AGENDA ITEM EXECUTIVE SUMMARY

Consider Draft Resolution Authorizing Accepting the Bid for the Agenda Item: Replacement of a One Ton Service .

Presenter & Title: Michael J. Buffington, Superintendent of Electrical Services

Date: October 22, 2013 Please Check Appropriate Box: X Committee of the Whole Meeting Special Committee of the Whole Meeting X City Council Meeting Special City Council Meeting Public Hearing Other -

Estimated Cost: $56,253 X YES Budgeted? NO If NO, please explain how the item will be funded:

Executive Summary: Bids were opened on October 11, 2013 for the purchase of a one ton service van. Five bid packages were received. This is under budget and will be expensed under line item 620.90.95.95-825 in amount of $45,965. This van is used by Field Service for fiber optics, substation, generation and meter maintenance and repairs. It is also used in daily customer service and complaints. The replaced service van is being transferred to the wastewater division to be used to televise wastewater lines. Attachments: (please list) Resolution Capital Request Recommendation / Suggested Action: (briefly explain) Award of the one ton service van to the lowest bidder Badger Trucks of Madison Wisconsin for the amount of $45,965.

RESOLUTION NO. 2013-120

RESOLUTION AUTHORIZING Awarding Purchase of a One Ton Service Van

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GENEVA, KANE COUNTY, ILLINOIS, as follows:

SECTION 1: That the City Administrator is hereby authorized to award, on behalf of the City of Geneva, the purchase of a One Ton Service Van, to Badger Trucks of Madison, Wisconsin, as recommended by Staff, relating to the construction and maintenance of the electric distribution system.

SECTION 2: This Resolution shall become effective from and after its passage as in accordance with law.

PASSED by the City Council of the City of Geneva, Kane County, Illinois, and this 4th day of November, 2013.

AYES: __ NAYS: __ ABSENT: __ ABSTAINING: __ HOLDING OFFICE: __

Approved by me this 4th day of November, 2013. .

City Administrator ATTEST:

FY 2013-14 CAPITAL REQUESTS

Department: Public Works Department Priority Ranking: #1 Fund Number: 620.90.95 Submitted By: Michael J. Buffington Account Number: 825 Date: 10/22/2013 Use this form to request capital expenditures if the item has a value of at least $5,000 and a useful life over one year. Complete a separate form for each item or group of identical items. If the requested expenditure is replacing an existing item, complete the Replaced Item section below. Use actual cost data where possible. The net cost should reflect the gross cost less trade-in value. Prioritize each item with the highest priority as #1, the next as #2, and no lower than #3. Purchase Item Requested Quantity Date Net Cost

1 Ton Service Van 1 $ 56,253.00 2001 Justification For Request (Attach separate sheet if necessary): Replaces a 2001 Chevy G-3500 Mileage 54,1786 – recommendation 50,000 156 months in service – recommendation 120 months of service Need $5,000 in repairs Vehicle is used for fiber optics, substation, generation and meter maintenance and repairs. It is also used in daily customer service and complaints.

Decrease maintenance, labor costs & outside repairs

Estimated operating budget annual dollar: (Check one) $5,000 Increase Decrease Increase X No impact (Fill in positive/negative dollar amount when applicable.) Check One New Item: or Replaced Item: X Replaced Item: Disposition of Replaced Item (Check all that apply) Description: Van Truck, Chevy, Use by Another Department: X - WasteWater G-3500, 1 Ton Cube Fixed Asset Number: Cost Control Center: Vehicle Number: G-3 Use by Another Agency: Serial Number: Which Agency: 16BJG31R#11143006 Age: 12 yrs Trade In: Year: 2001 Trade In Value: $2,000 Mileage: 50,806 Auction: Estimated Value: $0 Which Auction:

City of Geneva

Summary of Bids

Name of Project: Cable - Cutaway Van and Service Body Bid 13- 4 Recorded By : Kfrk Landberg

Opened By: Dahl/ Landber9 DatefTime: 10/1 1/2013@ 11 :00 A.M .

, ...... Lol'IVl'...,.....,_,,M''''""'""'' _..., .. ,, 11 ,.,."'-"' _ ...... '!-!:..,"•

- SIDBoNO if. 1YPEc()'J: P~Y¥EHTF08 BIO I Bil) c;ONTRACTQR NAiii~ PRICE I .OFPRICe BONO .. REMAAKS ADosirouM . ·t._ -- -·• - - . -

.Badl!Cl" Trucks lf<; q1, S_ 06 !V'f-fVJ G()Pi./ Bob Jass Chevrolet lf.7q1 q 9'l IJS.~-0 c.,-0PY Brad Manninl! Ford L/<; Cj 76 D(J }Jrt:fi) Cl;f'._f I Bull Valley Ford

Don McCue Chcvroh-'l

Fox Valle'>I Ford

R.avmond If/ 01f, OO Nfbn (;\ fV

Ron We.~tpl r.i l Chevrolet

Zimmerman Ford ~ n~ rl-lwiU>IB\ 41}77 ,oo ' I

I

Page _ _ of__ CITY OF GENEVA ELECTRIC DEPARTMENT 1800 SOUTH STREET GENEVA, IL 60134

SPECIFICATIONS AND CONTRACT DOCUMENTS 13-4 for CUTAWAY VAN And SERVICE BODY

Bid Opening: 11:00 A.M. FRIDAY, OCTOBER 11, 2013

Bid Deposit: NOT REQUIRED

Performance Bond: NOT REQUIRED

Specifications: Attached

Return Bids To: City Administrator City of Geneva 22 South First Street Geneva, IL 60134

Please Mark the Return Envelope and specify the:

1. Bid Opening Date & Time 2. Title of Job

For Additional Information regarding bid, contact:

Kirk Landberg Purchasing & Inventory Coordinator City of Geneva Electric Department 1800 South Street Geneva, IL 60134 630-232-1503

Please submit entire document in duplicate intact. Thursday, September 26, 2013

NOTICE

DUPUCATE sealed BIDS submitted in a sealed envelope with the words "CUTAWAY VAN and SERVICE BODY" marked on it, will be received by the City of Geneva , Illinois, until 11 :00 A.M, , Friday, October 11, 2013, at the Office of the Administrator, City of Geneva, 22 South First Street, Geneva, Illinois, 60134.

This work shall be done in accordance with the specifications of the City of Geneva.

Contractors and Subcontractors shall pay not less than the prevailing Rate of Wages as found by the Department of Labor or as are determined by the Court of Appeal , Kane County, to all laborers, workman, and mechanics performing work under the Contract. A signed certification stating the above as well as the fact that the bidder is not barred from bidding as a result of a violation of either Section 33E-3 or 33E-4 of Chapter 720, Illinois Compiled Revised Statutes, [720 ILCS 5/33E-3 and 5/33E4 (2009)].

The City reserves the right to defer acceptance of any proposal for a period not to exceed ( 60 ) days after the date bids are received.

The City of Geneva reserves the right to reject any or all bids and waive technicalities.

Bid packages can be obtained by contacting Kirk Landberg, Purchasing and Inventory Coordinator, City of Geneva, 1800 South Street, Geneva, IL 60134, or by calling 630-232-1503.

To be published in the Kane County Chronicle on the following date: Thursday, September 26, 2013 CITY OF GENEVA

BID PROPOSAL NO. 13-04 OPENING DATE: 10-11-2013

FOR: CUTAWAY VAN and SERVICE BODY

OPENING TIME: 11 :00 AM

DEPARTMENT: PUBLlC WORKS

QUANTITIES

~ECIFIC QUANTITIES) ESTIMATED QUANTITIES ------r------BID DEPOSIT REQUIREMENTS

~ CHECK OR BID BOND $1000.00

______.,. ______.. ____ .. ______------~---- PERFORMANCE BOND

TO BE SUBMITTED IN AMOUNT OF OF CONTRACT TOTAL

SAMPLES cNQi REQU~ TO BE SUBMITTED WITH BID

------, --~ '

DESCRIPTIVE LITERATURE & TECHNICAL DATA

NOT REQUIRED (iO BE SUBMITTED WJTH ~ INSTRUCTIONS TO BIDDERS

Bids shall be submitted to the City Administrator, City of Geneva, 22 South First Street, Geneva, IL 60134.

Bids shall be in sealed envelopes clearly marked as to what the bid pertains to as well as time and date of bid opening. Return address should be on outside of bid envelope.

~ids shall be submitted in DUPLICATE to the City of Geneva.

Bids shall be received on or before the time specified at which time the bids will be publicly opened and read aloud at the office of the City Administrator. Bids received after the specified time and date will be returned to the bidder unopened.

BIDS SHALL BE SUBMITTED ON CITY OF GENEVA BID FORMS INCLUDED JN THE CONTRACT DOCUMENT (BID PACKAGE).

The manufacture or assembly of equipment shall be commenced within ten (10) calendar days after written notice to proceed and shall be completed within the time stated in the successful bidder's proposal.

The City reserves the right to consider such factors as time of completion or delivery, materials, method of construction, experience, and responsibility of the bidder and similar factors in determining which bid it deems to be in the City's best interest.

The City reserves the right to reject any or all of the bids, to waive informalities or technicalities in any bid and to accept the bid which it deems to be in the best interest of the City of Geneva.

A bid deposit will be required if indicated on the "NOTICE TO BIDDERS" form. Each bid MUST be accompanied by a Bid Bond signed by a surety company authorized to do business in Illinois, or by a cashier's check or certified check in the amount of $1000.00. Any bid not accompanied by a required bid deposit may be rejected.

All bid deposits (except that of the lowest responsible bidder) wi11 be returned after the lowest responsible bidder is determined by the City Council. The return of the bid deposit to the successful bidder or awardee will be contingent upon that bidder's execution of a written contract with the City. Any bidder may withdraw his or her bid by letter or telegraphic request or, with proper identification, by personally securing the bid proposal at any time prior to the time fixed for opening of bids and provided that written confirmation of any telegraphic withdrawal over the signature of the Bidder is placed in the mail and postmarked prior to the time set for bid opening. Telephonic request to withdraw a bid will not be considered.

The City of Geneva is exempt from the Illinois Retailers Sales and Occupation Tax. An exemption certification will be furnished upon request.

Delivery of Goods F.O.B. Point- City of Geneva ELECTRIC UTILITY, 1800 South Street, Geneva, IL 60134 may be indicated in City's Purchase Order or Notice to Proceed. Should any goods be damaged during shipment, bidder shall repair or replace and damaged equipment or materials. Bidder shall negotiate on the City's behalf, at no cost to the City, with the carrier or other persons as required, to obtain compensation for such repair or replacement.

The City shall be notified 24 hours prior to any shipment of materials or equipment. Please call Kirk Landberg at (630) 232-1503 during the hours of 7:00 AM to 3:00 P.M.

All deliveries are to be made during City of Geneva Electric Utility business hours of 7:00 AM to 11 :30 A.M. and 12:30 P.M. to 3:00 P.M.

Each bidder shall submit a lump sum price for material or equipment covered by the specifications, together with any prices for alternate materials or equipment or other prices or data listed in the Fonn of Proposal or as specified.

ESCALA TJON CLAUSES ARE NOT ACCEPTABLE.

The bidder may at his option, base quotes on furnishing substitutions that are equivalent of any item described, named, or specified, provided the selection meets the quality and are direct equals to the item specified. Burden of proof that proposed substitutions are equivalent, rests with the bidder.

Submit separate prices, alternate prices, or adjusted prices for materials or equipment as requested in the Fonn of Proposal. Bidders may in addition, submit prices for a combination of these separately priced schedules. If submitting combination quotes, bidders must submit separate schedule bids. Each schedule wiJJ be independent and subject to acceptance or rejection without alteration or qualification.

The City may award Purchase Order on basis of separate quotes or combination bids.

Prepare bids in duplicate on Form of Proposal included herewith, one copy submitted to the City, one copy to be retained by the bidder.

A legally authorized representative of bidder shall sign the bid.

Submit manufacturer's specifications and descriptive data on proposed materials. All laborers, workers, mechanics, etc., employed in any public work under this contract shall be paid in accordance with the Prevailing Wage Rates approved by the City of Geneva, Kane County, as attached to the project specifications.

A statement certifying that the bidder is not barred from bidding on the Project Specifications as a result of a violation of either Section 33E-3 or 33E-4 of Chapter 720, 111inois Compiled Statutes [720 ILCS 5/33E-3 and 5/33E-4 (2009)]. The certificate form is attached to the Project Specifications.

Bidders must supply a self addressed, stamped envelope for bid results.

Absolutely no results will be given out over the telephone.

Questions regarding this Legal Notice, Instructions to Bidders, and Specifications should be directed to Kirk Landberg, Purchasing and Inventory Coordinator, Geneva Electric Utility at ( 630) 232-1503.

USE FORM OF PROPOSAL INCLUDED HEREIN CERTIFICATION OF COMPLIANCE

The undersigned hereby certifies as follows:

1. That he has the authority and consent to make this certification on behalf of the bidder,

(Name of Company)

2. That he has knowledge of the City of Geneva Codes pertaining to the disqualification of certain bidders.

3. That he knows that the bidder listed above is not disqualified from bidding under the aforementioned sections.

4. That he has knowledge of the City of Geneva ordinances relating to Fair Employment Practices and knows and understands the contents thereof; he certifies hereby that it is the policy of the bidder to recruit, hire, train, upgrade, promote, and discipline its employees without regard to race, creed, color, religion, age, sex, or physical or mental impairment.

5. That said bidder is not barred from bidding on the aforementioned contract as a result of a violation of Sections 33E-3 or 33E-4 of Chapter 720, Illinois Compiled Statutes, [720 ILCS 5/33E-3 and 33E-4 (2009)].

6. That pursuant to Chapter 65, Section 11-42.1-1 [65ILCS 5/11-42.1-1] of the Illinois Revised Statutes, the bidder is not delinquent in the payment of any taxes administered by the Department of Revenue.

7. That the contractor (either as an individual or company agrees to provide a drug free workplace as provided for by the "30 ILCS 58011 et. seq."

8. That all work under this contract shall comply with the Occupational Safety and Health Act (OSHA) of 1975 as amended, and all other Federal, State, or Local statutes, rules, or regulations including all City of Geneva Safety Procedures affecting the work done under the contract.

9. That all work done under this contract shall comply with the Prevailing Wage Rate Act of the State of 111inois [820 ILCS 13011 et. seq.] County of Kane, Illinois in effect at the time the work is performed.

10. Contractor acknowledges that the Freedom oflnformation Act, 5 ILCS 14011 et seq. (the "ACT") places an obligation on the City of Geneva to produce certain records that may be in possession of the Contractor. Contractor shall comply with the record retention and documentation requirements of the LocaJ Records Retention Act. 50 ILCS 205/1 et seq. and the Act and shall maintain all records relating to this Agreement in compliance with the Local Records Retention Act (complying in all respects as if the Contractor was, in fact, the City). Upon notice from the City, Contractor shall review its records promptly and produce to the City within two business days of said notice from the City the required documents which are responsive to a request under the Act. If additional time is necessary to comply with the request, the Contractor may request the City to extend the time to do so, and the City wil1, if time and a basis for extension under the Act permits, consider such extensions. In the event Contractor fails to produce the requested records or fails to produce the requested records within the time period required above and the City is assessed a fine, fee or penalty for failure to timely comply with Act do to Contractor's actions, Contractor shall reimburse City for all fines, fee or penalties, including reasonable attorney's fees, paid by the City.

By submission of this bid, I certify that the bid has been arrived at independently and has been submitted without collusion between or among any vendor of materials, supplies, equipment, or services. S 7 g ~l¥r'co!~~2;/~ersh~,~~ £ 1(_ Proprietor

Address

City State Zip

'/l Telephone ¥~)

SUBSCRIBED AND SWORN to before me this I (}th day of 0 \ lQ \oo c . 20 \ Q

~ f ~ ia 1 yl. v{Jf1it~ Notary Public My commission expires: 0lD \ 30 l1 J FORM OF PROPOSAL Name of Bidder ./j fl lJ G- E /(. Ill Cl C K (!_ EN T El(

Address of Bidder d d- T _ t'1 /LU) c ?v.I S-3 3 ~ ca w .. s .Pfl () L T' > ~ 3 Telephone No. of Bidder L( I l/ · 3 (/ lf- YS 00 )( 5' J.. l/

To: City Administrator City of Geneva 22 South First Street Geneva, IL 60134

The undersigned bidder, having examined the specifications of the following proposal, hereby proposes to provide the required labor, services, and materials described in this Form of Proposal, the Instruction to Bidders, and Specifications for the sum or sums stated hereinafter:

I. CUTAWAY VAN and SERVICE BODY

FURNISH AND DELIVER d {) /t/ b :3 5 () C.u Tli (A) Fl V J..;! f " UJ J3 I L.1/.1 t-1£ ~ UtJ _r t11J.5t£ e, /J F ) "; arid 1 /!JN l) .ser ,6£« r: om/kif'it,,~ II/ 7 7~tJ, ~ f'r!; I/ I ...... , AS SPECFIED FOR THE SUM OF: I./ 5', iJ 0 5 Q_Q (DOLLARS) I

TO BE DELIVERED ON : f f?O c/t2:L/..) f} ~ Q 1 20___ _ Prices contained herein are :rm through I / ;;;,, /3 / J / 3 ~I I The undersigned bidder states that this proposal is made in conformity with the specifications and agrees that, in the event of any discrepancies between any conditions of this proposal and the specifications prepared by the City of Geneva, the provisions of the latter shall prevail.

The undersigned bidder certifies that this proposal is made in good faith, without collusion or connection with any other person or persons bidding for these services, labor and materials. Signed by: BIDDER: 6'/1

DATE: 10/10//3 r I NOTICE : SUBMIT PROPOSALS ON PROPOSAL FORM ONLY SPECIFICATIONS FOR CUTAWAY VAN AND SERVICE BODY

CG33503 2WD Express 3500 Chassis with 139" Wheelbase Or E350 2WD Super Duty DRW with 138" Wheelbase

Cutaway van chassis with service body 12' long and 96" wide and 72" high, white in color.

Van Cab:

Vortec 6.0L V-8 Gas Engine with 6 Speed Automatic Transmission, 3.73 Rear Axle Ratio and Dual Rear Wheels (12,300# GVWR) Or Triton 5.4L V-8 Gas Engine with 5 Speed Automatic Transmission w overdrive tow haul mode, 4.10 Rear axle Ratio and Dual Rear Wheels (12,500# GVWR)

Tilt Wheel, Cruise Control, AM-FM Stereo Radio, Vinyl Driver and Passenger Bucket Seats with Driver only Air Bag

Deluxe Floor Console, Body Mount Cushions, 16 Inch Wheels

Heater I Air Conditioning

Door length running boards

40 Gal. fuel tank

Four- wheel anti-lock brakes, power steering.

Limited slip rear axel.

Stainless steel mirror package.

Spartan Cutaway Service Body:

See the following Supreme Corporation Spartan Cutaway Body Specifications.

Additional Add-ons:

See additional add-ons, removal of components from our old cut-away van and install in new van.

Note: Our existing truck body components to be transferred can be viewed at the City of Geneva Public Works facility by calling Kirk Landberg @ 630-2332-3273 or e-mailing k l ~ndberg@geneva. il. us. Quotation Date 9/18/2013 Quote# AA-091213-08312C (P) (574)642-4888 (F) (574)642-4540 [email protected] GENEVA PUBLIC WORKS AA CllY OF GENEVA PHONE 630-232-3273 A 1TN: KIRK LANDBERG FAX ELECTRJC DIVISION SALESPERSON INDIANA SALES QUOTED BY GRETCHEN KINTZEL ENTER CITY, 00 REQUIRED DA TE 91512013 REFERENCE BODY# Y0105566 CHASSIS E350 ·FORD YEAR YR 14 WHEELBASE 138 FW CA 0 ENGINE FUEL TYPE GAS AXLE TYPE DUAL REAR WHEEL EXHAUST TYPE POOL DROP

MODEL MI LENGTH 12'0" ID HEIGHT 72 ID WIDTH 96 OD SPARTAN CUTAWAY BODY CHASSIS CNFO: CHASSIS GROSS VEHICLE WEIGHT=12300 FLOOR: WHEEL WELL UNDERCOATING FLOOR 2 X 6 PINE FLOORING POLYURETHANE FLOOR - 1 HEAVY COAT CARGO CONTROL NO CARGO CONTROL INTERIOR LIGHTS: J LED 80 SERIES 6-DIO W/REAR SWCH 360 LUMENS, N80!64C BULKHEAD: 4" SETBACK BULKHEAD (STANDARD) FRONT END: CAB SJDE CAB ACCESS DOOR SLIDE TO CURBSIDE NO WlNDFAIRlNG I SQUARE FRONT 3FOOTATnC SIDEWALLS: 318" GELCOA T WHITE EXTERJOR - STD ROOF 060 LASCO TRANS ROOF SKIN #TrR.6010-PFW 10% LIGHT TRANSMISSION WITH FULLWOVEN ROVING GRAY COMPOSITE CORNER CASTING ANTI SNAG ROOF BOWS ON 24" CENTERS ROOF REINFORCEMENT EXTERIOR LIGHTS SET· LED CLEARANCE LIGHTS !LO STD LED 44 SERIES REC IN REAR PANEL WI LED BACKUP LIGHTS BUMPER: GRIP STRUT BUMPER (FE) REAR DOOR: DOUBLE NARROW 48" REAR DOOR (STD) ACTUAL 48 112" HANSEN HDWE-REARDOOR BLACK ONLY 2 GRAB HANDLES - REAR ALUM 12' (2) 4' SST-STYLE REAR DOOR MOUNTING: MUDFLAPS PLAIN BLACK MISC OPTIONS ( 1) 12" X 12" REAR PIPE DOOR LOCATE PIPEDOOR ON SIS REAR MIRRORS INCLUDED WITII CHASSIS SUPREME DECALS •ROOF AJC DUO-THERM BRISK AIR RV TYPE ROOF MOUNTED 15,000 BTU OF COOLING AND 5,600 BYU HEAT STRIPS, WIRED FOR 120 VOLT FOR G1'."NERA TOR HOOK UP (ASM 480554942) 0 FUELDOOR l'UEL ACCESS DOOR IN FLOOR FOR FUTURE GENERA TOR HOOKUP •MASTER CAB SWITCH FOR COMPT DOMES. 0 LED COMPARTMENT DOME LIGHTS {4) MODEL 44 #44438C LED SURFACE NOUNT DOME W/ SWITCH, HOTWIRED *SQ# 130912-795(1) COMPARTMENTS COMPARTMENTS YES Ml STD COMP 22.5" CIS ONLY COMPARTMENTS AND REAR DOOR ARE ALL KEYED ALIKE COMPARTMENT DOOR HARDWARE STANDARD SHELVING• 1 ROW 12' ADJUSTABLE SHELVES C/S SPLIT INTO TWO SECTIONS SHIPPING: SUPREME DELIVERY

39995 - FREIGHT CHARGE FREIGHT ONE WAY TO GENEY A, IL

Thank you for the opportunity to offer our quotation for your equipment needs. We look forward to your acceptance of this proposal. All prices are finn for 30 days from the date of this quotation. Prices are subject to revision after this date. Payment tenns are C.O.D. unless prior credit arrangements have been made. No credit card payments will be accepted. Pricing may be subject to federal, state, local taxes ADDITIONAL

ADD-ONS

&

COMPONENT TRANSFER Sales Quote

Sales Quote Number: SQ105406 Date: 09118113 Page: 1

Geneva Public Works Kirk Landberg 1BOO South Street Geneva, IL 60134

Item No. Description Unit Quantity #OTV Upfit Spartan Van Each 1 ------Lighting------17008 Ecco LED Safety Director Each 35' Cable, L-Bracket & 8-Function Controller w/15A Aux Switch 47.3"L x 3.1"W x 2.3"H - 8-Lamp AL Housing Hot R1010 Install Director Hour 4 18968 Heavy Duty LED Work Light 6.3"x3 .9"x1.8 Each 4 R1010 Install To Left & Right Of Arrow Stick - Rear Hour 6 And (2) On Curb Side Z1237 Lighted/Labeled Cab Switch Each Installation w/ Wiring, Installation & Placard Includes Contactor as Required Wired Hot 17727 Golight Wireless Remote Spotlight Each 1 White - 370° Rotation x 135° Tilt; 5.5A Waterproof w/ Dash Mounted Remote R1010 Install at Customer Designated Location Hour 2 15984 Surface Mount Amber LED Strobe Each 4 42 LED w/ Individual Reflectors - Quad Flash R1010 Install (2) Each Side Of Body - Corners Hour 4 21237 Lighted/Labeled Cab Switch Each 1 Installation w/ Wiring, Installation & Placard "Stobes" Wired Hot - Run All (4) Strobes To One Switch

#OPM AL Access Door And Trigger Latch Each 1 R1010 Install RS Centered HorizontallyNertically Hour 4

R1010 Remove Components From Old Van Hour 8 R1010 Install C/P Components Into New Van Hour 34 ------Elect------Z1167 Duplex Outlet Installed - 15A Each 1 14514 12/3 SO Cable - 20A 10466/13708/10443 Outlet/Box/Cover Sales Quote

Sales Quote Number: SQ105406 Date: 09118113 Page: 2

Item No. Description Unit Quantity Unit Price Total Price Install Exterior Curbside - Rear 11162 120V 20A GFI Breaker Each 2 11156 120V 15A Circuit Breaker Each 1 14508 6-0utlet Power Strip w/ 15' Cord Each 1 12"x2"x1. 75" wl On/Off Switch R1010 Install Power Strip Above Contertop Centered Hour 1.5 12296 8-Place 1201240 Load Center Each 1 ------Misc------11919 1598WB Cone Holder - Galv Each 1 R1010 Install On Rear Bumper xS Hour 0.5 Gen R1010 Remove Generator Hour 4 R1010 Install Generator & AL Cover Hour 8 Presents ...

The 2014 Ford E-350 Cutaway Base SD Chassis 138" WB DRW

Prepared For: Kirk Landberg Prepared By: Patricia Crawley Prepared On: October 10, 2013 Prepared For: Prepared By: Kirk Landberg Patricia Crawley City of Geneva Public Works 2326 W. Saint Paul Ave. 1800 South Street Milwaukee, Wisconsin, 53233 Geneva, Wisconsin, 60134 Phone: 414-344-9500 Toll Free: 800-537-7183

Table of Contents 2014 Ford E-350 Cutaway SD Chassis 138" WB DRW Base (E3F) Description Page

Cover Page ...... 1 Table of Contents ...... 2 Vehicle Profile ...... 3 Selected Options ...... ,.,...... 5 Dimensions & Capacities ...... ~ ...... - ...... 7 Warranty ...... 9 Prepared For: Prepared By: Kirk Landberg Patricia Crawley City of Geneva Public Works 2326 W. Saint Paul Ave. 1800 South Street Milwaukee, Wisconsin, 53233 Geneva, Wisconsin, 60134 Phone: 414-344-9500 Toll Free: 800-537-7183

Vehicle Profile 2014 Ford E-350 Cutaway SD Chassis 138" WB DRW Base (E3F)

Powertrain Triton 5.4L V-8 SOHC SMPI 16 valve engine* 120 amp alternator* 650 amp 72 amp hours (Ah) HD battery* Transmission oil cooler" 5-speed electronic automatic transmission with overdrive, lock-up, driver selection * Rear-wheel drive * Limited slip differential * 4.10 axle ratio * Stainless steel exhaust

Steering and Suspension Hydraulic power-assist re-circulating ball steering * 4-wheel disc brakes with front vented discs *Twin I-Beam independent front suspension* Front anti-roll bar* Front coil springs* HD front shocks* Rigid rear axle* Rear leaf suspension * Rear leaf springs * HD rear shocks * Front and rear 16.0" x 6.00" painted steel wheels * LT225/75SR16.0 BSW AS front and rear tires

Safety 4-wheel anti-lock braking system * Dual airbags * Front height adjustable seatbelts with front pre-tensioners

Comfort and Convenience Air conditioning *AM/FM stereo, clock, seek-scan, 2 speakers, fixed antenna * Cruise control with steering wheel controls * 3 12V DC power outlets* Analog instrumentation display includes tachometer, oil pressure gauge, engine temperature gauge, voltmeter gauge, trip odometer* Warning indicators include oil pressure, engine temperature, battery, lights on, key, low fuel, service interval * Steering wheel with tilt adjustment* Manual front windows with light tint* Variable intermittent front windshield wipers, sun visor strip * Interior lights include dome light * Engine cover console with storage, glove box, front cupholder, driver and passenger door bins

Seating and Interior Seating capacity of 2 * Bucket front seats with fixed head restraints, driver and passenger armrests * 4-way adjustable driver seat" 4-way adjustable passenger seat* Vinyl faced front seats with vinyl back material * Front vinyl headliner, front vinyl/rubber floor covering, urethane gear shift knob

Exterior Features Running boards, side impact beams, front license plate bracket, fully galvanized steel body material * Black side window moldings, black front windshield molding * Black door handles * Black grille * 2 doors * Driver and passenger manual black convex spotter folding manual extendable trailer outside mirrors * Front black bumper* Sealed beam halogen headlamps " Clearcoat monotone paint

Warranty Basic ...... 36 month/36,000 miles Powertrain ...... 60 month/60,000 miles Corrosion Perforation ··"'"' 60 month/unlimited mileage Roadside Assistance ...... 60 month/60,000 miles

Prices and content availability as shown , are subject to change and should be treated as estimates only. Actual base vehicl e, package and optron prfc;ng mBy vary lrom thlS estimate because of special local pricing, availability or pricing adjustments not refiected in the dealer's computer system. See salesperson ror the most current information Reference CT05209652 8/1/2013

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page 3 Vehicle Profile Continued Prepared For: Kirk Landberg Prepared By: Patricia Crawley Dealership:

Warranty (Continued)

Dimensions and Capacities Output...... 255 hp@ 4,500 rpm Torque ...... 350 lb.-ft.@ 2,500 rpm 1st gear ratio ...... 3.110 2nd gear ratio ...... 2.220 3rd gear ratio ...... 1.550 4th gear ratio ·····················-········...... 1.000 5th gear ratio ...... 0.710 Reverse gear ratio ...... 2.880 Curb weight ...... 5, 119 lbs. GVWR ...... 11,500 lbs. Front ...... 4,050 lbs. Rear GAWR ...... 7,800 lbs. Payload ...... 6,441 lbs. Front curb weight ...... ,.,...... 2,889 lbs. Rear curb weight ...... 2,230 lbs. Front axle capacity...... 5,000 lbs. Rear axle capacity ...... 7,800 lbs. Front spring rating ...... 4,050 lbs. Rear spring rating ...... ,...... 7,800 lbs. Front tire/wheel capacity ...... 4,600 lbs. Rear tire/wheel capacity ...... 9,460 lbs. Towing capacity ...... 1,500 lbs. Front legroom ...... 40.0" Front headroom ...... 42.0" Front hiproom ...... 65.6 " Front shoulder room ...... 68.1 " Length ...... 241.1 " Body width ...... 79.4 " Body height...... 80.3" Wheelbase ...... _...... 138.0" Cab to axle ...... 80.0 " Axle to end of frame ...... 68.5 " Front tread ...... :,., ...... 69.4" Reartread ...... ,...... 75.4" Turning radius ...... 24.3 ' Fuel tank ...... 40.0 gal. Rear frame height loaded ...... 26.2"

Prices and content availability as shown, are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system, See salesperson for the most current information Reference CT05209652 8/1/2013

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page 4 Prepared For: Prepared By: Kirk Landberg Patricia Crawley City of Geneva Public Works 2326 W. Saint Paul Ave . 1800 South Street Milwaukee, Wisconsin, 53233 Geneva, Wisconsin, 60134 Phone: 414-344-9500 Toll Free: 800-537-7183

Selected Options 2014 Ford E-350 Cutaway SD Chassis 138" WB DRW Base (E3F Vehicle Snapshot Engine: 5.4L EFI FFV Triton V8 Transmission: Elect. 5-Speed Automatic w/00 Rear Axle Ratio: Limited Slip w/4.10 GVWR: 11,500 lbs Payload Package

Description

Base Vehicle Price (E3F) Packages

Order Code 780A (99L) Engine: 5.4L EFI FFV Triton VB : E-85 Flex-Fuel Capable.; (44T) Transmission: Elect. 5-Speed Automatic w/OD : Includes tow-haul.; (X52) 4. 10 Axle Ratio; (20Y) GVWR: 11, 500 lbs Payload Package; (T67) Tires: LT225175Rx16E BSWAS; (646) Wheels: 16" x 6" White Painted Steel; (211) Dual High Back Buckets; (A) Vinyl Seat Trim; (587) Radio: ETR AM/FM Stereo/Dlgltal Clock: Includes 2-speakers and audio input jack.; Auxiliary Fuel Port :· Located on the fuel tank, offers entry point access to fuel tank for specialized gas powered equipment such as a power generator, powered wheelchair lift, etc. Powertrain

Engine: 5.4L EFI FFV Triton VS E-85 Flex-Fuel Capable. Torque: 350 ft.lbs. @ 2500 rpm. Transmission: Elect. 5-Speed Automatic w/OD Includes tow-haul. Limited Slip w/4.10 Axle Ratio GVWR: 11,500 lbs Payload Package Wheels & Tires

Tires: LT225/75Rx16E BSW AS Wheels: 16" x 6" White Painted Steel Seats & Seat Trim

Dual High Back Buckets

PnC811 and contefll ayai1abii11y BS $Movtn. are $0Qjl'!'\l l0 ¢h"'19e llnlf ~bo11f d be treatelf as estfmalos onfy. l\()tuai t>~ V!lhki!e, P!lc:ki!:Qe ~!Id opliOJlllrj'cinq !l\llY ~ from lhJs estimate because of special local pricing. availability or pricing adjustments not reflected In the dealer's computer system. See salesperson for the most current information Reference CT05209652 8/1 /2013

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page 5 Selected Options Continued Prepared For: Kirk Landberg Prepared By: Patricia Crawley Dealership: Description

Vinyl Seat Trim Other Options

Monotone Paint Application 138" Wheelbase/SO" Cab to Axle License Plate Bracket Manual Telescopic Trailer Tow Mirrors w/Flat Lens Manual adjust flat lens. LH/RH Door Length Running Boards Frame Pucks (Isolators) Includes 12 body mounts. B-Pillar Trim Kit Includes unique, full LHIRH 8-pil/ar trim shipped in dunnage box. May require trimming depending upon back-panel or upfit installed. Cruise Control Radio: ETR AM/FM Stereo/Digital Clock Includes 2-speakers and audio input jack. Prep Package Not Required REQUIRED on orders not destined for ambulance use. Internal Options

Paint Table : Primary Primary Colors For : Primary

Oxford White Accessories and Aftermarket Options

SAUBER MFG Addons and Component transfer by Sauber Mfg as per SQ105406 dtd 9118113 Van Body 12 ft by Supreme Per Attached spec provided to the AA-091213-08312C

Vehicle Subtotal Destination Vehicle Subtotal (including Destination)

Prices and content availability as shown, are ~ubleal to Gha"lle and sHoUid M 1real&d as esDmales only. Actual l!B~e '<:f!lilde. paclliige_and 11JJUQn p-rtdng fT111Y Y;;rf ffpm lh~ estimate because of special local pricing, availability or pricing adjustments not renected in lhe dealer's computer system See salesperson for the most current information Reference CT05209652 8/1/2013

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page 6 Prepared For: Prepared By: Kirk Landberg Patricia Crawley City of Geneva Public Works 2326 W. Saint Paul Ave. 1800 South Street Milwaukee, Wisconsin, 53233 Geneva, Wisconsin, 60134 Phone: 414-344-9500 Toll Free: 800-537-7183

Dimensions & Capacities 2014 Ford E-350 Cutaway SD Chassis 138" WB DRW Base (E3F) Description Value

Dimensions and Capacities Output ..... _...... : ...... - ...... 255 hp@ 4,500 rpm Torque ...... 350 lb.-ft. @ 2,500 rpm 1st gear ratio ...... : ..... : ...... _...... 3.110 2nd gear ratio ...... 2.220 3rd gear ratio ...... , ...... 1.550 4th gear ratio ...... 1.000 5th gear ratio ...... 0.710 Reverse gear ratio ...... _...... 2.880 Curb weight ...... 5, 119 lbs. GVWR ...... -.. .-... 11,500 lbs. Front ...... 4,050 lbs. Rear GAWR ...... 7,800 lbs. Payload ...... 6,441 lbs. Front curb weight ...... , ...... ,, ...... 2,889 lbs. Rear curb weight ...... 2,230 lbs. Front axle capacity ...... 5,000 lbs. Rear axle capacity ...... - .. _...... 7,800 lbs. Front spring rating ...... 4,050 lbs. Rear spring rating ...... 7,800 lbs. Front tire/wheel capacity ...... , ...... 4,600 lbs. Rear tire/wheel capacity ...... 9,460 lbs. Towing capacity ...... 1,500 lbs. Front legroom ...... 40.0" Front headroom ..... -...... 42.0 " Front hiproom ...... 65.6 " Front shoulder room ...... 68.1 " Length ...... 241.1 " Body width ...... , ...... 79.4" Body height ...... 80.3"

Wheelbase ...... co ...... 138.0" Cab to axle ...... 80.0 " Axle to end of frame ...... -...... 68.5 " Front tread ...... 69.4" Rear tread ...... : ...... : ...... : ...... 75.4" Turning radius ...... 24.3 '

Prices and content availability as shown, are subject to change and should be treated as estimates only. Actual base vehicle, package and option pncmg may vary from thi s estimate because of special local pricing, availability or pricing adjustments not refiected in the dealer's computer system See salesperson for the most current information, Reference CT05209652 8/1/2013

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page 7 Dimensions & Capacities Continued Prepared For: Kirk Landberg Prepared By: Patricia Crawley Dealership: Description Value

Dimensions and Capacities Fuel tank ...... , ...... : ...... ~...... 40.0 gal. Rear frame height loaded ...... 26.2 "

Prices and con\ei'lfs\lallalllllty as 111"\0·wn, aro su*°t 10 c11ange al\d snoultf be lreated as esdmntes only. Aclual basa venkle. pa&age and·opllon pricing msy ~Imm ttlis estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system . See salesperson for the most current Information. Reference CT05209652 8/1/2013

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page8 Prepared For: Prepared By: Kirk Landberg Patricia Crawley City of Geneva Public Works 2326 W. Saint Paul Ave. 1800 South Street Milwaukee, Wisconsin, 53233 Geneva, Wisconsin, 60134 Phone: 414-344-9500 Toll Free: 800-537-7183

Warranty 2014 Ford E-350 Cutaway SD Chassis 138" WB DRW Base (E3F) Description Months/Distance

Basic ...... 36 month/36,000 miles Powertrain ...... 60 month/60,000 miles Corrosion Perforation ...... • ...... 60 month/unlimited mileage Roadside Assistance ...... -... 60 month/60,000 miles

Pritllnmd <:oi;ttent a\ialliiiilnty as Shown, ere SUbi!ICtto .clia n,ae and shl5iJld Sa treated as estlmatss only. MtUiil base ~ehlcle. P

Printed on October 10, 2013 at 15:40 Price Level: 415 QuotelD: 101013 Page9