06410P243184 IAH 30141 1371 1999 JOHN DEERE TRACTOR 17 L06410P23117 EFD 30345 1774 1999 JOHN DEERE TRACTOR 17 L06410P25161 IAH 30355 1371 1999 NEWHOLLAND TRACTOR 17 126909B IAH 30995 1371 2000 NEWHOLLAND TRACTOR 17 145288B IAH 30996 1371 2000 NEWHOLLAND TRACTOR 17 145203B EFD 30997 1774 2000 NEWHOLLAND TRACTOR 17 145309B IAH 32256 1371 2001 NEWHOLLAND TS110 17 165743B EFD 32257 1774 2000 NEWHOLLAND TRACTOR 17 165839B IAH 32454 1371 2001 NEWHOLLAND TS110 17 172704B IAH 32455 1371 1999 NEWHOLLAND TRACTOR 17 172958B IAH 33325 1371 2002 RHINO MOWER 17 2089 IAH 33415 1371 2003 NEWHOLLAND SLOPE

MOWER 17 195312B

IAH 33416 1371 2003 NEWHOLLAND SLOPE MOWER

17 194309B

HOU 11916 1571 1982 FORD TRACTOR 17 C686542 HOU 27936 1571 1997 FORD TRACTOR 17 078859B HOU 27947 1571 1997 FORD TRACTOR 17 078733B HOU 32462 1571 2000 NEWHOLLAND TRACTOR 17 171945B EFD 10628 1774 1987 UNKNOWN BUSH HOG 18 44152 EFD 22505 1774 1994 BUSH HOG MOWER 18 1200555 IAH 27770 1371 2000 RHINO MOWER 18 10835 IAH 27771 1371 2000 RHINO MOWER 18 10836 IAH 27772 1371 2000 RHINO MOWER 18 10847 IAH 27773 1371 2000 RHINO MOWER 18 10848 IAH 27774 1371 2000 RHINO MOWER 18 10849 IAH 27775 1371 2000 RHINO MOWER 18 10850 IAH 27994 1371 1997 MOTT FLAIL MOWER 18 16585 IAH 27995 1371 1997 MOTT FLAIL MOWER 18 16480 IAH 30039 1371 1999 RHINO FLAIL MOWER 18 14646 IAH 30433 1371 1999 RHINO FLAIL MOWER 18 11094 IAH 30434 1371 1999 RHINO FLAIL MOWER 18 11095 IAH 30561 1371 1999 ALAMO FLAIL MOWER 18 59034 IAH 30562 1371 1999 ALAMO FLAIL MOWER 18 58996 IAH 30563 1371 1999 ALAMO FLAIL MOWER 18 59085 IAH 30564 1371 1999 ALAMO FLAIL MOWER 18 59032 IAH 30930 1371 2000 RHINO MOWER 18 17312 IAH 30931 1371 1998 ALAMO FLAIL MOWER 18 19048 IAH 30932 1371 2000 ALAMO FLAIL MOWER 18 19049

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

118

Airport Unit No Org Year Make Model Class Serial IAH 30933 1371 1998 ALAMO FLAIL MOWER 18 19047 IAH 30934 1371 1998 ALAMO FLAIL MOWER 18 19040 EFD 31804 1774 2001 RHINO FM15 18 11196 IAH 31839 1371 2001 RHINO FM15 18 15802 IAH 31840 1371 2001 RHINO FM15 18 15803 IAH 31841 1371 2001 RHINO FM15 18 15804 IAH 33030 1371 2002 RHINO FLAIL MOWER 18 11314 IAH 33031 1371 2002 RHINO FLAIL MOWER 18 11316 IAH 33032 1371 2002 RHINO FLAIL MOWER 18 11317 IAH 33038 1371 2002 RHINO FLAIL MOWER 18 355683 IAH 33039 1371 2002 RHINO FLAIL MOWER 18 355687 IAH 33040 1371 2002 RHINO FLAIL MOWER 18 349263 EFD 33046 1774 2003 RHINO FL 20 18 11315 IAH 33326 1371 2002 RHINO FLAIL MOWER 18 2093 IAH 35573 1371 2005 LAND PRIDE RC6010 18 450889 IAH 35574 1371 2005 LAND PRIDE RC6010 18 455106 IAH 35575 1371 2005 LAND PRIDE RC6010 18 455107 EFD 14699-A 1774 2000 ALAMO FLAIL MOWER 18 1399 EFD 15231-A 1774 1997 MOTT FLAIL MOWER 18 UNK HOU 21090 1571 1993 RHINO MOWER 18 10350 HOU 21649 1571 1993 MOTT MOWER 18 R#14560 HOU 21987 1571 1993 MOTT MOWER 18 14560 HOU 24893 1571 1995 BUSH HOG MOWER 18 12-00796 HOU 27992 1571 1997 MOTT FLAIL MOWER 18 16058 HOU 28001 1571 1997 BUSH HOG MOWER 18 12-02297 IAH 28003-A 1371 1998 HUSTLER MOWER 18 7042536 IAH 28004-A 1371 1998 HUSTLER MOWER 18 7042539 IAH 28005-A 1371 1998 HUSTLER MOWER 18 7042538 IAH 28006-A 1371 1998 HUSTLER MOWER 18 7104226

HOU 30040 1571 1999 RHINO FLAIL MOWER 18 11081 EFD 30969-A 1774 2000 KUBOTA MOWING

DECK 18 14154

HOU 30970-A 1571 2000 KUBOTA MOWING DECK

18 14159

HOU 30971-A 1571 2000 KUBOTA F2560E 18 14471 IAH 32081-A 1371 2001 HUSTLER 4500 18 1014518 IAH 28003 1371 1998 HUSTLER MOWER 19 7083598 IAH 28004 1371 1998 HUSTLER MOWER 19 7083594 IAH 28005 1371 1998 HUSTLER MOWER 19 7083597 IAH 28006 1371 1998 HUSTLER MOWER 19 7083596 EFD 30969 1774 2000 KUBOTA MOWING

DECK 19 14154

IAH 32081 1371 2001 HUSTLER 4500 19 1044007 EFD 32082 1774 2001 HUSTLER 4500 19 1044006 IAH 34811 1371 2005 HUSTLER MOWER 19 05032187 IAH 34812 1371 2005 HUSTLER MOWER 19 05032188 IAH 34813 1371 2005 HUSTLER MOWER 19 05040235 IAH 34814 1371 2005 HUSTLER MOWER 19 05040237

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

119

Airport Unit No Org Year Make Model Class Serial HOU 26351 1571 1996 UNKNOWN PAINTSTRIPE

R 19 JK1AFCB13PB500284

HOU 29668 1571 1999 HUSTLER MOWER 19 7114757 HOU 30970 1571 2000 KUBOTA MOWING

DECK 19 14159

HOU 30971 1571 2000 KUBOTA MOWING DECK

19 14471

HOU 32084 1571 2001 HUSTLER 4500 19 1044005 HOU 32085 1571 2001 HUSTLER 4500 19 1044004 IAH 11147 1371 1987 EPOKE SPREADER 20 2326 IAH 25188 1371 1996 WILD FLOW SEEDER 20 910057 IAH 26618 1371 1996 MANITOU CURB

DRESSER 20 N/A

IAH 26619 1371 1996 MANITOU CURB DRESSER

20 NA2

IAH 30935 1371 1998 LAND BOXBLADE 20 249797 IAH 30936 1371 2000 LAND BOXBLADE 20 283851 IAH 31087 1371 2000 EPOKE SPREADER 20 27631012

HOU 16417 1571 1988 LAYTON SPREADER 20 H1007B8 HOU 26754 1571 1980 VERMEER SPEAR 20 1229 IAH 34938-A 1371 2005 KENT C CRUSHER 20 5521 IAH 14018 1371 1986 CASE BACKHOE 21 9158167 IAH 15410 1371 1987 JOHN DEERE LOADER 21 DW544D3512920 IAH 16426 1371 1988 GRADAL EXCAVATOR 21 G016143 IAH 16473 1371 1988 FERGUSON TANDEMROLL

ER 21 3402

IAH 16961 1371 1990 CASE LOADER 21 JAF0067065 EFD 33572 1770 2000 CASE BACKHOE 21 JJG0288364 IAH 34675 1371 2004 CASE 721D/Z 21 JEE0137941 IAH 34938 1371 2005 CASE BACKHOE 21 N5C394359

HOU 14017 1571 1986 CASE BACKHOE 21 9158166 HOU 15066 1579 1986 UNKNOWN DITCH

TRENCH 21 304423

HOU 15067 1579 1986 UNKNOWN DITCH TRENCH

21 163727

HOU 18794 1571 1992 JOHN DEERE TRACTOR/LOAD

21 W00080X011167

HOU 34604 1571 2004 BOBCAT SKID STEER 21 525813454 HOU 9387 1571 1987 CLARK LOADER 21 473B212CB IAH 26350 1379 1996 DITCHWITCH DITCH WITCH 22 95216134162

HOU 18311 1571 1991 INGERSOLL ASHPALT ROLL

22 11664

HOU 26740 1571 1972 RAYGO ROLLER 22 V010130920 EFD 14731 1774 1986 MITSUBISHI FORKLIFT 23 F82-5233F IAH 18353 1168 1991 YALE FORKLIFT 23 GC050DENUAE083 IAH 18480 1371 1991 KOMAT FORKLIFT 23 349576A IAH 20189 1168 1993 KOMAT FORKLIFT 23 491080A IAH 30010 1374 1999 HYSTER FORKLIFT 23 D001H02885

HOU 7934 1571 1986 MASTER FORKLIFT 23 916 IAH 16488 1168 1988 TERRA FORKLIFT 24 JJG0067538

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

120

Airport Unit No Org Year Make Model Class Serial IAH 16983 1168 1990 MITSUBISHI FORKLIFT 24 AF82A51019 IAH 35104 1374 2005 FORKLIFT 588G 24 JJG0293235

HOU 14730 1571 1986 MITSUBISHI FORKLIFT 24 F8500917 IAH 17676 1377 1991 BILJA BOOMLIFT 25 3400120HT6SJ IAH 18642 1374 1992 MARKL MANLIFT 25 292M5567 IAH 29451 1374 1999 LIFT MANUAL 25 16721998 IAH 34694 1374 2005 GENIE MANLIFT 25 5D8AA23195R000223

HOU 16992 1574 1990 UPRIGHT MANLIFT 25 2766 EFD 31815-A 1774 2002 EMI SCISSOR LIFT 25 18101 HOU 34966 1579 2005 DENKA MANLIFT 25 UJ1DN3M285DK12758 HOU 7928 1579 1988 GENIE MANLIFT 25 3085191 EFD 16141 1774 1988 IHC BUCKET

TRUCK 26 1HTLAZRMXJH598365

HOU 15397 1579 1986 HI RANGR TRUCK BOOM 26 1FD4L80U1GVA58977 EFD 10640 1774 1987 DAYTON GENERATOR 27 23392 EFD 192-2 1770 2002 ONAN GENERATOR 27 BO20334744 HOU COH2 1570 1986 ONAN GENERATOR 27 000836-7TH IAH F-GEN 1379 1990 DETROIT GENERATOR 27 187334

HOU H0005 1579 1994 HINO GENERATOR 27 EK130A10515 IAH H-GEN 1379 1990 KOHLER GENERATOR 27 17YBP1520NB10957 EFD 115 1774 1987 KOHLER GENERATOR 28 114487/43339T EFD 194 1774 1987 KOHLER GENERATOR 28 415332/433415 EFD 693 1774 1987 MARAT GENERATOR 28 193326/999609 EFD 791 1770 1997 ONAN GENERATOR 28 L940564543A EFD 1451 1774 1987 KOHLER GENERATOR 28 114114/433713 EFD 1453 1774 1987 KOHLER GENERATOR 28 114102/3446882 EFD 4001 1774 1995 ONAN GENERATOR 28 J940557150 IAH 29495 1371 1999 CRAFCO PAVEMENTHE

AT 28 1C9ER0910X1418072

HOU 29150-A 1570 1999 ONAN GENERATOR 28 A980669060 EFD 788-A 1774 2000 ONAN GENERATOR 28 33071 IAH D-GEN 1379 1990 DETROIT GENERATOR 28 5G91471/LG22069 IAH E-GEN 1379 1990 DETROIT GENERATOR 28 134264212430N0

HOU H0002 1579 1988 CUMMINS GENERATOR 28 500ROZ71 HOU H0003 1579 1988 CUMMINS GENERATOR 28 500R0Z71 HOU H0004 1579 1990 DETROIT GENERATOR 28 12VA12119 HOU H0006 1579 2001 CUMMINS GENERATOR 28 H010301087 HOU H0007 1579 2004 CUMMINS GENERATOR 28 H040680239 SPEC-F IAH I-GEN 1164 2003 CUMMINS GENERATOR 28 2527657 IAH J-GEN 1379 2002 FORD GENERATOR 28 C020348004 IAH K-GEN 1379 2002 FORD GENERATOR 28 C02034663 IAH L-GEN 1379 2003 CUMMINS GENERATOR 28 C030477945 IAH 14293 1379 1988 BOSS LIGHT TOWER 31 86410 EFD 15060 1770 1986 SULLA COMPRESSO

R 32 492135

IAH 17786 1371 1991 CONTI TRAILER 35 902721 IAH 25918 1371 1996 TARGET CONCRETE

MIX 30 101

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

121

Airport Unit No Org Year Make Model Class Serial IAH 26890 1371 1997 MAXON CONCRETE

MIX 30 109

IAH 27643 1371 2000 HONDA CONCRETE MIX

30 2697166

IAH 27804 1377 1997 SOLAR SIGN SIGN 31 1A9H12106VM157238 IAH 27805 1377 1997 SOLAR SIGN SIGN 31 1A9H12106VM157241 IAH 27806 1377 1997 SOLAR SIGN SIGN 31 1A9H12104VM157240 IAH 27807 1377 1997 SOLAR SIGN SIGN 31 1A9H12100VM157235 IAH 29435 1374 1999 FALCON PRESS

WASH/T 34 432SD1228X1004259

EFD 29483 1774 1999 GRACO PAINTSPRAY 32 BA7580 IAH 29661 1371 1999 GRIMSCH COMPRESSO

R 32 185-21382-DRG

IAH 29662 1371 1999 GRIMSCH COMPRESSOR

32 185-21396-DRG

IAH 30586 1371 1999 COLEMAN LIGHT TOWER 31 4397 IAH 30587 1371 1999 COLEMAN LIGHT TOWER 31 4419 IAH 30588 1371 1999 COLEMAN LIGHT TOWER 31 4434 IAH 30602 1371 1999 GRIMSCH COMPRESSO

R 32 18522254DRG

IAH 30603 1371 1999 GRIMSCH COMPRESSOR

32 18522284DRG

IAH 30658 1379 1999 COLEMAN LIGHT TOWER 31 RL4438 IAH 30731 1371 1999 RAM WATERTRAILE

R 34 17XPP1422Y1001601

EFD 31647 1774 2001 INGERSOLL P185WJD 32 319459VBL221 IAH 32557 1374 2002 INGERSOLL AIR COMP. 32 327019 EFD 32558 1774 2002 INGERSOLL AIR COMP. 32 P185WJD IAH 33216 1374 2002 WANCO WTS110LSAC 31 5F11S101X21000631 IAH 33952 1371 2004 LANDA STEAMCLEAN

ER 34 1A1DJ12004A0005614

IAH 34676 1371 2004 FINN T90T II 34 SDS-2999 HOU 13678 1571 1986 SULLA COMPRESSO

R 32 04489944HHE

HOU 26732 1571 1988 BOSS LIGHT TOWER 31 6115000 HOU 26746 1571 1987 INGERSOLL COMPRESSO

R 32 165283U87

HOU 29437 1571 1999 UNKNOWN PAVEMENTBRK

29 C500519

EFD 29447-A 1774 1999 GRACO PAINTMACHINE

34 29447-A

HOU 30601 1571 1999 GRIMSCH COMPRESSOR

32 185-22285-DRG

HOU 30700 1571 1999 ELITE POWER WASHER

34 30700

HOU 31145 1571 2000 MAXON MINI-MAX 30 131 HOU 33268 1571 2002 COLEMAN LIGHT TOWER 31 MH400RL-KH HOU 34792 1571 2005 STEPP SRM10120 31 SRM10-120-33 HOU 34907 1570 2005 HALI-BRITE S7ROM-D 31 6AJLS1613B002379 HOU 34908 1570 2005 HALI-BRITE S7ROM-D 31 5AJLS16115B002381 HOU 8977 1571 1986 SULLA COMPRESSO 32 004-91515DHF

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

122

Airport Unit No Org Year Make Model Class Serial R

IAH 4838 1379 1982 WEISE TRAILER 35 11713V IAH 13627 1370 1986 WELLS TRAILER 35 WC9318TEW1224 IAH 15358 1374 1987 TFI TRAILER 35 17YBP102XGB004173 IAH 15404 1370 1986 WELLS TRAILER 35 1WC200L25G2010010 IAH 16931 1371 1991 BELSH TRAILER 35 16JF02127L1021193 EFD 18367 1774 1992 UNKNOWN TRAILER 35 17YBP1022MB009203 IAH 24941 1374 2000 GTRL TRAILER 35 IL9420T65H137106 IAH 29499 1371 1999 ALMAN LIGHT TOWER 31 9812NLPO6 IAH 29500 1371 1999 ALMAN LIGHT TOWER 31 9811NLP49 IAH 29501 1371 1999 ALMAN LIGHT TOWER 31 9811NLP123 IAH 29502 1374 1999 ALMAN LIGHT TOWER 31 9812NLPO2 IAH 29503 1374 1999 ALMAN LIGHT TOWER 31 9812NLPO4 IAH 29504 1374 1999 ALMAN LIGHT TOWER 31 9812NLPO5 IAH 30926 1374 2000 TOWNMASTER TRAILER 35 4KNTT242XYL162828 IAH 34224 1385 2004 FALCON TRAILER 35 4325A121941009885 IAH 34225 1385 2004 FALCON TRAILER 35 432SA121041D09886 IAH 14935 1371 1986 CAT BULLDOZER 36 6X02008 IAH 18834 1371 1992 JOHN DEERE DOZER/CRAW 36 T0450GH784196

HOU WASH5 1574 2000 UNKNOWN VEHICLE WASH

39

EFD WASH6 1774 2000 UNKNOWN VEHICLE WASH

39

IAH 33305 1371 2002 ROADMASTER ASPHALTRECYC

41 0602-1017

IAH 9452 1371 1983 PEABA TRASH PUMP 42 258099 IAH 19803 1374 1992 UNKNOWN VACUUM

PUMP 42 1G9TU1624NH123914

IAH 29928 1374 1999 D&D T TRASH PUMP 42 KF30266U917705D IAH 32520 1374 2002 HUNTER NCG 42 1T9P316262P394614 IAH 22746 1994 FORD AEROSTAR 43 IAH 25760 1996 FORD TAURUS 43 IAH 27669 1997 FORD CROWN VIC 43 IAH 27860 1997 FORD CROWN VIC 43 IAH 27866 1997 FORD CROWN VIC 43 IAH 28206 1998 FORD CROWN VIC 43 IAH 28216 1998 FORD CROWN VIC 43 IAH 28731 1998 FORD TAURUS 43 IAH 28732 1998 FORD TAURUS 43 IAH 28770 1998 FORD TAURUS 43 IAH 29323 1999 FORD CROWN VIC 43 IAH 29331 1999 FORD CROWN VIC 43 IAH 29692 1999 FORD TAURUS 43 IAH 29797 1999 FORD TAURUS 43 IAH 29799 1999 FORD TAURUS 43 IAH 29936 1999 FORD CROWN VIC 43 IAH 29938 1999 FORD CROWN VIC 43 IAH 29939 1999 FORD CROWN VIC 43

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

123

Airport Unit No Org Year Make Model Class Serial IAH 29940 1999 FORD CROWN VIC 43 IAH 29941 1999 FORD CROWN VIC 43 IAH 29942 1999 FORD CROWN VIC 43 IAH 29953 1999 FORD CROWN VIC 43 IAH 29954 1999 FORD CROWN VIC 43 IAH 29955 1999 FORD CROWN VIC 43 IAH 29956 1999 FORD CROWN VIC 43 IAH 29957 1999 FORD CROWN VIC 43 IAH 29958 1999 FORD CROWN VIC 43 IAH 29959 1999 FORD CROWN VIC 43 IAH 31765 2001 FORD TAURUS 43 IAH 31771 2001 FORD TAURUS 43 IAH 31792 2001 FORD TAURUS 43 IAH 31796 2001 FORD TAURUS 43 IAH 31797 2001 FORD TAURUS 43 IAH 31798 2001 FORD TAURUS 43 IAH 31816 2001 FORD TAURUS 43 IAH 31818 2001 FORD TAURUS 43 IAH 31819 2001 FORD TAURUS 43 IAH 31826 2001 FORD TAURUS 43 IAH 31827 2001 FORD TAURUS 43 IAH 32296 2001 FORD CROWN VIC 43 IAH 32304 2001 FORD CROWN VIC 43 IAH 32309 2001 FORD CROWN VIC 43 IAH 32312 2001 FORD CROWN VIC 43 IAH 32318 2001 FORD CROWN VIC 43 IAH 32320 2001 FORD CROWN VIC 43 IAH 32321 2001 FORD CROWN VIC 43 IAH 32323 2001 FORD CROWN VIC 43 IAH 32326 2001 FORD CROWN VIC 43 IAH 32331 2001 FORD CROWN VIC 43 IAH 32337 2001 FORD CROWN VIC 43 IAH 32635 2002 DODGE STRATUS 43 IAH 32674 2002 DODGE STRATUS 43 IAH 32676 2002 DODGE STRATUS 43 IAH 32725 2002 DODGE STRATUS 43 IAH 33784 2004 FORD CROWN VIC 43 IAH 33826 2004 FORD CROWN VIC 43 IAH 33827 2004 FORD CROWN VIC 43 IAH 33829 2004 FORD CROWN VIC 43 IAH 33832 2004 FORD CROWN VIC 43 IAH 33840 2004 FORD CROWN VIC 43 IAH 33841 2004 FORD CROWN VIC 43 IAH 33844 2004 FORD CROWN VIC 43 IAH 34300 2005 FORD EXPEDITION 44 IAH 34301 2005 FORD EXPEDITION 44 IAH 34302 2005 FORD EXPEDITION 44 IAH 34303 2005 FORD EXPEDITION 44

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

124

Airport Unit No Org Year Make Model Class Serial IAH 34304 2005 FORD EXPEDITION 44 IAH 34305 2005 FORD EXPEDITION 44 IAH 35128 2006 FORD TAURUS 43

HOU 25759 1996 FORD TAURUS 43 HOU 27729 1997 FORD CROWN VIC 43 HOU 27734 1997 FORD CROWN VIC 43 HOU 28204 1998 FORD CROWN VIC 43 HOU 28220 1998 FORD CROWN VIC 43 HOU 28222 1998 FORD CROWN VIC 43 HOU 28769 1998 FORD TAURUS 43 HOU 28907 1998 FORD TAURUS 43 HOU 28908 1998 FORD TAURUS 43 HOU 29741 1999 FORD CROWN VIC 43 HOU 29796 1999 FORD TAURUS 43 HOU 29798 1999 FORD TAURUS 43 HOU 29943 1999 FORD CROWN VIC 43 HOU 29944 1999 FORD CROWN VIC 43 HOU 29945 1999 FORD CROWN VIC 43 HOU 29949 1999 FORD CROWN VIC 43 HOU 29950 1999 FORD CROWN VIC 43 HOU 29951 1999 FORD CROWN VIC 43 HOU 29952 1999 FORD CROWN VIC 43 HOU 30025 1999 FORD TAURUS 43 HOU 30917 2000 CHEVROLET 3500CC3D94 43 HOU 31784 2001 FORD TAURUS 43 HOU 32307 2001 FORD CROWN VIC 43 HOU 33612 2004 FORD CROWN VIC 43 HOU 33619 2004 FORD CROWN VIC 43 HOU 33623 2004 FORD CROWN VIC 43 HOU 33659 2004 FORD CROWN VIC 43 HOU 33668 2004 FORD CROWN VIC 43 HOU 33845 2004 FORD CROWN VIC 43 HOU 33843 2004 FORD CROWN VIC 43

EXHIBIT "M"

CITY OWNED MAINTENANCE TOOLS AND EQUIPMENT

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

125

IAH ITEM QTY DESCRIPTION MFG. TYPE/MODEL S/N CITY # COND.

1 1 Drill Press KFF KTF 18f 200628 11164

2 1 Jack, Transmission Blackhawk 67554 HA76449

3 9 Air Operated G raco 203-868 11176

203-932 11178

203-963 11179

203-963 A21166

203-963 A7996

203-963 A832 4241 4 1 Air Compressor Curtis 325-16 24127524vd 11181 5 I Air Compressor Ingersoll Rand 258-703 398670 11088 7 2 Tire Racks Pipe 11096

9 1

Work Bench w/Drawer (Steel) Hollowell

11128

10 1 Grinder, Bench Valley 6” BG-6 12 1 Bench Vise Columbia 5” D45M4 11167 19 4 Work Benches 11129 21 1 Hydraulic Press OTC 50-Ton 61309 11120 22 1 Lathe, Drum/Disk AMMCO 4100 9668 11126 23 1 Grinder, Bench Dayton 1Z853M 4583 11165 24 2 Bench Vise Columbia 4” D44M3 25 1 Vise, Free Standing Wilton 1010969 1116 26 1 Cabinet, Tool 11187 27 I Bench, Steel 11182 29 1 Lockers 11192 1 Lockers 11193 30 1 Steel Desk w/

31 1 Cubby Holes Cabinet for

32 1 Flammables Air-Operated Oil ARO T706 1225 11094

33 1 Pump Bench, Steel w/ Vise Wilton

11131

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

126

HOU SHOP EQUIPMENT ITEM QTY. DESCRIPTION MFG.. TYPE/MODEL S/N CITY # COND.

1 1 Air Compressor Kellog-American B352AO866 544873 7296

2 1 Oxy&Acty Cutter

3 1 Oxy&Acty Set H9224

4 2 Drive Adaptors Snap-On 1”-3/4” IM124A 5 I Tire Balancer Coats 1001 H5109 6 1 Bench 7343 7 1 Bench 7335 8 1 Bench 7321 9 1 Bench 16181 10 1 Bench 11 I Jack, Transmission H9211 12 1 Bench, Oil Pan T177A 7304 13 1 Bench, Oil Pan T177A 7311 14 1 Bench, Oil Pan T177A H6645 15 1 Bench, Oil Pan T177A H6646 16 2 Diesel Heater Dayton 150,000 BTU 11146

17 1

Brake Shop Accessories

H6425&26

18 1 File Cabinet Anderson 7338 19 1 Tire Changer Coats 40-40A 43445 H3706 20 1 Spring Compressor Strut Corp 21 1 Drill Press Dayton 3Z713 126726 7323 22 1 Drive Extension 18”x3/4 GL22 23 1 Lift, Rotary Floor Stone Hyd AB00111A 1323 H9219 24 1 Grinder Bluepoint BG5000 W1 1.82 16179 25 1 Lathe, Drum AMMCO 3000 31101 7310 26 1 Grinder, Hand Rockwell 7300

3783327 1 Hoist, Engine Blackhawk 67574 BK10271 H3711 28 1 Tire Dolly 1-Ton 67560 H1651 29 1 Hydraulic Press Blackhawk 67610 48311 7333 30 1 Hydraulic Press OTC Y150 50-Ton 2649 7332 31 1 Bearing Splitter Blackhawk Large 32 1 Bearing Splitter Blackhawk Small 33 1 Puller Set Snap-On CJ1000F H3016 34 1 Socket OTC 23801902 35 1 Socket OTC 2525 1904 36 1 Socket Set Proto ¾” 9pc 37 1 Socket Deep Snap-On ¾” 19pc 38 1 Socket ¾: 1-13/16 5558 39 1 Socket ¾: 1-7/16 5546 40 4 Jack Stand Hein Warner CS2.541 7327-8 Lincoln 93784 7325-6 41 3 Jack Stand Hein Warner 7 Ton 5 Lincoln 10 Ton

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

127

HOU

42 1 Lift Table Southworth SL36P M713240A

43 1 Vice Wilton 5” 911056 44 1 Vice Wilton 5” 911052 45 1 Welder Lincoln 250 Amp 225077 7322 46 1 Wrench, Torque Snap-On ½” QJR3200B 47 1 Wrench, Torque Snap-On ¼” L72T 48 1 Cabinet, Steel Tool 732949 1 Anvil Babco CA94621 50 1 Lockers, Metal Wall Penco 10 Lockers 51 1 Oil Drain Recovery Free Standing

52 1 Pan Bearing Puller

Medium

53 1 Compression Tester Snap-On MT37 54 1 Wrench Snap-On 1.5X1/58 55 1 Cabinet, Steel Tool 7295

EXHIBIT "N"

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

128

INCLUSION/EXCLUSION AND TRANSFER NOTICE FOR VEHICLES AND EQUIPMENT

A. INCLUSION/EXCLUSION AND TRANSFER NOTICE REQUIREMENTS

HAS may add additional or transfer units (vehicles and/or equipment) by notifying Contractor in writing. Any unit to be added to the Agreement will be included in the class of Vehicles Equivalency which most closely resembles the unit as mutually agreed upon by HAS and Contractor. The added unit will be charged the unit cost of the class into which the added unit is incorporated. To be effective, the notice adding a unit to the Agreement must describe the additional unit by manufacturer, model and serial number. The notice must include shop number or tag number, license plate number (where applicable), and a brief description of the unit. Inclusion notices shall become effective on the date the unit is accepted by Contractor. Acceptance by Contractor shall be signified by Contractor’s representative entering the effective date (acceptance date) and signing the inclusion notice. An authorized HAS representative must then countersign for the effective date on the inclusion notice to be valid. Contract charges and credits shall begin to accrue for included units at the same rate as existing units in the same class or equivalency as shown on the Fee Schedule. During the first month of service, charges for item(s) contained in the inclusion notice will be prorated on a daily basis.

Any unit which is subject to this Agreement may be excluded from the Agreement by means of a written notice (inclusion/exclusion notice) from HAS to Contractor. Exclusion notices will become effective on the date the unit is excluded by HAS. The effective date of the exclusion will be signified by the HAS representative entering the effective date (exclusion date) and signing the exclusion notice. Contractor’s representative must then countersign for the effective date on the exclusion notice to be valid. Contract charges and VOC credits will end as of the effective date of the exclusion. Charges for item(s) contained in the exclusion notice will be prorated on a daily basis up to the day before the effective date of the exclusion. Units may be transferred from one airport to another by issue of a transfer notice. Agreement charges for such reassigned units shall appear on the respective invoices for the locations involved. Units, which have been reassigned, shall not be considered to have been excluded from this Agreement and added back.

B. ACCEPTANCE – NEW VEHICLES AND EQUIPMENT

Upon receipt of any new vehicles or equipment, Contractor shall inspect the vehicle/equipment for any defect(s) that may require correction under warranty. The City or City’s designated representative may witness all such inspections/tests at the maintenance facility or other designated site. If the City notifies Contractor shall notify City in writing of deficiencies as the results of such inspections and tests, Contractor shall and proceed to have the deficiencies corrected under warranty or other such provisions that may be available.

As part of vehicle/equipment inspection/testing the Contractor shall determine at a minimum that:

1. All vehicle/equipment features operate properly;

2. All safety functions operate properly;

3. All ancillary equipment that may be interfaced to the equipment is operating properly;

4. Vehicle/equipment meets the minimum specifications as purchased.

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

129

C. INCLUSION/EXCLUSION AND TRANSFER NOTICE FORM

INCLUSION/EXCLUSION AND TRANSFER NOTICE NO. _______________________ DATE: VEHICLE COUNT PRIOR TO THIS ACTION: A: ADD/DELETE/TRANSFER (CIRCLE ONE) EFFECTIVE DATE: B: DESCRIPTION OF UNIT

10.2 YEAR 10.3 MANUFACTURER 10.4 MAKE 10.5 MODEL 10.6 SERIAL/VIN NUMBER 10.7 UNIT NUMBER 10.8 LICENSE NUMBER 10.9 CLASSIFICATION CODE 10.10 MONTHLY MAINTENANCE FEE 10.11 ORG. NUMBER 10.12 DATE OF PURCHASE 10.13 LOCATION 10.14 OPS ESSENTIAL (WRITE YES OR NO)

C: REASON FOR ADDITION/DELETION OF UNIT (CIRCLE ONE) 1. ADDITION BY PURCHASE (PURCHASE ORDER #) PC-28-

2. DELETION BY SALVAGE VERIFIED BY TECHNICAL SERVICES:

NEW VEHICLE COUNT:

CONTRACTOR SIGNATURE: DATE: PRINT NAME: TITLE:

HAS VALIDATION: DATE: PRINT NAME: TITLE:

H:\RJS\20663.DOC 9/11/2006 L.D. FILE NO.

130

EXHIBIT "O"

REPORTS