Loading...
Res No 032-23-15966RESOLUTION NO. 032-23-15966 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE OF A TRASH TRUCK FROM LOU BACHRODT FREIGHTLINER USING FLORIDA SHERIFFS ASSOCIATION CONTRACT #FSA-VEH20.0; DECLARING THE EXISTING TRASH TRUCK AS SURPLUS PROPERTY; PROVIDING FOR IMPLEMENTATION; CORRECTIONS; SEVERABILITY; AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") Public Works Department (the "Department") provides weekly bulk trash collection for City residents as requested; and WHEREAS, the Department is in need of a new trash truck (the "Vehicle") to replace the Department's current trash truck, a 2006, two-door, International Trash Truck (the "Current Truck"), which has exhausted its useful life due to its continued use throughout the past years; and WHEREAS, the purchase of the new Vehicle will eliminate the various costly repairs that the Current Truck will need, to continue its usefulness to the department; and WHEREAS, the purchase contemplated by the City has been competitively bid by the Florida Sheriffs Association, which has entered into Contract FSA-VEH20.0 with Lou Bachrodt Freightliner (the "Vendor"); and WHEREAS, Article III, Section 5(H) of the City Charter provides that the City may make purchases through other governmental agencies that have followed similar bidding procedures; and WHEREAS, the Vendor provided a quote for the purchase of the Vehicle to the City in the amount of $142,990.00, attached hereto as Exhibit "A" (the "Quote"); and WHEREAS, the City Commission desires to authorize the City Manager to purchase the Vehicle from the Vendor consistent with the Quote in the amount of $142,990.00; and WHEREAS, the City Commission finds that Current Truck described above is obsolete and no longer economical or efficient to keep, and, in light of the purchase authorized in this Resolution, serves no useful function for activities within the City, and therefore declares it surplus personal property pursuant to Section 2-4.7 of the City's Code of Ordinances (the "Code") to be sold or otherwise disposed of by the City Manager as provided in Section 2-4.7; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the Town. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Page 1 of 3 Res. No. 032-23 -159 66 Section 1. Recitals Adopted. The foregoing recitals are he reby ratified and confirmed as being true and they are incorporated into this Reso luti o n by reference as if se t forth in full here in. Section 2. Approval of Purchase. The City Manager is hereby authorized to purchase th e Vehicle from the Vendor consistent with the terms and conditions of t he Florida Sheriffs Association, Contract No. FSA22-VEH20.0, and the Quote from the Vendor, attached hereto as Exhibit "A ," in a n amount not to exceed $142,990.00. The cost for the trash truck wi ll be charged to account 301-1 720-534-46440, Capital Improvement (Vehicles and E q uipm ent), which has a current balance of $330,000.00. Section 3 . Declaration of Surplus Property. Based on the C ity Commiss ion's findings that the Current Truck is obsolete an d no lon ger economical or efficient to keep, and, in light of the purc hase authori zed in thi s Resolution, serves no useful function for activities w ithin the C ity. According ly, the City Commission declares surpl us personal property to be to be so ld or o therw ise disposed of by the City Manager as provid ed in Secti on 2-4. 7 of the Code. Section 4. Implementation. That the C ity Manager is hereby a uthorized to take any and all actions necessary to implement this Re so lution . Section 5. Corrections. Conforming lang uage o r technical scri vener-type corrections may be made by the C ity Attorney for any conforn1ing amendme nts to be incorporated into the final resolution for s ignature . Section 6. Severability. If any secti on clause, sentence, o r phrase of t hi s Resolution is for any reaso n he ld invalid or unconstituti o na l by a court of competent jurisdi ction, the ho ld ing shall not affect the validity of the re maining porti o ns of this Resolution . Section 7. Effective Date. This Resoluti o n sha ll becom e effect ive immediately upon adoption . PASSED AND ADOPTED thi s 2l51 day of March, 2023. ATTEST: c~ READ AND APPROVED AS TO FORM, COMMISSION VOTE: 5-0 LANGUAGE, LEGALITY AND Mayor Fernandez: Yea EXECUTION T HEREOF Vice Mayor Bonich: Yea Commissioner Calle: Yea Commissioner Corey : Yea Com mi ss ioner Liebman : Yea Page 2 of 3 Res. No. 032-23-1 59 66 WEISS SEROT A HELFMAN C OLE & BIERMAN, P .L. CITY ATTORNEY Page 3 of 3 Agenda Item No:3. City Commission Agenda Item Report Meeting Date: March 21, 2023 Submitted by: Andrea Gaitan Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE OF A TRASH TRUCK FROM LOU BACHRODT FREIGHTLINER USING FLORIDA SHERIFFS ASSOCIATION CONTRACT #FSA-VEH20.0; DECLARING THE EXISTING TRASH TRUCK AS SURPLUS PROPERTY; PROVIDING FOR IMPLEMENTATION; CORRECTIONS; SEVERABILITY; AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS DEPT.) Suggested Action: Attachments: Memo_Purchase_New_Trash_Truck_2023 (1).docx Resolution Purchase of Trash Truck - Piggyback FSA and Surplus Property CAv2.doc City of South Miami - Piggyback agreement - 3.7.2023.pdf SOUTH MIAMI 24 FT TRASH BD.pdf SOUTH MIAMI 24 FT TRASH PLUS MODEL TRUCK SPECS.docx 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: March 21, 2023 SUBJECT:A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE OF A TRASH TRUCK FROM LOU BACHRODT FREIGHTLINER USING FLORIDA SHERIFFS ASSOCIATION CONTRACT #FSA-VEH20.0; DECLARING THE EXISTING TRASH TRUCK AS SURPLUS PROPERTY; PROVIDING FOR IMPLEMENTATION; CORRECTIONS; SEVERABILITY; AND AN EFFECTIVE DATE. RECOMMENDATION:Approve purchase of a trash-truck for the City’s Public Works Department. BACKGROUND: The Public Works Department provides trash collection for the City of South Miami residents. The new trash truck will replace the current unit, a 2006, two-door international trash truck. The trash truck is used for transporting residential bulk trash to the Public Works Department and Miami-Dade County dump site. The unit has exhausted its useful life due to its continued use throughout the past 17 years. The purchase of a new trash truck will eliminate the various costly repairs that the unit will need. The City Manager wishes to piggyback on Florida Sheriffs Association Contract FSA22-VEH20.0 with Lou Bachrodt Freightliner. The City of South Miami desires to utilize the Florida Sheriffs Association Contract under the Terms and Conditions as set forth in the solicitation agreement between Florida Sheriffs Association and Lou Bachrodt Freightliner. FUNDING: The cost for the trash truck will not exceed $142,990 and will be charged to account 301-1720-534-46440, Capital Improvement (Vehicles and Equipment), with a current balance of $330,000 ATTACHMENTS:Piggyback Contract with Lou Bachrodt Freightliner Lou Bachrodt Freightliner Quote Trash Body Specs Resolution 2 THE CITY OF PLEASANT LIVING 6 CONTRACT FOR HEAVY TRUCKS & BUSES TIDS AGREEMENT made and entered into this__:].. day of /ll,1/124,I{, 20~y and between the City of South Miami, a Florida municipal Corporation by and through ,ts City Manager (hereinafter referred to as "City") and SBL Freightliner LLC, an authorized dealer for the Florida Sheriffs Association Cooperative Purchasing Program, (hereinafter referred to as "Contractor"), whose address is 2840 Center Port Circle, Pompano, Bch, FL 33064 and whose email address is: dmaher@freightlinerfl.com and a vendor on the Florida Sheriffs Association Cooperative Purchasing Program Contract. WITNESSETH: WHEREAS, Florida Sheriffs Association Coooerative Purchasing Program solicited bids pursuant to Solicitation No. FSA22-VEH20.0 fur Heavy Duty Trucks & Buses; and WHEREAS, Florida Sheriffs Association Cooperative Purchasing Program after completing a competitive bidding process, awarded a contract to Contractor; and WHEREAS, the City of South Miami desires to utilize Florida Sheriffs Association Cooperative Purchasing Program Contract No. No. FSA22-VEH20.0 with Contractor; and WHEREAS, the City is autho r ized, pursuant to the City of South Miami's Charter, to piggyback off of contracts, such as the contract in question between Florida Sheriffs Association Cooperative Purchasing Program and Contractor, that were entered into in accordance with a solicitation process that is at least as vigorous as that of the City of South Miami; and NOW, THEREFORE, the City and the Contrac tor, each through their authorized representative/official , agree as follows: 1. The City desires to enter into a Contract, under the same provisions as set forth in the contract between the Florida Sheriffs Association Cooperative Purchasing Program and Contractor pursuant to the Solicitation and Contract No . FSA22-VEH20.0, as modified by this Agreement. 2. The City has reviewed the contract between the Florida Sheriffs Association Cooperative Purchasing Program and Contractor and agrees to the provisions of that contract which shall be applicable to a purchase order to qe issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to the City 's purchase order made during the te1m of this Agreement, under the same price(s), terms and conditions as found in the solicitation documents, the response to the solicitation, and the Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as Attachment A and made a part hereof by reference. 3. All references in the contract between Florida Sheriffs Association Cooperative Purchasing Program and Contractor, shall be assumed to pertain to, and are binding upon Cont ractor and the City of South Miami. All decisions that are to be made on behalf of Florida 1 of77 7 Sheriffs Association Cooperative Purchasing Program as set forth in the contract between Florida Sheriffs Association Cooperative Purchasing Program and Contractor, shall all be made by the City Manager for the City of South Miami. Notwithstanding anything contained in the Solicitation and Contract No. FSA22-VEH20.0 between Florida Sheriffs Association Cooperative Purchasing Program and the Contractor to the contrary, this Agreement shall _be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. 4. Term. The term of the contract, including all extensions authorized by the contract shall not exceed consecutive five years. 5. Scope of Goods and Services. The scope of goods and services (which may hereinafter be referred to as the "Work") are set forth in t he attached Attachment A and any attachments thereto and the City's purchase order, the latter of which shall take precedence. The Contractor has agreed to deliver the goods, if any, and perform the services, if any, in a workman like manner and in accordance with all state, county and City laws, at the locations, if any , designated by the City. All of the goods and services reflected in Attachment A shall, unless o therwise stated in the Attachment A or B, be delivered, if good , and commenced, if services, within NIA days from the date of the execution of this Agreement. The Contractor shall obtain and pay for all permits required for the goods and services rendered, if any, with the exception of permits fees charged by the City, said fees shall be waived. 6. Contract Price. The contract price for the good and services is set forth in Attachment A or B. If not otherwise set forth in the contract between Florida Sheriffs Association Cooperative Purchasing Program and the Contractor, the Contractor shall be paid upon delivery of all the goods, if any, the completion of all the services, if any, and after final inspection and approval , by the City, that approves of the goods delivered, if any, and the services performed, if any. 7. Precedence. The tenn, provisions and conditions of this Agreement shall take precedence over the terms, provisions and conditions of the contract between Contractor and Florida Sheriffs Association Cooperative Purchasing Program. 8. Grant Funding: This project is being funded by NIA and Contractor agrees to comply with all the requirements of that Grant, applicable to the delivery of the goods and/or services that are the subject of this Agreement, and that are within its power to provide and to provide all the documentation within its control that is required for the City to be able to recover as much of the contract price that is available pursuant to the terms of the grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference. 9. Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CIT Y and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain pub lic records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided 2 of77 8 in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as au t horized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency; and (d) Upon completion of the contract, transfer, at no cos t, to the public agency all public records in possession of the contractor or keep and maintain pubiic records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records . All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information techno logy systems of the public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO TIDS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305 -663-6340; E-mail: npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL 33143. 10. Waiver Jury Trial: City and. Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, or lawsuit arising out of the Contract Documents or the performance of the Work thereunder or any counterclaim, cross-claim or third party claim filed in the same proceeding. 11. Notices: Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail with return receipt reques ted and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or, if by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the CITY, a copy must be stamped with the official CITY receipt stamp showing the date of delivery, otherwise the document shall not be considered to have been hand delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e- mail) or facsimile t ransmission numbers set forth below or in the introductory paragraph to this contract: To CITY: With copies to: City Manager, 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 668-2510 Fax: (305) 663-6345 E-mail: skamali@southmiamifl.gov City Attorney Anthony L. Recio Weiss Serota Reifman Cole & Bierman, P.L . 3 of 77 9 2800 Ponce de Leon Blvd, Suite 1200 Coral Gables, FL 33134 305.854.0800 office · 305 .992.6847 cell trecio@wsh-law.com Lillian M. Arango Weiss Serota Helfman Cole & Biennan, P.L. 2800 Ponce de Leon Blvd, Suite 1200 Coral Gables, FL 33134 305.854.0800 office 305.588.0841 cell larango@wsh-law.com 12. Validity of Executed Copies: This Agreement may be executed in several counterparts, each of which may be construed as an original. 13 . Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. Nothing contained herein shall pre·vent or prohibit the right to be indemnified for any attorney fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. 14. Indemnification: Notwithstanding anything contained in the contract between Contractor and<< >> to the contrary, the City does not waive its sovereign immunity granted by Florida Statutes, Section 768.28, and the City's tort liability shall be limited to the waiver of sovereign immunity provided for in Section 768.28. 15. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 16. E-VERIFY: As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors must register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. a) Contractor must requ ire each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien . b) Contractor must maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. 4 of77 10 c) The City, Contractor, or any subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section must terminate the contract with the person or entity. d) The City, upon good faith belief that a subcontractor knowingly violated the provisions of this section, but that the Contractor otherwise complied, must promptly notify Contractor and Contractor must immediately terminate the contract with the subcontractor. e) A contract terminated under the provisions of this Section is not a breach of contract and may not be considered such. f) Any contract termination under the provisions of this Section may be challenged no later than 20 calendar days after the date on which this Agreement is terminated pursuant to paragraph b. or c. above. g) Contractor acknowledges that upon termination of this Agreement by the City for a violation of this Section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this Section. h) Subcontracts. Contractor or subcontractor must insert in any subcontracts the clauses set forth in this Section, including this Subsection, requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this Section and Contractor's failure to enforce compliance is a substantial and material breach of this Agreement. 17. ANTI-DISCRIMINTION. Contractor and all of its employees, subcontractors and subconsultants, while performing work for the City, including the hiring and retention of employees for the performance of Work, are prohibited from discriminating against anyone on the basis of race, color, religion, and family status, sex (including sexual orientation, gender identity and intersexuality), height, weight, domestic partnership status, labor organization membership, political affiliation, national origin, age, disability or any other classification that is federally defined as a "protected class" and Contractor must take all steps necessary to prevent such discrimination by all of its employees, subcontractors and subconsultants who are performing work for the City and must ensure nondiscrimination in all programs, services and activities that are part of the Scope of Services . A violation of this paragraph is a substantial, material breach of this Contract. IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by their proper officia ls on or before the day and year first above written. 5 of77 11 ATTEST: By: ----------- Nkenga Payne, CMC City Clerk CITY OF SOUTH MIAMI By : _______ _ Genaro "Chip" Iglesias City Manager Read and Approved as to Form, Language, Legality and Execution Thereof. By: ------------Anthony L. Recio City Attorney 6 of77 12 CONTRACT FOR REA VY TRUCKS & BUSES ATTACHMENT A • NOTICE OF FINAL AW ARD, CONTRACT FSA22-VEH.20.0 • VENDOR DIRECTORY • FLORIDA SHERIFFS ASSOCIATION BID DOCUMENT AND CONTRACT 7 of 77 2840 Center Port Circle Pompano, Bch, FL. 33064 PURCHASER:DATE: ADDRESS:PHONE: CITY:ATTN: BASE MODEL:PRICE: OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # OPTION # PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: PRICE: TOTAL PRICE: *MTHLY PAYMENT: *Actual rate, terms, down payment, and program eligibility will be determined by DTF credit team based upon credit worthiness and experience of customer. Budget Challenges? Daimler Truck Financial offers special municipal financing programs to help fund the purchase of needed vehicles and other equipment. •Monthly, annual, semi-annual or quarterly payment options •Flexible repayment terms (tied to your budget) 13 Frii.1#11 ,tl'Jif ,ii-r -SPRINrER ~ Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 1 of 15 S O U T H M I A M I T R A S H T R U C K F S A 2 2 V E H 2 0 . 0 I T E M 8 9 L O W B I D D E R Q U O T A T I O N M2 106 CONVENTIONAL CHASSIS SET BACK AXLE - TRUCK CUM L9 300 HP @ 2200 RPM; 2200 GOV RPM, 860 LB-FT @ 1200 RPM ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 21,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING REAR SUSPENSION WITH RUBBER HELPER DETROIT DA-F-12.0-3 12,000# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE 12,000# MONO TAPERLEAF FRONT SUSPENSION 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 6475MM (255 INCH) WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG PER UNIT TOTAL TAXES AND FEES FEDERAL EXCISE TAX (FET)$$ TAXES AND FEES $ $ OTHER CHARGES $$ TRADE-IN TRADE-IN ALLOWANCE $(0)$(0) COMMENTS: Projected delivery 2024 APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X_______________________________________ Date: ___ / ___ / ___. VEHICLE PRICE TOTAL # OF UNITS (1)$$ EXTENDED WARRANTY $$ DEALER INSTALLED OPTIONS $$ CUSTOMER PRICE BEFORE TAX $$ BALANCE DUE (LOCAL CURRENCY)$142,990 $142,990 14 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 2 of 15 Financing that works for you. See your local dealer for a competitive quote from Daimler Truck Financial, or contact us at Information@dtfoffers.com. Daimler Truck Financial offers a variety of finance, lease and insurance solutions to fit your business needs. For more information about our products and services, visit our website at www.daimler-truckfinancial.com. 15 Dai mler Truck Fina ncial Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 3 of 15 S P E C I F I C A T I O N P R O P O S A L Description Price Level M2 PRL-27M (EFF:MY24 ORDERS) Data Version SPECPRO21 DATA RELEASE VER 029 Vehicle Configuration M2 106 CONVENTIONAL CHASSIS 2024 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION General Service TRUCK CONFIGURATION DOMICILED, USA (EXCLUDING CALIFORNIA AND CARB OPT-IN STATES) PICKUP AND DELIVERY/SHORT HAUL SERVICE GOVERNMENT BUSINESS SEGMENT FIXED LOAD COMMODITY TERRAIN/DUTY: 10% (SOME) OF THE TIME, IN TRANSIT, IS SPENT ON NON-PAVED ROADS MAXIMUM 8% EXPECTED GRADE MAINTAINED GRAVEL OR CRUSHED ROCK - MOST SEVERE IN-TRANSIT (BETWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRONT AXLE(S) LOAD : 12000.0 lbs EXPECTED REAR DRIVE AXLE(S) LOAD : 21000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 33000.0 lbs Truck Service FLATBED/PLATFORM/STAKE BODY 3-V DISTRIBUTING INC 16 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 4 of 15 Description EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME "XX" INCHES : 32.0 in Engine CUM L9 300 HP @ 2200 RPM; 2200 GOV RPM, 860 LB-FT @ 1200 RPM Electronic Parameters 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO MODE BRAKE OVERRIDE - SERVICE BRAKE APPLIED PTO RPM WITH CRUISE SET SWITCH - 700 RPM PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM PTO MODE CANCEL VEHICLE SPEED - 5 MPH PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND PTO MINIMUM RPM - 700 REGEN INHIBIT SPEED THRESHOLD - 5 MPH Engine Equipment 2010 EPA/CARB/GHG21 CONFIGURATION NO 2008 CARB EMISSION CERTIFICATION STANDARD OIL PAN ENGINE MOUNTED OIL CHECK AND FILL SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE (2) DTNA GENUINE, FLOODED STARTING, MIN 2000CCA, 370RC, THREADED STUD BATTERIES BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON-POLISHED BATTERY BOX COVER CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR AIR COMPRESSOR DISCHARGE LINE 17 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 5 of 15 Description ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM CUMMINS ENGINE INTEGRAL BRAKE WITH VARIABLE GEOMETRY TURBO ON/OFF RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH HORIZONTAL TAILPIPE ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH STANDARD EXHAUST SYSTEM LENGTH RH STANDARD HORIZONTAL TAILPIPE 6 GALLON DIESEL EXHAUST FLUID TANK 100 PERCENT DIESEL EXHAUST FLUID FILL LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING STANDARD DIESEL EXHAUST FLUID TANK CAP AIR POWERED ON/OFF ENGINE FAN CLUTCH AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATION FULL FLOW/BYPASS OIL FILTER 900 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE- CHARGED SCA HEAVY DUTY COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES RADIATOR DRAIN VALVE LOWER RADIATOR GUARD ALUMINUM FLYWHEEL HOUSING ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Transmission Equipment 18 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 6 of 15 Description ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE PRESELECT RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE ALTERNATE PRESELECT RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE FUEL SENSE 2.0 DISABLED - PERFORMANCE - TABLE BASED DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES VEHICLE INTERFACE WIRING CONNECTOR WITHOUT BLUNT CUTS, AT BACK OF CAB ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED CUSTOMER INSTALLED MUNCIE A20 SERIES PTO PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION ALLISON MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 19 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 7 of 15 Description TRANSMISSION PROGNOSTICS - ENABLED 2013 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) Front Axle and Equipment DETROIT DA-F-12.0-3 12,000# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE MERITOR 15X4 Q+ CAM FRONT BRAKES NON-ASBESTOS FRONT BRAKE LINING CONMET CAST IRON FRONT BRAKE DRUMS FRONT BRAKE DUST SHIELDS FRONT OIL SEALS VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL STANDARD SPINDLE NUTS FOR ALL AXLES MERITOR AUTOMATIC FRONT SLACK ADJUSTERS TRW THP-60 POWER STEERING POWER STEERING PUMP 2 QUART SEE THROUGH POWER STEERING RESERVOIR CURRENT AVAILABLE SYNTHETIC 75W-90 FRONT AXLE LUBE Front Suspension 12,000# MONO TAPERLEAF FRONT SUSPENSION MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION FRONT SHOCK ABSORBERS Rear Axle and Equipment RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 5.38 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 16T MERITOR EXTENDED LUBE MAIN DRIVELINE WITH HALF ROUND YOKES DRIVER CONTROLLED TRACTION DIFFERENTIAL - SINGLE REAR AXLE 20 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 8 of 15 Description (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON-ASBESTOS REAR BRAKE LINING BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF DRIVE AXLE(S) CONMET CAST IRON REAR BRAKE DRUMS REAR BRAKE DUST SHIELDS REAR OIL SEALS WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS CURRENT AVAILABLE SYNTHETIC 75W-90 REAR AXLE LUBE Rear Suspension 21,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING REAR SUSPENSION WITH RUBBER HELPER SPRING SUSPENSION - NO AXLE SPACERS STANDARD AXLE SEATS IN AXLE CLAMP GROUP Brake System AIR BRAKE PACKAGE WABCO 4S/4M ABS REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES FIBER BRAID PARKING BRAKE HOSE STANDARD BRAKE SYSTEM VALVES STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM STD U.S. FRONT BRAKE VALVE RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE NO BRAKE LINE AIR DRYER STEEL AIR BRAKE RESERVOIRS BW DV-2 AUTO DRAIN VALVE WITHOUT HEATER ON ALL TANK(S) 21 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 9 of 15 Description Trailer Connections UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT Wheelbase & Frame 6475MM (255 INCH) WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 INCH CALC'D BACK OF CAB TO REAR SUSP C/L (CA) : 189.37 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 186.37 in CALC'D FRAME LENGTH - OVERALL : 356.89 in CALCULATED FRAME SPACE LH SIDE : 135.13 in CALCULATED FRAME SPACE RH SIDE : 136.97 in SQUARE END OF FRAME FRONT CLOSING CROSSMEMBER STANDARD WEIGHT ENGINE CROSSMEMBER STANDARD CROSSMEMBER BACK OF TRANSMISSION STANDARD MIDSHIP #1 CROSSMEMBER(S) STANDARD REARMOST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER Chassis Equipment THREE-PIECE 14 INCH STEEL CENTER BUMPER WITH FLEXIBLE PLASTIC ENDS FRONT TOW HOOKS - FRAME MOUNTED BUMPER MOUNTING FOR SINGLE LICENSE PLATE BETTS B-25 PAINTED MUDFLAP BRACKETS BLACK MUDFLAPS FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS Fuel Tanks 80 GALLON/302 LITER RECTANGULAR ALUMINUM FUEL TANK - LH 22 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 10 of 15 Description RECTANGULAR FUEL TANK(S) PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S) WITH PAINTED BANDS FUEL TANK(S) FORWARD PLAIN STEP FINISH FUEL TANK CAP(S) DETROIT FUEL/WATER SEPARATOR WITH WATER IN FUEL SENSOR EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE Tires HANKOOK AL21 11R22.5 14 PLY RADIAL FRONT TIRES HANKOOK DL11 11R22.5 14 PLY RADIAL REAR TIRES Hubs CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CONMET PRESET PLUS PREMIUM IRON REAR HUBS Wheels MAXION WHEELS 91541 22.5X8.25 10-HUB PILOT 6.20 INSET 2-HAND STEEL DISC FRONT WHEELS MAXION WHEELS 91541 22.5X8.25 10-HUB PILOT 2-HAND STEEL DISC REAR WHEELS FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS Cab Exterior 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB LEAF SPRING REAR CAB SUSPENSION LH AND RH GRAB HANDLES PAINTED PLASTIC GRILLE ARGENT SILVER HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK SINGLE ELECTRIC HORN 23 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 11 of 15 Description SINGLE HORN SHIELD REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEADLIGHT/MARKER ASSEMBLY (5) AMBER MARKER LIGHTS INTEGRAL STOP/TAIL/BACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS STANDARD SIDE/REAR REFLECTORS 63X14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED NON-OPERATING WING WINDOWS MANUAL DOOR WINDOW REGULATORS 1-PIECE SOLAR GREEN GLASS WINDSHELD 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cab Interior OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING IN DASH STORAGE BIN (2) CUP HOLDERS LH AND RH DASH GRAY/CHARCOAL FLAT DASH HEATER, DEFROSTER AND AIR CONDITIONER STANDARD HVAC DUCTING MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH STANDARD HEATER PLUMBING VALEO HEAVY DUTY A/C REFRIGERANT COMPRESSOR BINARY CONTROL, R-134A STANDARD INSULATION 24 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 12 of 15 Description SOLID-STATE CIRCUIT PROTECTION AND FUSES 12V NEGATIVE GROUND ELECTRICAL SYSTEM DOME LIGHT WITH 3-WAY SWITCH ACTIVATED BY LH AND RH DOORS DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME KEY QUANTITY OF 2 CAB DOOR LATCHES WITH MANUAL DOOR LOCKS BASIC ISRI HIGH BACK NON SUSPENSION DRIVERS SEAT W/FORE & AFT ADJUSTMENT 2 MAN TOOL BOX MID BACK NON SUSPENSION PASSENGER SEAT, SEATS INC LH AND RH INTEGRAL DOOR PANEL ARMRESTS VINYL WITH VINYL INSERT DRIVER SEAT VINYL WITH CLOTH INSERT PASSENGER SEAT BLACK SEAT BELTS FIXED STEERING COLUMN 4-SPOKE 18 INCH (450MM) STEERING WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & Controls GRAY DRIVER INSTRUMENT PANEL GRAY CENTER INSTRUMENT PANEL BLACK GAUGE BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES INTAKE MOUNTED AIR RESTRICTION INDICATOR WITHOUT GRADUATIONS 97 DB BACKUP ALARM ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 2 INCH ELECTRIC FUEL GAUGE 25 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 13 of 15 Description PROGRAMMABLE RPM CONTROL - ELECTRONIC ENGINE ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY (1) DASH MOUNTED PTO SWITCH WITH INDICATOR LAMP ELECTRIC ENGINE OIL PRESSURE GAUGE NO OVERHEAD INSTRUMENT PANEL AM/FM/WB WORLD TUNER RADIO WITH AUXILIARY INPUT, J1939 DASH MOUNTED RADIO (2) RADIO SPEAKERS IN CAB AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER STANDARD VEHICLE SPEED SENSOR ELECTRONIC 3000 RPM TACHOMETER IDLE LIMITER, ELECTRONIC ENGINE TWO ON/OFF ROCKER SWITCHES IN THE DASH WITH INDICATOR LIGHTS AND WIRE ROUTED TO CHASSIS AT BACK OF CAB, LABEL OPT DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHER/WIPER AND HAZARD IN HANDLE INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design PAINT: ONE SOLID COLOR Color 26 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 14 of 15 Description CAB COLOR A: L0006EY WHITE ELITE EY BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT POWDER WHITE (N0006EA) FRONT WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) POWDER WHITE (N0006EA) REAR WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) BUMPER PAINT: FP24812 ARGENT SILVER DUPONT FLEX STANDARD E COAT/UNDERCOATING Certification / Compliance U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS Secondary Factory Options CORPORATE PDI CENTER IN-SERVICE ONLY Sales Programs NO SALES PROGRAMS HAVE BEEN SELECTED Extended Warranty CUM 2017 L9: HD2 MD DTY 7 YEARS / 250,000 MILES / 402,500 KM EXTENDED WARRANTY. FEX APPLIES TC4: MD STANDARD ON-HIGHWAY 7 YEARS/250,000 MILES / 402,500 KM. EXTENDED TRUCK COVERAGE. FEX APPLIES TOWING: 6 MONTHS/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE $750 CAP FEX APPLIES Dealer Installed Options Weight Front Weight Rear 24 FT LONG TRASH BODY WITH 6FT HIGH SIDES AND 7FT WIDE BODY WITH TARP AND PTO FOR AUTO TRANS. 0 0 GROUND LEVEL TARP. MUDFLAPS AND BACKUP ALARM. 0 0 Total Dealer Installed Options 0 lbs 0 lbs 27 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 545 1000 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.7.906 Data Version PRL-27M.029 SOUTH MIAMI 24 FT TRASH PLUS MODEL 02/13/2023 3:15 PM Page 15 of 15 (***) All cost increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and government mandated requirements, tariffs, and raw material surcharges will be passed through and added to factory invoices. 28