Loading...
HomeMy WebLinkAboutC-8045-3 - Purchase Agreement for One (1) Compressed Natural Gas (CNG) 3-Axle Dump TruckPURCHASE AGREEMENT FOR ONE (1) COMPRESSED NATURAL GAS (CNG) 3 -AXLE DUMP TRUCK FROM LOS ANGELES TRUCK CENTERS, LLC, DOING BUSINESS AS LOS ANGELES FREIGHTLINER This Purchase Agreement ("Agreement") is entered into as of this 22nd day of May, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Los Angeles Truck Centers, LLC, doing business as ("DBA") Los Angeles Freightliner, a California limited liability company ("Vendor"), whose principal place of business is 2429 South Peck Road, Whittier, California 90601. RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. On May 24, 2016, City and Vendor entered into a separate Purchase Agreement for one (1) CHG 3 -Axle Dump Truck. C. On May 23, 2017, City and Vendor entered into a separate Purchase Agreement for one (1) CNG 3 -Axle Dump Truck. D. City requires one (1) additional CNG 3 -Axle Dump Truck ("Equipment") and the purpose of this Agreement is to purchase such Equipment. E. City is utilizing its cooperative purchasing powers pursuant to Administrative Policy AP -002, Section V(f), to procure the Equipment that has been previously competitively provided by Vendor to the County of Orange ("County"). County's bidding and selection procedures meet or exceed that of the City. F. Vendor has carefully reviewed and evaluated the specifications pursuant to County's Solicitation No. IFB 080-C002444 for the Equipment, and Vendor has committed to deliver the Equipment required for the price specified in this Agreement within Two Hundred Eighty (280) calendar days commencing upon execution of this Agreement. G. City has received a proposal from Vendor's agent as attached hereto as Exhibit A and incorporated herein, has evaluated the expertise of Vendor, and desires to submit an order for the Equipment under the terms and conditions set forth in this Agreement. NOW, THEREFORE, in consideration of the mutual representations, warranties and covenants, and other terms and conditions as set forth herein, Vendor and City (each a "Party" and together the "Parties") agree as follows: 1. TERM The Term of this Agreement shall commence on the Effective Date and shall terminate on April 1, 2019 unless terminated earlier as set forth herein. 2. COMPENSATION 2.1 City shall choose the purchase price as more fully described in the Specification and Pricing Proposal attached hereto as Exhibit B and incorporated herein by reference. The purchase price for Equipment, including all sales taxes, shall not exceed Two Hundred Twenty Eight Thousand Ninety Dollars and 04/100 ($228,090.04) ("Purchase Price"). 3. ADMINISTRATION This Agreement will be administered by the City's General Services Division. The Fleet/Facilities Manager, or designee, shall be the Purchase Administrator and shall have the authority to act for City under this Agreement. The Purchase Administrator or designee shall represent City in all matters pertaining to the services to be rendered and Equipment being purchased pursuant to this Agreement. 4. DELIVERY 4.1 Delivery to City of the Equipment shall be made within two hundred eighty (280) calendar days from the execution of the Agreement. 4.2 Delivery shall be made to the City's Yard at 592 Superior Avenue, Newport Beach, California 92663, or such other location as may be designated by City in writing. Time of delivery is of the essence in this Agreement. City reserves the right to refuse the Equipment, or part thereof, and to cancel all or any part of the Equipment not conforming to applicable specifications, samples or descriptions. City shall receive a pro -rata refund for the Equipment, or part thereof, cancelled under this Agreement, within thirty (30) calendar days of City's cancellation. Acceptance of any part of the order for Equipment shall not bind City to accept future shipments nor deprive City of the right to return Equipment already accepted at Vendor's expense. Over shipments and under shipments of Equipment shall be only as agreed to in writing by City. Delivery shall not be deemed to be complete until all Equipment have actually been received and accepted in writing by the City. 4.3 Vendor shall submit all requests for extensions of time for delivery in writing to the City Purchase Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Purchase Administrator shall review all such requests and may, at his/her sole discretion, grant reasonable time extensions for unforeseeable delays that are beyond Vendor's control. 4.4 LIQUIDATED DAMAGES. The Parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Vendor fail to complete the delivery as called for in this Agreement. Should Vendor fail to complete the delivery as called for in this Agreement, Vendor agrees to the deduction Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 2 of liquidated damages in the sum of One Hundred Dollars and 00/100 ($100.00) per day, for every day beyond the date scheduled for delivery provided in Section 4.1. Execution of this Agreement shall constitute agreement by the City and Vendor that the sum of One Hundred Dollars and 00/100 ($100.00) per day, is the minimum value of costs and actual damages caused by the failure of Vendor to deliver the Equipment within the allotted time. All liquidated damages shall be paid within ten (10) calendar days of City's written request for payment. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Vendor, or recovered from Vendor, as applicable, if such delay occurs. 5. ACCEPTANCE/PAYMENT Unless otherwise agreed to in writing by City, acceptance of the Equipment shall not be deemed complete unless in writing and until all the Equipment, including each part thereof, has actually been received, inspected, and tested to the satisfaction of City. 6. NOTICES 6.1 All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 6.2 All notices, demands, requests or approvals from Vendor to City shall be addressed to City at: Attn: Fleet/Facilites Manager Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 Phone: 949-718-3464 Fax: 949-650-0747 Email: kbrodowski(a)newportbeachca gov 6.3 All notices, demands, requests or approvals from City to Vendor shall be addressed to Vendor at: Attn: James K. Blakely Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner 2429 South Peck Road, Whittier, CA 90601 Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 3 7. RESERVED 8. ENTIRE AGREEMENT This Agreement contains the entire Agreement between the Parties with respect to all matters herein, and there are no restrictions, promises, warranties, or undertakings other than those set forth herein or referred to herein. No exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing. Electronic acceptance of any additional terms, conditions or supplemental agreements by any City employee or agent, shall not be valid or binding on City unless accepted in writing by the Purchase Administrator. The terms of this Agreement shall supersede any inconsistencies between this Agreement and the Exhibits hereto. 9. WARRANTY 9.1 Vendor expressly warrants that the Equipment covered by this Agreement is: 1) free of liens or encumbrances; 2) of merchantable quality and good for the ordinary purposes for which it is used; and 3) fit for the particular purpose for which it is intended. Acceptance of this Agreement shall constitute an agreement upon Vendor's part to indemnify, defend and hold City and its indemnities as identified in Section 15 below, and as more fully described in Section 15, harmless from liability, loss, damage and expense, including reasonable counsel fees, incurred or sustained by City by reason of the failure of the Equipment to conform to such warranties, faulty work performance, negligent or unlawful acts, and non-compliance with any applicable state or federal codes, ordinances, orders, or statutes, including the Occupational Safety and Health Act ("OSHA") and the California Industrial Safety Act. Such remedies shall be in addition to any other remedies provided by law. 9.2 Vendor and manufacturer's warranties and certifications are attached hereto as Exhibit C, and incorporated in full by this reference. The Warranty Period shall commence on the date the Equipment is accepted by the City. All warranty repair work shall be conducted by a Vendor -certified dealer/agent in the Southern California region. In the event of any inconsistencies between Section 9 and Exhibit C, the terms of subsections 9.1 through 9.4 shall control. 9.3 As of the Effective Date of this Agreement the Vendor -certified dealer/ agent for purposes of all repairs and warranty work is: Leader Industries, 10941 Weaver Avenue, South EI Monte, California 91733. 9.4 In the event that Vendor designates a different certified dealer/agent for the Southern California region, Vendor shall provide City with written notice of such change within ten (10) days of the change. 10. ASSIGNMENT OR SUBCONTRACTING The terms, covenants, and conditions contained herein shall apply to and bind the heirs, successors, executors, administrators and assigns of the Parties. Furthermore, neither the performance of this Agreement nor any portion thereof may be Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 4 assigned or subcontracted by Vendor without the express written consent of City. Any attempt by Vendor to assign or subcontract the performance or any portion thereof of this Agreement without the express written consent of City shall be invalid and shall constitute a breach of this Agreement. 11. TERMINATION 11.1 In the event that either Party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that Party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days after receipt of written notice of default specifying the nature of such default and the steps necessary to cure such default, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting Party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, or thereafter fails to diligently take steps to cure the default, the non -defaulting Party may terminate the Agreement forthwith by giving to the defaulting Party written notice thereof. City shall be refunded all money for Equipment not delivered and accepted by City at time of termination within thirty (30) calendar days. Cause for default shall further be defined as any breach of this Agreement, any misrepresentation or fraud on the part of the Vendor and/or filing of any petition in U.S. Bankruptcy Court or entering of Bankruptcy by Vendor. 11.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Vendor. In the event of termination under this Section, City shall pay Vendor for services satisfactorily performed and costs incurred up to the effective date of termination for which Vendor has not been previously paid. City shall be refunded all money for Equipment not delivered and accepted by City at time of termination within thirty (30) calendar days. On the effective date of termination, Vendor shall deliver to City all equipment, reports, documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 12. CONSENT TO BREACH NOT WAIVER No term or provision of this Agreement shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the Party claimed to have waived or consented to such breach. Any consent by any Party to, or waiver of, a breach by the other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any other different or subsequent breach. 13. REMEDIES NOT EXCLUSIVE The remedies for breach set forth in this Agreement are cumulative as to one (1) another and as to any other provided by law, rather than exclusive; and the expression of certain remedies in this Agreement does not preclude resort by either Party to any other remedies provided by law. Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 5 14. PERFORMANCE 14.1 Vendor shall perform all work under this Agreement, taking necessary steps and precautions to perform the work to City's satisfaction. Vendor shall be responsible for the professional quality, technical assurance, timely completion and coordination of all documentation and other Equipment or services furnished by the Vendor under this Agreement. Vendor shall perform all work diligently, carefully, and in a good and workman -like manner; shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary therefore; shall at its sole expense obtain and maintain all permits and licenses required by public authorities, including those of City required in its governmental capacity, in connection with performance of the work; and, if permitted to subcontract, shall be fully responsible for all work performed by subcontractors. 14.2 Reserved. 14.3. Reserved. 15. INDEMNIFICATION 15.1 To the fullest extent permitted by law, Vendor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any work performed or services provided under this Agreement including, without limitation, defects in workmanship or materials (including the negligent and/or willful acts, errors and/or omissions of Vendor, its principals, officers, agents, employees, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 15.2 Notwithstanding the foregoing, nothing herein shall be construed to require Vendor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Vendor. 16. CHARGES AND LIENS Vendor shall pay promptly all indebtedness for labor, materials and equipment used in performance of the work. Vendor shall not permit any lien or charge to attach to Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 6 the Equipment, but if any does so attach, Vendor shall promptly procure its release and, in accordance with the requirements of Section 15 above, indemnify, defend, and hold City harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto. 17. INSURANCE Without limiting Vendor's indemnification of City, and prior to commencement of work, Vendor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit D, and incorporated herein by reference. 18. CHANGE OF OWNERSHIP Vendor agrees that if there is a change or transfer in ownership of Vendor's business prior to completion of this Agreement, the new owners shall be required under terms of sale or other transfer to assume Vendor's duties and obligations contained in this Agreement and complete them to the satisfaction of City. 19. FORCE MAJEURE Vendor shall not be assessed with liquidated damages or unsatisfactory performance penalties during any delay beyond the time named for the performance of this Agreement caused by any act of God, war, civil disorder, employment strike or other cause beyond its reasonable control, provided that Vendor gives written notice of the cause of the delay to City within forty-eight (48) hours of the start of the delay and Vendor avails itself of any available remedies. 20. CONFIDENTIALITY Vendor agrees to maintain the confidentiality of all City and City -related records and information pursuant to all statutory laws relating to privacy and confidentiality that currently exist or exist at any time during the term of this Agreement. All such records and information shall be considered confidential and kept confidential by Vendor and Vendor's staff, agents, employees and subcontractors. 21. FREIGHT (F.O.B. DESTINATION) The Total Compensation includes shipment and delivery of Equipment to designated City location. Vendor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Agreement. 22. TERMS AND CONDITIONS Vendor acknowledges that it has read and agrees to all terms and conditions included in this Agreement. Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 7 23. SIGNATORIES AUTHORITY Each person executing this Agreement expressly warrants that he or she is authorized to do so on behalf of the entity for which he or she is executing this Agreement. The City and Vendor represent and warrant that this Agreement is executed voluntarily, with full knowledge of its significance. 24. STANDARD PROVISIONS 24.1 Recitals. City and Vendor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 24.2 Compliance with all Laws. Vendor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 24.3 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and Agreements of whatsoever kind or nature are merged herein. No verbal contract or implied covenant shall be held to vary the provisions herein. 24.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Exhibits attached hereto, the terms of this Agreement shall govern. 24.5 Amendments. This Agreement may be modified or amended only by a written document executed by both Vendor and City and approved as to form by the City Attorney. 24.6 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. The California Commercial Code shall be the controlling law for the terms of this Agreement. 24.7 Equal Opportunity Employment. Vendor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 24.8 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either Party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 8 24.9 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 24.10 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing Party shall not be entitled to attorneys' fees. 24.11 Counterparts. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one and the same instrument. [SIGNATURES ON NEXT PAGE] Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 9 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By:pf Aaron C. Harp o5oi.iG City Attorney ami ATTEST: Date: / J� CITY OF NEWPORT BEACH, a California municipal corporation and charter city Date: Marshall "Duffy" Duffield Mayor CONTRACTOR: Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner, a California limited liability company Date: /'� Signed in Counterpart By: 1 i�� d," By: L ' ani I rown Brad Fauvre City CI rk President Date: o�HE PORE Signed in Counterpart By: ° Bryan Kobus C 9FORNr Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A: Specification Proposal Exhibit B: Pricing Proposal Exhibit C: Warranty Exhibit D: Insurance Requirements Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 10 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: , tvl Aaron C. Harp o5o�i City Attorney ami ATTEST: Date: In Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation and charter city Date: By: Marshall "Duffy" Duffield Mayor CONTRACTOR: Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner, a California limited liability company Date: I By: Brad auvre President Date: 6-4 -)—/ By: Bryan Chief inancialOfficer [END OF SIGNATURES] Exhibit A: Specification Proposal Exhibit B: Pricing Proposal Exhibit C: Warranty Exhibit D: Insurance Requirements Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page 10 EXHIBIT A SPECIFICATION PROPOSAL Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page A-1 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 A proposal for City of Newport Beach Prepared by LOS ANGELES FTL - WST James Blakely Feb 13, 2018 Freightliner 114SD Components shown may not reflect all speed options and are not to scale Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec FRf/GHTL/NER Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 02/13/2018 10:33 AM Page 1 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 S P E C I F I C A T I O N Data Code Price Level PRL -17D Data Version DRL-011 Vehicle Configuration 001-177 004-219 002-004 019-001 003-001 General Service AA1-003 AA6-001 A85-011 A84-1GM AA4-010 AA5-006 ABI -008 AB5-003 995-1AE A66 -99D A68 -99D A63 -99D A70 -99D Description SO PRL -17D (EFF: 11/14/17) SPECPR021 DATA RELEASE VER 011 Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 P R O P O S A L Weight Weight Front Rear 114SD CONVENTIONAL CHASSIS 7,969 6.576 2019 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK 480 -480 TRAILER TOWING PROVISION AT END OF 10 10 FRAME FOR TRUCK LH PRIMARY STEERING LOCATION TRUCK/TRAILER CONFIGURATION DOMICILED, USA 50 STATES (INCLUDING CALIFORNIA AND CARB OPT -IN STATES) CONSTRUCTION SERVICE GOVERNMENT BUSINESS SEGMENT DIRT/SAND/ROCK 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 FREIGHTLINER LEVEL II WARRANTY EXPECTED FRONT AXLE(S) LOAD: 18000.0 lbs EXPECTED REAR DRIVE AXLE(S) LOAD: 40000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 58000.0 lbs EXPECTED GROSS COMBINATION WEIGHT 80000.0 lbs Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec FRE/GHTL/NER 02/13/2018 10:33 AM Page 2 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description Truck Service AA3-004 END DUMP BODY A88 -99D EXPECTED TRUCK BODY LENGTH. 15.0 It AF3-2CT AGILITY FUEL SYSTEMS Engine 101-27G CUM ISX12N 350 HP @ 1700 RPM, 2100 GOV RPM, 1450 LB/FT @ 1200 RPM Electronic Parameters 79A-063 63 MPH ROAD SPEED LIMIT 796-003 CRUISE CONTROL SPEED LIMIT 3 MPH HIGHER THAN ROAD SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT- 1100 RPM 79M-001 PTO MODE BRAKE OVERRIDE - SERVICE BRAKE APPLIED 79P-002 PTO RPM WITH CRUISE SET SWITCH - 700 RPM 79Q-003 PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM 79S-001 PTO MODE CANCEL VEHICLE SPEED - 5 MPH 79U-007 PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND 80G-002 PTO MINIMUM RPM - 700 Engine Equipment 99C-018 2018 AND LATER NATURAL GAS AND LPG ONLY: 2016 ONBOARD DIAGNOSTICS/2010 EPAICARB/GHG17 99D-012 2008 GARB EMISSION CERTIFICATION - EXEMPTED VEHICLE; NO CLEAN IDLE LABEL REQUIRED 13E-001 STANDARD OIL PAN 105-001 ENGINE MOUNTED OIL CHECK AND FILL 014-1B5 SIDE OF HOOD AIR INTAKE WITH DONALDSON HIGH CAPACITY AIR CLEANER WITH SAFETY ELEMENT, FIREWALL MOUNTED 124-1 DJ DR 12V 160 AMP 36 -SI BRUSHLESS QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292-071 (3) ALLIANCE MODEL 1231, GROUP 31,12 VOLT MAINTENANCE FREE 3375 CCA THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED 281-001 STANDARD BATTERY JUMPERS Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec FRf/GHTL/NER Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear 140 10 -30 02/13/2018 10:33 AM Page 3 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Weight Data Code Description Front Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Rear 282-UU1 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB 291-017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289-001 NON -POLISHED BATTERY BOX COVER 293-061 POSITIVE LOAD DISCONNECT WITH CONTROL 2 SWITCH WITH LOCKING PROVISION MOUNTED OUTSIDE OF CAB 295-029 POSITIVE AND NEGATIVE POSTS FOR 2 JUMPSTART LOCATED ON FRAME NEXT TO STARTER 107-032 CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE 152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM 128-1A6 CUMMINS INTEBRAKE COMPRESSION BRAKE WITH (1) LOW/OFF/HIGH RETARDATION LEVEL SWITCH 016-013 SINGLE HORIZONTAL MUFFLER WITH -160 -80 HORIZONTAL TAILPIPE EXHAUST, RH MOUNTED 28F-010 ENGINE AFTERTREATMENT WIRING, OXYGEN SENSOR 239-001 STANDARD EXHAUST SYSTEM LENGTH 237-052 RH STANDARD HORIZONTAL TAILPIPE 23U-998 NO DIESEL EXHAUST FLUID TANK -60 -35 273-048 HORTON 2 -SPEED DRIVEMASTER ADVANTAGE POLAREXTREME FAN DRIVE 276-001 AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED 118-008 COMBINATION FULL FLOW/BYPASS OIL FILTER 266-057 1500 SQUARE INCH ALUMINUM RADIATOR 103-039 ANTIFREEZE TO -34F, OAT (NITRITE AND SILICATE FREE) EXTENDED LIFE COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT 172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES 270-016 RADIATOR DRAIN VALVE 155-058 DELCO 12V 38MT HD STARTER WITH -10 INTEGRATED MAGNETIC SWITCH Transmission 342-1 M3 ALLISON 4500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Application Version 9.3.109 ® r Data Version PRL -17D.011 3rd Unit NPBDump truck spec 260 100 02/13/2018 10:33 AM Page 4 of 18 Prepared for: City of Newport Beach Prepared by: Superior Ave James Blakely Newport Beach, CA 90000 LOS ANGELES FTL - WST Phone: 949-555-1000 2429 PECK ROADWHITTIER, 84B-012 CA 90601 Phone: 714-357-0024 Weight Weight Data Code Description Front Rear Transmission Equipment 343-339 ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV 84B-012 ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C-023 PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D-023 SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84E-000 PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84F-000 SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84G-000 PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 841-1-000 SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 841-000 LOAD BASED SHIFT SCHEDULE AND VEHICLE ACCELERATION CONTROL RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED VOCATIONAL USAGE 84N-000 NEUTRAL AT STOP - DISABLED, FUELSENSE - DISABLED 84U-000 DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES 34C-002 ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR MOUNTED BACK OF CAB 362-035 CUSTOMER INSTALLED CHELSEA 277 SERIES PTO 363-001 PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION 341-018 MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS - ENABLED 2013 Version .3.109 Application 9 9.3.011 02/13/2018 10:33 AM Data Version PRL ®r 3rd Unit NPBDump truck spec Page 5 of 18 Prepared for: Prepared by: City of Newport Beach James Blakely Superior Ave LOS ANGELES FTL - WST Newport Beach, CA 90000 2429 PECK ROAD Phone: 949-555-1000 WHITTIER, CA 90601 FRAME MOUNTED Phone: 714-357-0024 Weight Weight Data Code Description Front Rear 370-011 WATER TO OIL TRANSMISSION COOLER, FRAME MOUNTED 346-003 TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 35T-001 SYNTHETIC TRANSMISSION FLUID (TES -295 COMPLIANT) Front Axle and Equipment 400-1 BB DETROIT DA -F-20.0-5 20,000# FL1 71.0 KPI/3.74 210 DROP SINGLE FRONT AXLE 402-030 MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT 10 BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 403-002 NON -ASBESTOS FRONT BRAKE LINING 419-023 CONMET CAST IRON FRONT BRAKE DRUMS 409-006 FRONT OIL SEALS 408-001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES 405-003 HALDEX AUTOMATIC FRONT SLACK ADJUSTERS 406-001 STANDARD KING PIN BUSHINGS 536-012 TRW TAS -85 POWER STEERING 40 539-003 POWER STEERING PUMP 534-003 4 QUART POWER STEERING RESERVOIR 5 533-001 OIUAIR POWER STEERING COOLER 5 40T-002 SYNTHETIC 75W-90 FRONT AXLE LUBE Front Suspension 620-025 20,000# TAPERLEAF FRONT SUSPENSION 200 619-005 MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION 410-001 FRONT SHOCK ABSORBERS Rear Axle and Equipment 420-1 K3 MT -40-14X 40.000# R -SERIES TANDEM REAR -40 AXLE 421-463 4.63 REAR AXLE RATIO 424-003 IRON REAR AXLE CARRIER WITH OPTIONAL 40 HEAVY DUTY AXLE HOUSING 386-075 MXL 18T MERITOR EXTENDED LUBE MAIN 60 60 DRIVELINE WITH HALF ROUND YOKES 388-073 MXL 17T MERITOR EXTENDED LUBE INTERAXLE DRIVELINE WITH HALF ROUND YOKES Application Version 9.3.109®r 02/13/2018 10:33 AM Data Version PRL -17D.011 3rd Unit NPBDump truck spec Page 6 of 18 Prepared for: Prepared by: City of Newport Beach James Blakely Superior Ave LOS ANGELES FTL - WST Newport Beach, CA 90000 2429 PECK ROAD Phone: 949-555-1000 WHITTIER, CA 90601 DIFFERENTIAL - BOTH TANDEM REAR AXLES Phone: 714-357-0024 Application Version 9.3.109 Data Version PRL -170.011 3rd Unit NPBDump truck spec PRE/GHTL/NER 02/13/2018 10:33 AM Page 7 of 18 Weight Weight Data Code Description Front Rear 452-006 DRIVER CONTROLLED TRACTION 30 DIFFERENTIAL - BOTH TANDEM REAR AXLES 878-023 (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD - REAR AND REAR -REAR AXLE VALVE 87A-001 BLINKING LAMP WITH EACH INTERAXLE LOCK SWITCH, INTERAXLE UNLOCK DEFAULT WITH IGNITION OFF 87B-004 BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH 423-020 MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433-002 NON -ASBESTOS REAR BRAKE LINING 434-019 ASPHALT SPREADER CLEARANCE REAR BRAKE GEOMETRY 451-027 CONMET CASTLITE CAST IRON REAR BRAKE -50 DRUMS 425-002 REAR BRAKE DUST SHIELDS 10 440-006 REAR OIL SEALS 426-099 HALDEX GOLDSEAL LONGSTROKE HEAVY DUTY 30/36 2 -DRIVE AXLES SPRING PARKING CHAMBERS 428-003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T-002 SYNTHETIC 75W-90 REAR AXLE LUBE 42T-001 STANDARD REAR AXLE BREATHER(S) Rear Suspension 622-1A0 TUFTRAC 40,000# REAR SPRING SUSPENSION 360 621-055 TUFTRAC STANDARD RIDE HEIGHT 431-003 AXLE CLAMPING GROUP 624-009 54 INCH AXLE SPACING 623-006 FORE/AFT AND TRANSVERSE CONTROL RODS 439-002 REAR SHOCK ABSORBERS - TWO AXLES 40 (TANDEM) Brake System 490-101 WABCO 4S/4M ABS WITH TRACTION CONTROL 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 904-001 FIBER BRAID PARKING BRAKE HOSE 412-001 STANDARD BRAKE SYSTEM VALVES 460-002 STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM Application Version 9.3.109 Data Version PRL -170.011 3rd Unit NPBDump truck spec PRE/GHTL/NER 02/13/2018 10:33 AM Page 7 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear 413-002 STD U.S. FRONT BRAKE VALVE 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480-047 BW AD -IS (DRM) BRAKE LINE AIR DRYER WITH SHIELD, HEATER AND INTEGRAL RESERVOIR 479-014 AIR DRYER RESERVOIR MOUNTED 460-001 STEEL AIR BRAKE RESERVOIRS 607-001 CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, BOTH RAILS OUTBOARD 477-006 BW DV -2 AUTO DRAIN VALVE WITHOUT HEATER ON ALL TANK(S) 485-037 CAB BLOW OUT KIT WITH AIR HOSE AND 2 NOZZLE INSIDE LH CAB ENTRY DOOR Trailer Connections 914-001 AIR CONNECTIONS TO END OF FRAME WITH GLAD HANDS FOR TRUCK AND NO DUST COVERS 296-010 PRIMARY CONNECTOR/RECEPTACLE WIRED FOR SEPARATE STOP/TURN, ABS CENTER PIN POWERED THROUGH IGNITION 297-001 SAE J560 7 -WAY PRIMARY TRAILER CABLE RECEPTACLE MOUNTED END OF FRAME 335-004 UPGRADED CHASSIS MULTIPLEXING UNIT Wheelbase & Frame 545-552 5525MM (218 INCH) WHEELBASE 546-101 11/32X3 -1/2X10-15/16 INCH STEEL FRAME 360 (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 547-001 1/4 INCH (6.35MM) C -CHANNEL INNER FRAME 200 REINFORCEMENT 552-030 1600MM (63 INCH) REAR FRAME OVERHANG 55W-006 FRAME OVERHANG RANGE: 61 INCH TO 70 INCH AC8-99D CALC'D BACK OF CAB TO REAR SUSP CIL (CA) : 152.45 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 149.45 in AE4-99D CALC'D FRAME LENGTH - OVERALL: 324.31 AMG -99D CALC'D SPACE AVAILABLE FOR DECKPLATE 152.45 in FSS-OLH CALCULATED FRAME SPACE LH SIDE: 111.2 in FSS-ORH CALCULATED FRAME SPACE RH SIDE: 137.34 in Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec FRE/GHTL/NER -50 390 02/13/2018 10:33 AM Page 8 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description 553-001 SQUARE END OF FRAME 550-001 FRONT CLOSING CROSSMEMBER 559-001 STANDARD WEIGHT ENGINE CROSSMEM13ER 562-001 STANDARD MIDSHIP #1 CROSSMEMBER(S) 572-001 STANDARD REARMOST CROSSMEMBER 565-002 HEAVY DUTY SUSPENSION CROSSMEMBER Chassis Equipment AND INSTALLED 16 INCH CNG CABINET: 557MM 556-1 F0 14 INCH CHROMED STEEL SEVERE DUTY 664-001 BUMPER WITH CENTER TOW DEVICE 558-063 HEAVY DUTY CENTER MOUNTED TOW PIN 574-001 BUMPER MOUNTING FOR SINGLE LICENSE PLATE 551-007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS Fuel Tanks ash 190 -40 204-998 NO LH FUEL TANK 230-818 DRG PREP AGILITY 60 DGE CNG FUEL TANKS STACKED BOC, 4X16' DIAMETER, 577MM OAL 231-804 DRILLING PREP FOR CUSTOMER FURNISHED AND INSTALLED 16 INCH CNG CABINET: 557MM OVERALL LENGTH 664-001 PLAIN STEP FINISH 220-803 COOLANT HOSES ONLY ROUTED TO BACK OF CAB FOR CUSTOMER INSTALLED NATURAL GAS FUEL HEAT 216-803 CNG INCOMPLETE FUEL LINES FOR TRANSPORT PURPOSES ONLY WITH SINGLE HOSE ROUTED TO LH CHASSIS BACK OF CAB 11F-998 NO NATURAL GAS VEHICLE FUEL TANK VENT LINE/STACK 202-020 STAINLESS STEEL AND SYNTHETIC RUBBER FLEXIBLE FUEL LINES - NATURAL GAS SERVICE Tires 093-1 PB CONTINENTAL CITY SERVICE HA3 315180R22.5 20 PLY RADIAL FRONT TIRES 094-21`6 CONTINENTAL HDR2 11 R22.5 14 PLY RADIAL REAR TIRES 510-21`6 CONTINENTAL HDR2 11R22.5 14 PLY RADIAL SPARE TIRE 508-1 PB CONTINENTAL CITY SERVICE HA3 31518OR22.5 20 PLY RADIAL ADDITIONAL SPARE TIRE Hubs Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear -85 925 5 1[441 -20 615 184 Application 9 Version .3.109 ®r 02/13/2018 10:33 AM Data Version PRL -17D.0191 3rd Unit NPBDump truck spec Page 9 of 18 30 190 -40 -85 925 5 1[441 -20 615 184 Application 9 Version .3.109 ®r 02/13/2018 10:33 AM Data Version PRL -17D.0191 3rd Unit NPBDump truck spec Page 9 of 18 Prepared for: Prepared by: City of Newport Beach James Blakely Superior Ave LOS ANGELES FTL - WST Newport Beach, CA 90000 2429 PECK ROAD Phone: 949-555-1000 WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Data Code Description Front Rear 418-060 CONMET PRESET PLUS PREMIUM IRON FRONT HUBS 450-058 CONMET PRESET PLUS PREMIUM ALUMINUM -60 REAR HUBS Wheels 502-433 ACCURIDE 2903922.5X9.0010 -HUB PILOT 5.25 INSET 5 -HAND STEEL DISC FRONT WHEELS 505-428 ACCURIDE 28828 22.5X8.25 10 -HUB PILOT 2 - HAND HD STEEL DISC REAR WHEELS 511-433 ACCURIDE 29039 22.5X9.00 10 -HUB PILOT 5.25 INSET 5 -HAND STEEL DISC SPARE WHEEL 51A -1F2 MAXION WHEELS 90541 22.5X8.25 10 -HUB PILOT 6.20 INSET 2 -HAND STEEL DISC ADDITIONAL SPARE WHEEL 498-009 WHEEL STUDS FOR CUSTOMER INSTALLED HUB PILOTED DUALED ALUMINUM WHEELS, ALL Cab Exterior 829-1A2 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 650-008 AIR CAB MOUNTING 648-002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 667-004 FRONT FENDERS SET -BACK AXLE 678-001 LH AND RH GRAB HANDLES 646-041 STATIONARY BLACK GRILLE 65X-004 BLACK HOOD MOUNTED AIR INTAKE GRILLE 644-004 FIBERGLASS HOOD 690-017 HOOD LINER, ADDED FIREWALL AND FLOOR HEAT INSULATION 727-1AH SINGLE 14 INCH ROUND POLISHED AIR HORN ROOF MOUNTED 726-002 DUAL ELECTRIC HORNS 728-001 SINGLE HORN SHIELD 657-1 CV DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME WITH (4) KEYS 575-001 REAR LICENSE PLATE MOUNT END OF FRAME 312-068 HALOGEN COMPOSITE HEADLAMPS WITH BLACK BEZELS 302-047 LED AERODYNAMIC MARKER LIGHTS 311-020 HEADLIGHTS ON WITH WIPERS, WITH DAYTIME RUNNING LIGHTS WITH ROCKER(TOGGLE MOMENTARY INTERRUPTER SWITCH Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec 66 104 103 70 5 02/13/2018 10:33 AM Page 10 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description 294-042 FREIGHTLINER LED FLANGE MOUNTED STOPlfAIL/TURN LIGHTS WITH SEPARATE INCANDESCENT BACKUP LIGHTS 300-015 STANDARD FRONT TURN SIGNAL LAMPS 744-1 BC DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS WITH LH AND RH REMOTE 797-001 DOOR MOUNTED MIRRORS 796-001 102 INCH EQUIPMENT WIDTH 743-204 LH AND RH 8INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS 74A-001 RH DOWN VIEW MIRROR 748-079 RH 8INCH STAINLESS STEEL FENDER MOUNTED CONVEX MIRROR WITH TRIPOD BRACKETS 729-001 STANDARD SIDE/REAR REFLECTORS 764-010 COMPOSITE EXTERIOR SUN VISOR 768-043 63X14 INCH TINTED REAR WINDOW 661-004 TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS 654-027 RH AND LH ELECTRIC POWERED WINDOWS, PASSENGER SWITCHES ON DOOR(S) 663-013 TINTED WINDSHIELD 659-007 8 LITER WINDSHIELD WASHER RESERVOIR, CAB MOUNTED, WITHOUT FLUID LEVEL INDICATOR Cab Interior 707-1AK 706-013 708-013 772-006 785-004 691-008 696-012 742-007 680-007 860-004 720-003 714-001 OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION DASH MOUNTED ASH TRAY(S) WITHOUT LIGHTER FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING CENTER STORAGE CONSOLE MOUNTED ON BACKWALL (2) CUP HOLDERS LH AND RH DASH GRAY/CHARCOAL WING DASH SMART SWITCH EXPANSION MODULE 5 LB. FIRE EXTINGUISHER FIRST AID KIT Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBOump truck spec FRE/GHTL/NEIL 9 Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear 4 iff 4 20 10 2 5 02/13/2018 10:33 AM Page 11 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description 700-002 HEATER, DEFROSTER AND AIR CONDITIONER 701-001 STANDARD HVAC DUCTING 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 170-015 STANDARD HEATER PLUMBING 130-033 DENBO HEAVY DUTY AIR CONDITIONER COMPRESSOR 702-002 BINARY CONTROL, R -134A 739-034 PREMIUM INSULATION 285-013 SOLID-STATE CIRCUIT PROTECTION AND FUSES 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM 324-011 DOME DOOR ACTIVATED LH AND RH, DUAL READING LIGHTS, FORWARD CAB ROOF 655-005 LH AND RH ELECTRIC DOOR LOCKS 284-045 (2) 12 VOLT POWER RECEPTACLES MOUNTED IN DASH 722-002 TRIANGULAR REFLECTORS WITHOUT FLARES 756-1 D9 PREMIUM HIGH BACK AIR SUSPENSION DRIVER SEAT WITH 3 CHAMBER AIR LUMBAR, INTEGRATED CUSHION EXTENSION, FORWARD AND REAR CUSHION TILT, ADJUSTABLE SHOCK ABSORBER 760-1 D9 PREMIUM HIGH BACKAIR SUSPENSION PASSENGER SEAT WITH 3 CHAMBER AIR LUMBAR, INTEGRATED CUSHION EXTENSION,FORWARD AND REAR CUSHION TILT, ADJUSTABLE SHOCK ABSORBER 759-005 DUAL DRIVER AND PASSENGER SEAT ARMRESTS 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS 758-014 BLACK CORDURA PLUS CLOTH DRIVER SEAT COVER 761-014 BLACK CORDURA PLUS CLOTH PASSENGER SEAT COVER 763-101 BLACK SEAT BELTS 532-002 ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN 540-015 4 -SPOKE 18 INCH (450MM) STEERING WHEEL 765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & Controls Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear 10 70 60 20 8 10 732-004 GRAY DRIVER INSTRUMENT PANEL 734-004 GRAY CENTER INSTRUMENT PANEL Application Version 9.3.10902/1312018 10:33 AM Data Version PRL -17D.011 ®.. 3rd Unit NPBDump truck spec Page 12 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description 870-001 BLACK GAUGE BEZELS 486-001 LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 840-002 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES 198-003 DASH MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS 721-025 97 DS BACKUP ALARM MOUNTED INBOARD OF RAIL 149-017 ELECTRONIC CRUISE CONTROL WITH SWITCHES ON AUXILIARY GAUGE PANEL (B DASH PANEL) 156-007 KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY 811-042 ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED 160-038 HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 844-001 2 INCH ELECTRIC FUEL GAUGE 148-003 PROGRAMMABLE RPM CONTROL - ELECTRONIC ENGINE 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 864-001 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY 372-051 CUSTOMER FURNISHED AND INSTALLED PTO CONTROLS 4913-004 ENHANCED STABILITY CONTROL 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE 679-001 OVERHEAD INSTRUMENT PANEL 746-115 AM/FMNVB WORLD TUNER RADIO WITH BLUETOOTH AND USB AND AUXILIARY INPUTS, J1939 747-001 DASH MOUNTED RADIO 750-002 (2) RADIO SPEAKERS IN CAB 753-001 AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF 74D-002 RADIO WIRING WITH POWER CUTOFF WHEN VEHICLE IN REVERSE GEAR Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec fRE/GNTUNE Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear ice 3 02/13/2018 10:33 AM Page 13 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Data Code Description Weight Weight Front Rear 810-027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 817-001 STANDARD VEHICLE SPEED SENSOR 812-001 ELECTRONIC 3000 RPM TACHOMETER 813-998 NO VEHICLE PERFORMANCE MONITOR -5 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP 329-012 FOUR ON/OFF ROCKER SWITCHES IN THE DASH WITH INDICATOR LIGHTS AND WIRE ROUTED TO CHASSIS AT BACK OF CAB, LABEL OPT 81Y-001 PRE -TRIP LAMP INSPECTION, ALL OUTPUTS FLASH, WITH SMART SWITCH 482-001 BW TRACTOR PROTECTION VALVE 883-001 TRAILER HAND CONTROL BRAKE VALVE 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 660-025 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY PROGRAMMED TO SLOWEST SPEED WITH PARK BRAKE SET 304-001 MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH 882-004 TWO VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299-013 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHERNJIPER AND HAZARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design 065-000 PAINT: ONE SOLID COLOR Color 980-5F6 CAB COLOR A. L0006EB WHITE ELITE BC 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT 962-972 POWDER WHITE (NOOO6EA) FRONT WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) 966-972 POWDER WHITE (NOOO6EA) REAR WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) 96F-972 POWDER WHITE (NOOO6EA) SPARE WHEEL/RIM (PKWHT21, TKWHT21, W, TW) 976-995 SUNVISOR PAINTED SAME AS CAB COLOR A 963-003 STANDARD E COAT/UNDERCOATING Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec fRE/GHTL/NER 02/13/2018 10:33 AM Page 14 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Data Code Description Certification / Compliance 996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS Secondary Factory Options 998-025 SHIP TO AGILITY (SALISBURY, NC) PRIOR TO DELIVERY Weight Summary Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Weight Weight Front Rear TOTAL VEHICLE SUMMARY `,,, Extended Warranty WAG -010 TOWING: 1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE $550 CAP FEX APPLIES Dealer Installed Options Weight Weight Front Rear 000 14' OPTION ON NEWPORT BEACH BID SPEC 0 0 WITH DITCH GATE NO HILIFT Total Dealer Installed Options O lbs O lbs (+) Weights shown are estimates only. If weight is critical, contact Customer Application Engineering. Application Version 9.3.109®r 02/13/2018 10:33 AM Data Version PRL -17D.011 3rd Unit NPBDump truck spec Page 15 of 18 Weight Weight Total Front Rear Weight Factory Weight- 11154 lbs 7865 lbs 19019 lbs Dealer Installed Options 0 lbs 0 lbs 0 lbs Total Weight- 11154 lbs 7865 lbs 19019 lbs Extended Warranty WAG -010 TOWING: 1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE $550 CAP FEX APPLIES Dealer Installed Options Weight Weight Front Rear 000 14' OPTION ON NEWPORT BEACH BID SPEC 0 0 WITH DITCH GATE NO HILIFT Total Dealer Installed Options O lbs O lbs (+) Weights shown are estimates only. If weight is critical, contact Customer Application Engineering. Application Version 9.3.109®r 02/13/2018 10:33 AM Data Version PRL -17D.011 3rd Unit NPBDump truck spec Page 15 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec FRE/GHTLINER Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 02/13/2018 10:33 AM Page 16 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 122 in a I 56 in DIMENSIONS 152 in E 149 in E 3 i T 71.85 in y ?�54,n 42.06 in y 3 218 in `�E- 83 in � 337 in Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Model..................................................................................................... _........_................................................... _................. 114SD Wheelbase (545).......................................................................................................................... 5525MM (218 INCH) WHEELBASE Rear Frame Overhang (552).. .................................................. ........................... 1600MM (63 INCH) REAR FRAME OVERHANG FifthWheel (578)................................................................................................................................................... NO FIFTH WHEEL Mounting Location (577)............................................................................................................... NO FIFTH WHEEL LOCATION MaximumForward Position(in)....................................................................................................................................................0 MaximumRearward Position (in) .................................................................................................................................................0 Amountof Slide Travel(in)...........................................................................................................................................................0 SlideIncrement(in)......................................................................................................................................................................0 DesiredSlide Position(in).........................................................................................................................................................0.0 Cab Size (829)................................................................................ 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper (682)................................................................................................................................ NO SLEEPER BOX/SLEEPERCAB Exhaust System (016) ......................SINGLE HORIZONTAL MUFFLER WITH HORIZONTAL TAILPIPE EXHAUST, RH MOUNTED TABLE SUMMARY - DIMENSIONS Application Version 9.3.109®� Data Version PRL -17D.011 3rd Unit NPBDump truck spec 02/13/2018 10:33 AM Page 17 of 18 Prepared for: City of Newport Beach Superior Ave Newport Beach, CA 90000 Phone: 949-555-1000 Prepared by: James Blakely LOS ANGELES FTL - WST 2429 PECK ROAD WHITTIER, CA 90601 Phone: 714-357-0024 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec fRRLGHTLL R 02/13/2018 10:33 AM Page 18 of 18 Bumper to Back of Cab (BBC) 121.8 Bumper to Centerline of Front Axle (BA) 56.2 Min. Cab to Body Clearance (CB) 3.0 Back of Cab to Centerline of Rear Axle(s) (CA) 152.4 EtfecWe Back of Cab to Centedine of RearAxle(s) (Effectve CA) 149.4 Back of Cab Protrusions (ExhaustAntake) (CP) 0.0 Back of Cab Protrusions (Side FxtendefsUbm Tab) (GP) 0.0 Back of Cab Protrusions (CNG Tank) 0.0 Back of Gab Clearance (CL) 3.0 Back of Cab to End of Frame 215.4 Cab Height (CH) 71.9 Wheelbase (WB) 218.0 Frame Overhang (OH) 63.0 Overall Length (OAL) 337.2 Rear Axle Spacing 54.0 Unladen Frame Height at Centerline of Rear Axle 42.1 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.3.109 Data Version PRL -17D.011 3rd Unit NPBDump truck spec fRRLGHTLL R 02/13/2018 10:33 AM Page 18 of 18 EXHIBIT B PRICING PROPOSAL Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page B-1 LOS ANGELES F'PEIG4TLINER www. I afr e i g h d in a r. co m 02/09/2018 City of Newport Beach Equipment Maintenance Division 100 Civic Center Drive Newport Beach, CA 92660 Dear City of Newport Beach: Los Angeles Freightliner will extend an offer to the City of Newport Beach to "tag on" to County of Orange Invitation for Bid ("IFB") solicitation IFB-080{002444 for new CNG 3 axle dump trucks. Los Angeles Freightliner will furnish and provide one (1) unit to the City of Newport Beach in the amount of $211,600.00 plus applicable sales tax and fees, pursuant to the award to Los Angeles Freightliner by the County of Orange. i ne ury or ivewpon. neacn snau taKe the Tonowinci onoons Eo the Unit oescnnea nerem: Unit Base Price $206,000.00 BOC (60 DGE Fuel System) $-1200.00 14' Body Option -$400.00 Add Cone and tool holders $900.00 Cummins plan one Syr 150K HDI Ext Eng $3,500.00 .warranty ISX12N engine BACT requirement for AQMD and $2,500.00 rant funding Single Center Ditch Gate $300.00 {" a •'�it F � � x"t jic,�'{v�£ �� 3Y , 4� jE � i � f 2�'£ x i� � .il 'Lxd '{ C ,��' f-'I'.i4d4�9F���� , CU�'�'L.:.. ����.. Documentation Fee $65.00 California Tire Recycling Fee $21.00 Sales Tax $16,404.04 (Regards, I�. James K. Blakely IIJIIJ Fleet and Govern 714-357-0024 Sales LOS ANGELES WESTERN STAR EXHIBIT C MANUFACTURER WARRANTIES Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page C-1 New Vehicle Warranty Coverage Daimler Trucks North America LLC Freightliner (FTL) Op Run Smart - Freightliner SD Vocational Applicable Models: 108SD/114SD SD Vocational Coverage is only available for vehicles ordered with the following engines: Cummins 8, C, or L SD Vocational Coverage is not available for vehicles in these vocations: Logging, Mining, Oil Field Category Determinants Road Surface — most severe in -transit between sites <30% off-highway rough, maintained concrete/asphalt; maintained gravel/crushed rock; maintained dirt or soft soil Class C or D roads' GCW 92,000 lb/41 730 kg or less Axles and Their Manufacturer's GVW Rating 2 -axle unit 46,000 Ib/20 865 k or less 3 -axle unit 66,OOOIb/29 937 k or less 4 -axle unit I NIA 5 -axle unit I N/A 'Class C roads have a natural surface and may be either constructed or established over time by repealed passage of vehicles. The natural surface may be dirt, sand, or rock. A minimal amount of maintenance, if any at all, is limited primarily to spot surface grading to allow vehicle passage within the original road corridor. Class D roads are primitive roads that were not constructed but have been established over time by the passage of motor vehicles. These roads receive no maintenance or grading. Coverage2 Description Time Distance3 Basic Vehicle 2 Years Unlimited Battery 1 Year 100,000 mi/161 000 km Brightwork 6 Months Unlimited Cab Corrosion/Perforation 5 Years Unlimited Cab Structure 5 Years Unlimited Corrosion 6 Months Unlimited Crossmembers 5 Years Unlimited Diesel Emission 20104 5 Years 100,000 mi/161 000 km Frame Rails 5 Years Unlimited GHG145 (Medium Heavy Duty to Heavy Heavy Duty Trucks) 5 Years 100,000 mi/161 000 km GHG14 (Medium Heavy Duty to Heavy Heavy Duty Tractors) 5 Years 100,000 mi/161 000 km GHG145Tire 2 Years 24,000 mi/38400 km Paint 1 Year 100,000 mi/161 000 km Paint, Chassis 6 Months Unlimited Front Axles 2 Years Unlimited Rear Axle 2 Years Unlimited Transfer Case 2Years Unlimited Transmission 2 Years Unlimited Detroit Front Axles (File Direct) Pre -Model Year 2011 2 Years Unlimited Post -Model Year 20118 3 Years 300,000 mi/483 000 km Detroit Rear Axle (File Direct) Pre -Model Year 20117 2 Years Unlimited Warranty Statement & Warranty Coverage Descriptions follow on page three of this document. The information provided in this document is for general information only and is not offered as customer's warranty. vase t & r This coverage may be superseded without notification. Effective: 8/14l2014 Copyright © Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. New Vehicle Warranty Coverage Daimler Trucks North America LLC Post -Model Year 20118 3 Years 300,000 mi/483 000 km 'Coverage may vary; check vehicle's actual warranty coverage online via OWL'S Coverage Info/Check Coverage screen. 'Time or distance, whichever comes first °Applies to vehicles equipped with EPA 2010 compliant diesel engines. 'Applies to models 2013 and later domiciled in the United States, check actual warranty online via OWL'S Coverage Info/Check Coverage screen for coverage listed as 'GHG14..:.. 'Front Axle coverage is also applicable to gliders. 'Pre -Model Year 2011 Detroit Axle: Warranty coverage is detemrined by Gross Combination Weight Rating, road surface, and vocation. Please see wwwAcIcsn.com for specific coverage details. °Heavy Duty — General Service: Warranty coverage is determined by Gross Combination Weight Rating, road surface, and vocation. Please see www.ddcsn.com for specific coverage details Warranty Statement & The information provided e Descriptions follow on page three of this document. not ottered as customer's warranty. This coverage may be superseded without notification. Copyright m Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. Page ?of 9 Exectire: 8/14/2014 Warranty Statement 1.1 New Vehicle Coverage The following section outlines Company standard warranty coverages for all Company vehicles, apparatus or chassis or cabs sold by Daimler Trucks North America and domiciled in the USA (50 states and Washington, D.C.) and Canada. This information is also included in the Owner's Warranty Information Booklet. See Warranty Coverage Descriptions for standard warranty coverages by make and model. Additional coverage may apply, verify actual coverages with your local dealership for specific vehicle warranty. 1.2 New Vehicle Limited Warranty Under this New Vehicle Limited Warranty ("Warranty'), Companywarrants that each new vehicle will be free from detcts in material and workmanship that occur under normal use within the applicable warranty period, subject to certain limitations and exclusions as specified in this document. This limited warranty applies only to new vehicles sold by an authorized Daimler Trucks North America (DTNA) dealer or ordered directly from DTNA; vehicles sold at auction or as a result of repossession retain the warranty coverage from the original in-service date or factory invoice date if the vehicle has not been warranty registered. Daimler Trucks North America LLC reserves the right to reduce or remove coverage on vehicles in salvage condition. This Warranty covers all components and parts unless specifically covered by other warranties or otherwise excluded by this document. 1.3 Limitations This Warranty does not apply to vehicles that are sold or domiciled outside of the United States (50 states and Washington, D.C.) or Canada. This Warranty does not apply to engines, Allison transmissions, tires, or other components or parts that are not manufactured by Company and that are warranted directly by their respective manufacturers. Progressive damage caused by these manufacturers' components to any other parts including, but not limited to, parts installed by Company is excluded from Company warranty coverage. With respect to the foregoing, Company makes no warranty whether express, Implied, statutory or otherwise including, but not limited to, any warranty of merchantability or fitness for a particular purpose. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES OF ANY KIND WHETHER WRITTEN, ORAL, OR IMPLIED INCLUDING, BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THIS WARRANTY SPECIFICALLY EXCLUDES ANY OTHER Daimler Trucks North America LLC WARRANTIES OR CONDITIONS PROVIDED FOR BY LAW, WHETHER STATUTORY OR OTHERWISE. COMPANY'S SOLE OBLIGATION UNDER THIS WARRANTY SHALL BE TO REPAIR OR REPLACE, IN COMPANY 'S SOLE DISCRETION, ANY DEFECTIVE COMPONENT OR PART. SUCH REPAIR OR REPLACEMENT SHALL BE WITHOUT COST TO PURCHASER WHEN PERFORMED WITHIN THE APPLICABLE WARRANTY PERIOD (TIME, DISTANCE, OR HOUR LIMIT, WHICHEVER OCCURS FIRST). Purchaser must notify Company within the applicable warranty period, of any failure of the vehicle to comply with this Warranty and Purchaser must, at Purchaser's expense, promptly return the vehicle to an Authorized Service Facility for inspection and repair or replacement of any defect in material or workmanship occurring within the applicable warranty period. During New Vehicle coverage, warranty reimbursement will not be paid on repairs performed by customers on their own vehicles without a current Customer Performed Warranty Agreement (CPWA). The vehicle must be maintained and serviced according to the prescribed schedules outlined in the Driver's/Operator's and Maintenance Manuals. Receipted bills and other evidence that required maintenance and service have been performed are required by Company as a condition of this Warranty. After the Company's obligations under this Warranty expire, all liabilities of Company to Purchaser under this Warranty shall terminate. Repairs made under this Warranty do not constitute an extension of the original Warranty period for the vehicle or for any specific component or part. To the extent that any provision of this Warranty contravenes the law of any jurisdiction, such provision shall be inapplicable in such jurisdiction, and the remainder of the warranty shall not be affected. 1.4 Purchaser's Exclusive Remedy THIS WARRANTY SHALL BE THE PURCHASER'S SOLE AND EXCLUSIVE REMEDY AGAINST COMPANY, WHETHER IN CONTRACT, UNDER STATUTE (INCLUDING STATUTORY PROVISIONS AS TO CONDITIONS AS TO QUALITY OR FITNESS FOR ANY PARTICULAR PURPOSE OF GOODS SUPPLIED PURSUANT TO THE CONTRACT OF SALE), WARRANTY, TORT, STRICT LIABILITY, OR ANY OTHER LEGAL THEORY. 1.5 Limitation of Liability COMPANY'S LIABILITY UNDER THIS WARRANTY IS LIMITED TO THE COST TO REPAIR OR REPLACE, IN COMPANY'S SOLE DISCRETION, THE DEFECTIVE COMPONENT OR PART THAT IN NO EVENT SHALL EXCEED THE FAIR MARKET VALUE OF THE VEHICLE AT THE TIME THE DEFECT IS DISCOVERED. IN NO EVENT SHALL COMPANY BE LIABLE FOR SPECIAL, INDIRECT, INCIDENTAL, OR CONSEQUENTIAL DAMAGES INCLUDING, BUT NOT LIMITED TO, INJURIES TO PERSONS OR DAMAGE The information provided in this document is for general information only and is not offered as customer's warranty. Page 3 o 9 This coverage may be superseded without notification. effective: ens/zoic Copyright © Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. TO PROPERTY, LOSS OF PROFITS OR ANTICIPATED PROFITS, OR LOSS OF VEHICLE USE. 1.6 Exclusions The following components, parts, or conditions are specifically excluded from coverage under this Warranty. AERODYNAMIC WHEEL COVERS Aerodynamic wheel covers are excluded from coverage under this Warranty AIR SPRINGS Tolerance buildup can occur during the assembly process of the rear suspension and rear cab air springs, and can cause the springs to have the appearance of being crooked, misaligned or improperly installed. This tolerance buildup is not detrimental to the operation of the vehicle and will not have an effect on either the quality of the ride or the durabillty of the components or vehicle. Straightening of these springs is not covered under this Warranty. ALIGNMENT OF AXLES/WHEELS/STEERING Each DTNA vehicle manufacturing plant uses an integrated alignment system to align axles and wheels and to center the steering wheel to Daimler Trucks North America LLC specifications. Realignment or readjustment of these items, including steering stops and steering poppets, is not covered under warranty. Any special alignment settings at the request of the Owner must be handled between the Dealer and Owner after delivery from factory. These special adjustments are not covered under Warranty. AXLE BREATHER VENTS During the vehicle manufacturing process, an oil run or drip stain may appear at the breather vent. Removing the vent, applying pipe sealant to the threaded vent fitting and re -installing the vent is unnecessary. Removing the axle breather vent and re -sealing the threaded fitting is not covered under this Warranty. CAB INTERIOR COMPONENTS The repair or replacement of cab interior components that are rendered unserviceable due to normal wear or abuse are not covered under this Warranty. These components include, but are not limited to: • Curtains • Floor coverings (including floor mats) • Painted trim components • Steering wheel • Steering wheel wrap • Upholstery • Window shades CHROME SURFACES, ALUMINUM AND STAINLESS STEEL COMPONENTS The following items ARE covered under this Warranty: • Chrome peeling off in sheets • Chrome cut at mounting bolts due to over -torque at the factory • Bubbles in the chrome that are not caused by rock chips and/or general rust conditions • Isolated rust along seams or welds The following items are NOT covered under this Warranty: Daimler Trucks North America LLC General rust, for example, rust on the unfinished backside of a bumper Dimpling at the mounting bolts Staining, bluing, and/or yellowing that can be cleaned with a quality cleaning -product Rust, pits, and/or nicks caused by road wash or road debris breaking the chrome surface Streaks/stains/corrosion caused by severe wash solutions or corrosive road salts/chemicals Claims pertaining to failures of chrome surfaces, aluminum, and stainless steel components will not be processed unless a clear digital picture is provided that adequately shows the defect. CLUTCH ADJUSTMENT Clutch adjustments are normally required due to clutch wear and are considered normal maintenance. However, if the clutch adjustment is found to be outside of Company specifications during, or prior to, in-service of the vehicle, a warranty claim will be accepted on a one- time basis. Claims for clutch adjustments will not be accepted unless the adjustment is found to be outside of Company specifications using the special clutch adjustment measuring tools provided by Company (e.g., adjusting the clutch to satisfy feel will not be accepted as warranty). COMPETITION Warranty will become void on any vehicle that is used in competition, including but not limited to: • Racing • Tractor pulls • Other motor sports CONSUMABLE PARTS Parts that are subject to consumption during their normal service life and are routinely replaced during normal maintenance services are covered up to 15,000 miles (24 000km) for all Daimler Trucks North America LLC vehicles except for Thomas Built Bus (TBB) bodies and chassis. TBB consumable parts are covered up to 30 days from date of in-service. These items are: • Antennas • Ashtrays • Belts • Brake Linings • Cigarette lighter assembly • Clutch brake • Clutch linings • Data logger batteries • Desiccant cartridges • Fire extinguishers • Fluorescent ballast and tubes • Fuses • Gladhand • Hosetennas Light bulbs Mattresses Mud flaps Mud flap mounting brackets Caps (radiator, surge, fuel tank) Receiver -dryer filter Trailer air hoses Trailer electrical cables The information provided in this document is for general information only and is not offered as customer's warranty. rase a ory This coverage may be superseded without notification. Effective: 8/15/2014 Copyright 0 Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. Windshield washer nozzles Wiper arms and blades (TBB makes — wiper blades only) Consumable parts NOT covered under this Warranty include, but are not limited to, the following: • Antifreeze • Filters (fuel, air, oil, water) • Fluids (unless low due to a warrantable failure) • Lubricant CORROSION A detailed list of exclusions for CORROSION is listed under Warranty Coverage Descriptions. DAMAGE The following are not covered under this Warranty: • Damage caused by use of the vehicle in any application that is not approved or is inconsistent with build specifications • Damage resulting from improper use or misuse or abuse, negligence, improper operation, improper or insufficient maintenance (including, but not limited to failure to maintain vehicle as outlined in the driver's/operator's and maintenance manuals), overloading, unauthorized modifications, accidents, or operation at excessive speeds • Environmental damage, including airborne fallout (including chemicals, tree sap, etc.), or other atmospheric conditions, hailstones, or other acts of nature • Damage caused by road salts/chemicals or cleaning solvents, detergents or compounds • Storage deterioration including damage caused by improper or insufficient storage or maintenance • Damage caused by road hazards or road conditions • Damage caused during shipping/transport after initial delivery of vehicle • Damages (including peeling or flaking) caused by high-pressure washing or steam -cleaning • Damages occurring after in-service (e.g., from rock chips) • Damages caused by customer -installed sealer in air conditioning systems • Damages caused by engine horsepower/torque upgrades • Damage due to vibration associated with misapplication or improper operation of drivetrain components • Damage due to terrorist activities • Damage due to acts of war ENGINE The engine, including all of its components as supplied by the engine manufacturer, is not covered under this Warranty, but is warranted separately by the manufacturer of the engine. For engine warranty or service, contact the engine manufacturer's authorized sales and service facility. ENGINE BRAKES, AIR COMPRESSORS, AND OTHER PROPRIETARY ENGINE COMPONENTS The engine manufacturer installs most air compressors and engine brakes. ®Any failure of a proprietary engine component or Jacob Brake component must be filed directly to the engine manufacturer. Failures on non- proprietary engine components can be filed through DTNA. Daimler Trucks North America LLC EXHAUST SYSTEM CLAMPS During the early life of the vehicle or when the engine is cold, many exhaust clamps exhibit a soot trace. This condition is self-correcting and does not require adjustment, tightening, or replacement of the clamp. Claims for adjusting or tightening will not be paid under warranty. FIFTH WHEELS Adjustment of the locking mechanism, bushings, slide locking plungers, and the repair or replacement of lock guards are considered routine maintenance and are not covered under this Warranty. GLASS, MIRRORS, LENS Glass, mirror, or lens breakage or chips or scratches of glass, mirrors, or lenses are not covered by this Warranty. MISAPPLICATION OF VEHICLE The warranty on any vehicle used inconsistent with its specified vocation/application will be downgraded to the warranty that is consistent with the vehicle use. Any and all claims associated with the misapplication of the vehicle will be subject to chargeback. MISCELLANEOUS EXPENSES Premium charges and work not directly related to the repair or replacement of a warranted part are not covered under this Warranty. Examples include, but are not limited to: • Federal, state, provincial, and local taxes • Travel expenses • Loss of revenue • Customer labor, including overtime labor Downtime Driver's expenses Cost of rental equipment Loss of cargo, including perishable cargo General housekeeping supplies (i.e., rags, solvents, sweeping compounds, coveralls, etc.) • Communication charges • Towing/road call assistance (unless coverage is specifically stated in the applicable warranty coverage table) • Repair or replacement of optional items not sold or installed by company • Removal or replacement of dealer, body builder, or customer installed equipment • Environmental fees, cleanup, or other charges • Cost of emergency services MODIFICATIONS TO ORIGINAL EQUIPMENT Company does not warrant vehicle component or chassis modifications, or equipment installations arranged by Dealers or Customers. In addition, the extra time necessary to remove body builder installed items and/or equipment to work on a warranted repair is not covered under this Warranty unless Company sells the complete chassis/body/equipment as a package. If Dealers or Customers perform any vehicle modifications or equipment installations, to the extent these modifications or equipment installations adversely affect other vehicle components or vehicle performance, Company shall not accept any product liability or claims under the terms of the vehicle warranty. These claims become the sole responsibility of the person performing the modifications or equipment installations. The information provided in this document is for general information only and is not offered as customer's warranty. Page 5r9 This coverage may be superseded without notification. Efemive: e�isiza is Copyright 9 Daimler Trucks North America I.I.C. All rights reserved. Daimler Trucks North America LLC is a Daimler company. PAINT The following exclusions to paint warranty include, but are not limited to: • Complete chassis re -painting to repair paint damages • Damages occurring after in-service (e.g., from rock chips) • Peeling/flaking caused by high-pressure washing or steam cleaning • Rusting of painted bumpers • Removal and/or replacement of decals, striping, and/or lettering not applied by Company • Specific areas of the vehicle are deliberately not painted or are not painted to any standard; paint repairs are not warrantable to such areas. These areas include: • Underside of the hood, including the inside of the wheel wells • Underside of the roof -mounted air fairings • Underside of the exterior sun visor • Inside of the side -mounted air fairings • Inside of the bumper • Aftertreatment devices Gloss Gloss Warranty claims pertaining to gloss issues on vehicles painted with low -gloss colors (identified in the Data Books) will not be covered under this Warranty. SHIP LOOSE ITEMS AND COMPONENTS During the manufacturing process, certain vehicle components are normally placed in the cab of the vehicle or strapped down to the chassis for security reasons. It is the Dealer's responsibility to mount these '.ship loose" items in the correct location on the vehicle. Mounting of "ship loose" items will not be covered under warranty. These items include, but may not be limited to, the following: • Aerodynamic wheel covers • Antennas • Fire extinguishers • Trailer air hoses • Trailer electrical cables • Winter fronts • Tire inflation hoses • Spare wheels/tires • Chrome lug nut covers • Driver's pouch • Jacks Daimler Trucks North America has established a Roof Fairing Removal program in order to reduce transport related damage. The Transporter will remove the fairing during the decking process and secure the fairing on the frame rail of the unit. Benefits for this program include fewer units towed in reverse and an overall improved delivery process. Some units will continue to be received with the fairing collapsed. It is the Dealer's responsibility to mount these fairings correctly. Claims for mounting of these collapsed fairings will not be covered under warranty. Those units received with the fairing removed, DTNA warranty will reimburse for the re -installation of the roof fairing prior to delivery to the end customer. Daimler Trucks North America LLC If vehicle is drop shipped directly to customer: Transporter notifies customer that roof fairing has been removed for transport and arranges for re -installation prior to or at delivery. If customer has facilities for re -installation of roof failings, then fairings will be re -installed at final delivery location. If customer does not have facilities to re -install fairings, transporter will arrange with nearest authorized DTNA dealership to have fairings re- installed and shuttle units to customer location at no additional cost to our customer. TRANSMISSIONS Allison transmissions and components are not covered under this Warranty, but are warranted separately by Allison. Information regarding Allison's warranty is provided for informational purposes only and is subject to change. For warranty or service information, contact Allison's authorized sales and service facility. The Detroit DT -12 Transmission is not covered under this Warranty. Please see www.ddcsn.com for coverage details. ROUTINE MAINTENANCE Routing maintenance, servicing, and adjustment, as defined in the applicable Vehicle Maintenance Manual and Driver's Manual, are excluded from Warranty. Periodic adjustment or re -torque of wheel bearings, wheel lug nuts, and suspension U -bolts are considered maintenance adjustments and are not covered under warranty. Vibrations, squeaks, rattles, loose fittings/clamps, hose fitting leaks, loose nuts/bolts/screws, and loose electrical connections may develop during the initial trip(s) of the vehicle and these types of repairs/adjustments are covered under warranty one time during the following applicable initial operating periods unless excluded in the paragraphs below. Reminder: After the following initial operating periods, these developments are the result of use and their repair/adjustment activities are considered routine maintenance and thus excluded from warranty. INITIAL OPERATING PERIOD The Initial Operating Period (IOP) for Daimler Trucks North America LLC vehicles is as follows: Make Initial Operating Period Freightliner, Steeling, Western Star Up to 15,000 miles/ 24 000 km Freightliner Custom Chassis Corporation (FCCC) Up to 25,000 miles/ 40 000 km Thomas Built Bus (TBB) bodies and TBB chassis' Up to 6 months from date of in. service - TBB applications utilizing FCCC chassis retain the FCCC IOP separate from the TBB body. See CONSUMABLE PARTS elsewhere in this section. Exclusions from warranty during the IOP are: Cab, hood, and fender -mounted mirrors are adjusted at the factory but may be retracted by the transporter to prevent damage during transport. Subsequent adjustments and tightening of mirror The information provided in this document is for general information only and is not offered as customers warranty. Page 6of9 This coverage may be superseded without notification. Effective: S/ 15/ e6 Copyright © Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. mounting hardware are considered part of the routine preparation of the vehicle before Customer delivery. Claims for adjusting the mirrors or tightening of the attaching hardware will not be paid under warranty during or after the initial operating period. Claims for re-routing of electrical wiring, hoses, or lines which meet Daimler Trucks North America's routing standards will not be paid under warranty during or after the initial operating period. Final preparation of the vehicle for Customer delivery to include cleaning/vacuuming interior of cab, washing windows, washing the exterior of the vehicle, polishing exterior chromed or painted surfaces are considered as ordering -Dealer responsibilities. Claims for these activities will not be paid under warranty during or after the initial operating period. TEST VEHICLES Any vehicles being used in testing or used to test specific components must be identified to the Warranty Department and accommodations must be made for claims that relate to the test item(s). Any vehicles used in endurance testing, such as the Altoona Test, are void of all warranty, new or used. TIRES AND TIRE BALANCING The tires are not covered under this Warranty, but are warranted separately by the tire manufacturer. Tire balancing is not covered under warranty. 1.7 Transfer of Warranty This Warranty is transferable to a subsequent Owner if it has not expired. To ensure the Owner receives proper warranty recognition, the ownership information should be updated in the Company system. 1.8 Change of Owner Address Information To ensure Company's ability to reach the current Owner with Recall and Field Service campaign information, the Owner's information must be updated whenever there is a change to the Owner's name or address. 1.9 Product Improvement Company reserves the right to make improvements or changes to the product at any time without incurring any obligation to make such changes or improvements to any other vehicle. 1.10 Owner's Responsibilities It is the Owner's responsibility to ensure the vehicle is maintained as outlined in the Driver's/Operator's and Maintenance Manuals. It is important that the new Owner becomes familiar with the contents of the warranty information. When the Owner first receives the vehicle, Dealer should review the Owner's Warranty Information booklet with the Owner. To initiate warranty for all makes except TBB Bodies and TBB Chassis, customer must complete and sign the Warranty Start Form (WAR275). Dealer must attach the Warranty Start Form to the Product Registration screen in OWL. Daimler Trucks North America LLC For TBB Bodies and TBB Chassis, customers should contact their TBB dealership to initiate warranty. Coverage Descriptions Axles Coverage includes all factory -installed front axles; rear axles; steer axles; drive axles; tag axles; and pusher axles. Detroit axles are warranted directly through Detroit. Excludes any axle installed by a dealer or body builder. Detroit Axle(s) All warranty inquiries and claims are filed directly to Detroit Axles. Please see www.ddcsn.com for specific coverage details. Drive Axle(s) Coverage includes axle housing, carrier assembly, differential assembly, power divider, axle shafts, and gaskets and seals. Excludes suspension and torque rod brackets, tie rod ends, wheel end equipment, wiring, yokes, and attaching hardware. Front Axle(s) Coverage is for non -Detroit front axle(s) only. Coverage includes I-beam, steering knuckles, differential on drive steer axle, spindles, kingpin bearings, and steering arms. Excludes tag axle(s), pusher axle(s), wheel end equipment, steering linkage components, driveline(s), U- jofnts, and kingpin bushings/kingpin seals. Pusher Axle A pusher axle is a non -driven, weight-bearing axle that can be raised when not required to bear a portion of the load. Since the pusher axle can be of many different configurations, warranty coverage includes all components included in the individual build specification of each individual application. Rear Axle(s) Coverage is for non -Detroit rear axle(s) only. Coverage includes axle housing, carrier assembly, differential assembly, power divider, axle shafts, and gaskets and seals. Excludes tag axle(s), pusher axle(s), suspension and torque rod brackets, wheel end equipment, wiring yokes, driveline(s), U joints, and attaching hardware. Steer Axle(s) Coverage includes I-beam, steering knuckles, differential on drive steer axle, spindles, kingpins, kingpin bearings and steering arms. Excludes wheel end equipment, tie rod ends, steering linkage components, kingpin bushings, and king pin seals. Tag Axle A tag axle is a non -driven, continuous weight-bearing axle. Since the tag axle can be of many different configurations, warranty coverage includes all components included in the individual build specification of each individual application. Battery Coverage includes Alliance Brand Batteries only; claims for all other brands must be submitted directly to the supplier. Includes starting battery assemblies and factory -installed APU battery assemblies. Excludes non - The information provided in this document is for general information only and is not offered as customer's warranty. raga 7 of This coverage may be superseded without notification. Effective: e/15/2014 Copyright © Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. Alliance Brand batteries, battery cables, battery mounting box and hardware. Basic Chassis Coverage includes all factory -installed components of the vehicle/chassis that are not excluded elsewhere in the warranty or by special agreement or described as having a different time, or distance or hours, or listed separately on each new vehicle warranty coverage chart. Basic Vehicle Coverage includes all factory -installed components of the vehicle/chassis that are not excluded elsewhere in the warranty, or by special agreement or described as having a different time or distance, or listed separately on each new vehicle warranty coverage chart. Brightwork Coverage includes all factory -installed components with chrome, polished aluminum, or polished stainless steel surfaces. Excludes any damage backside of bumpers, and concealed or inner surfaces. Cab Corrosion/Perforation Coverage is limited to rust -through or perforation of the cab and integral sleeper structure and sleeper box (if applicable) due to corrosion from within. Excludes all conditions of rust or corrosion that has not resulted in rust -through or perforation as well as surface rust or corrosion caused by non -adhesion. Excludes any damage to the paint such as chips or scratches. Cab Structure Coverage includes cab and integral sleeper structural components, structural components of factory -installed sleeper boxes (if applicable), sheet metal panels, doors, and hoods. Excludes all bolt -on components including door and hood hinges, latches, guides, and other mounting hardware. Corrosion Coverage provides warranty against corrosion to any metal or metal alloy part of the vehicle. Rust or corrosion to specific components and/or caused by certain conditions are excluded from all Company warranty coverage and will not be paid under Basic Vehicle, Cab Structure, Cab Corrosion, or Aftermarket Parts Warranty. Exclusions to corrosion warranty include, but are not limited to, the following: Corrosion caused by general rust (for example, rust on the unfinished backside of a bumper) Surface rust caused by chips or scratches in the paint or chrome surfaces Corrosion caused by high-pressure washing, severe wash solutions, cleaning solvents, detergents, compounds Corrosion caused by salinity in the environment or corrosive salts and/or chemicals used on the road surface. Daimler Trucks North America LLC • Corrosion caused by acid rain or other industrial fallout • Corrosion due to improper prevention measures during storage or use • Corrosion or rust on tone rings, rotors or drums (rotor exclusion does not apply to hydraulic discs with Magna- Coat Rotors) • Corrosion due to environmental damage (including ocean spray); airborne fallout (includes chemicals, tree sap, etc.), or other atmospheric conditions or other acts of nature • Corrosion due to improper use, misuse or abuse, negligence, including improper or insufficient maintenance Cowl Corrosion/Perforation Coverage is limited to rust -through or perforation of the cowl due to corrosion from within. Excludes all conditions of rust or corrosion that have not resulted in rust -through or perforation as well as surface rust or corrosion caused by non -adhesion. Excludes any damage to the paint such as chips or scratches. Cowl Structure Coverage includes cowl structural components, sheet metal panels, and hood. Excludes all bolt -on components including hood hinges, latches, guides, or other mounting hardware. Crossmembers Coverage includes crossmembers, gussets, and huck- mounting bolts that attach gussets to crossmembers and gussets/crossmembers to frame rails. Excludes any bolt -on item attached with either conventional or buck bolts. Driveline Coverage includes driveshaft tubing, U -joints, yokes, support bearings, and splines. Frame Rails Coverage is limited to breaking or cracking of factory - installed frame rails, frame rail liners, frame rail extensions, and any item(s) factory welded to them. Excludes all bolt -on items regardless if attached with conventional or huck bolts. GHG14* Daimler Trucks North America LLC (DTNA) warrants that its vehicles are (1) designed, built and equipped so as to conform, at the time of sale, with requirements of vehicle manufacturers whose vehicles are designed to meet applicable 2014 and later U.S. Environmental Protection Agency and National Highway Traffic and Safety Administration Standards greenhouse gas and fuel efficiency standards, and (2) free from defects in material and workmanship which cause the vehicle to fail to conform with the vehicle manufacturer's requirements for all vehicle emission control items listed below. The information provided in this document is for general information only and is not offered as customer's warranty. P•, eory This coverage may be superseded without notification. Effective: 8/15/2014 Copyright 0 Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. 'Coverage name/description may vary, check actual warranty online via OWL's Coverage Info/Check Coverage screen for coverage listed as "GHG14..." GHG14 Tire* Daimler Trucks North America LLC (DTNA) warrants that its vehicles are (1) designed, built and equipped with tires that conform, at the time of sale, with requirements of vehicle manufacturers whose vehicles are designed to meet applicable 2014 and later U.S. Environmental Protection Agency and National Highway Traffic and Safety Administration greenhouse gas and fuel efficiency standards, and (2) those tires are free from defects in material and workmanship which cause the vehicle to fail to conform with the vehicle manufacturer's requirements for a period of 2 years or 24,000 miles, whichever occurs first. Claims for failures under this coverage are filed directly to the tire manufacturer. `Coverage name/description may vary, check actual warranty online via OWL's Coverage Info/Check Coverage screen for coverage listed as "GHG14..." Glider An incomplete vehicle which may be ordered with or without engine and/or major drivetrain components; warranty coverage includes all components as specified in the specific build specification. Hybrid Transmission - Eaton Eaton requires that only hybrid -authorized dealerships work on units equipped with Eaton hybrid parts. Pre- authorization is required prior for repair of these vehicles in order to obtain technical assistance and a pre- authorization number for replacement parts. Eaton hybrid parts will be shipped directly from Eaton and will not be stocked in the PDCs due to the short shelf life and low volume. The following hybrid parts are covered under this Warranty: power electronics carrier (PEC), motor generator, inverter, DC/DC converter, hybrid control module (HCM), transmission control module (TCM), clutch, and electronic clutch actuator (ECA). Coverage does NOT include oil cooler or cooling systems. Please reference Roadranger Warranty Guide TCWY0900 for more information on complete listing of limits and exclusions, as well as terms and conditions. Off Road On -Site Assistance Coverage is exclusively available for off road vehicles that are prohibited from use on public streets. If this coverage is provided, it will be specifically included in the coverage table as a separate category. Coverage includes on-site assistance and/or equipment transportation to the nearest authorized repairing location for a Daimler Trucks North America LLC warrantable repair. Paint (Body, Cab, & Cowl) Paint coverage excludes lack -of gloss issues on vehicles painted with low gloss colors; the underside of hoods and roof and side mounted air fairings; and any damages to the paint or painted surface such as chips and scratches. Daimler Trucks North Amenca LLC Body Paint Coverage includes all factory -painted exterior body surfaces. Warranted against orange peel; peeling/ delaminating; cracking or checking; or loss of gloss due to cracking, checking or hazing. Cab Paint Coverage includes all factory -painted surfaces (except those included in chassis paint coverage). Warranted against orange peel; peeling or delaminating; cracking or checking; or loss of gloss due to cracking, checking or hazing. Cowl Paint Coverage includes all factory -painted exterior surfaces of cowl structure (except those included in chassis paint). Warranted against orange peel; peeling or delaminating; cracking or checking; or loss of gloss due to cracking, checking or hazing. Paint, Chassis (Chassis Paint) Coverage includes all factory painted surfaces on frame rails, crossmembers/gussets, front and rear bumpers, suspension components, power train components, drivelines, fuel tanks, air tanks, wheel end equipment, tool boxes, battery boxes, access steps, and attaching brackets and hardware. Warranted against peeling or non -adhesion. Excludes U joints and any damages to the paint or painted surface such as chips and scratches. Towing/Roadside Assistance Coverage includes roadside assistance or towing (to the nearest authorized repair location) for a Daimler Trucks North America LLC warrantable repair in a vehicle -down situation that prevents the safe and lawful operation of the vehicle. If this coverage is provided, it will be specifically included in the coverage table as a separate category. Transfer Case Coverage includes housing and all internally lubricated parts. Excludes broken synchronizer pins, PTOs, airlines, gauge, clutch assemblies, driveline(s), and U - joints. Transmission Coverage does not include Allison transmissions, Detroit transmissions, or Eaton Hybrid transmissions. Coverage includes housing and all internally lubricated parts, electric/air shift/control units, valves, gaskets, and seals. Excludes broken synchronizer pins, PTOs, airlines, gauge, gauge senders, yoke(s), clutch assemblies, clutch and clutch control components including clutch brake, driveline(s), and U joints. Wheel End Equipment Coverage includes brake components, wheels, hubs, drums, rotors, wheel seals/ bearings, slack adjustors, and attaching hardware. The information provided in this document is for general information only and is not offered as customer's warranty. This coverage may be superseded without notification. Copyright © Daimler Trucks North America LLC. All rights reserved. Daimler Trucks North America LLC is a Daimler company. Page 9 of Effeoeive: 8/15/2014 EXHIBIT D 1. INSURANCE REQUIREMENTS —VENDORS 1.1 Provision of Insurance. Without limiting Vendor's indemnification of City, and prior to commencement of work, Vendor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 1.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Vendor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. 1.3.1.1 Vendor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. 1.3.2 General Liability Insurance. Vendor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 Automobile Liability Insurance. Vendor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Vendor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page D-1 amount not less than one million dollars ($1,000,000) combined single limit each accident. 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Vendor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Vendor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The Parties hereby agree to the following: 1.5.1 Evidence of Insurance. Vendor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Vendor sixty (60) days advance written notice of such change. If such change results in substantial additional cost to the Vendor, the City and Vendor may renegotiate Contractor's compensation. 1.5.3 Enforcement of Contract Provisions. Vendor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Vendor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page D-2 1.5.4 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any Party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 1.5.5 Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. 1.5.6 City Remedies for Non Compliance If Vendor or any subvendor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Vendor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Vendor or reimbursed by Vendor upon demand. 1.5.7 Timely Notice of Claims. Vendor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Vendor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 1.5.8 Vendor's Insurance. Vendor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Los Angeles Truck Centers, LLC, DBA Los Angeles Freightliner Page D-3 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. " Date Received: 5/10/18 Dept./Contact Received From: Joan Date Completed: 5/11/18 Sent to: Joan By: Jan Company/Person required to have certificate: Los Angeles Truck Centers LLC Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 3/1/18 — 3/1/19 A. INSURANCE COMPANY: AMCO Insurance Company B., AM BEST RATING (A-: VII or greater): A+ / XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $IM/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does (What is limits provided?) N/A not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ® Yes ❑ No COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ® Yes Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City ❑ No I. NOTICE OF CANCELLATION: its officers, officials, employees and volunteers): Is it ® Yes ❑ No included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 3/1/18— A. INSURANCE COMPANY: AMCO Insurance Company B. AM BEST RATING (A-: VII or greater) A+/ XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 3/1/18 — 3/1/19 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A-: VII or greater): A++/ XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract.