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WHEREAS, the City Commission finds that Current Truck described above is obsolete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