Loading...
HomeMy Public PortalAbout062-2017 - Sanitary - Macallister - Trash CompactorORIGINAL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this tq-. day of June, 2017, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, with its office at 50 North 51h Street, Richmond, Indiana, 47374 (hereinafter referred to as "City") and MacAllister Machinery Company, Inc., 7515 E. 30"' St., Indianapolis, IN 46219 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) new Caterpillar 826H Trash Compactor, with a specifications listed in the May 8, 2017 quote from Contractor, Quote #142575-01, which quote is attached hereto and incorporated herein by reference as Exhibit "A". The specifications for a Caterpillar Trash Compactor, as requested by City, are set forth in its Basic Specifications for a Trash Compactor, as attached hereto and incorporated herein by reference as Exhibit "B". Contractor will deliver the Caterpillar 826H Trash Compactor to City, F.O.B., to the New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana. Delivery, which is subject to approval by City staff, shall occur in approximately twelve (12) weeks from the signing of this Purchase Agreement, but in no event shall delivery take place later than December 31, 2017. This Agreement shall not take effect until the City is in receipt of any required bonds and certificates of insurance, and until a purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. PURCHASE PRICE City shall pay Contractor a total sum not to exceed Three Hundred Twenty -Five Thousand Three Hundred Eighty Dollars and Twenty -Nine Cents ($325,380.29) for the above described Caterpillar 826H Trash Compactor. This $325,800.29 purchase price is the net purchase price, based upon the purchase from Contractor of a new Caterpillar 826H Trash Compactor for Six Hundred Sixty -Five Thousand Three Hundred Eighty Dollars and No Cents ($665,380.29), but less a trade-in allowance to City of Three Hundred Forty Thousand Dollars and No Cents ($340,000.00) for City's 2014 Caterpillar 826 Trash Compactor. Contract No. 62-2017 Page 1 of 3 SECTION W. PROHIBITION AGAINST DISCRIMINATION Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. SECTION V. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such assignment or delegation without the prior written consent of the other party shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. Both parties expressly agree that this document supersedes all previous negotiations, discussions, or conversations relating to the subject matter herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising under this Contract, must be filed in said courts. By signing this agreement, both parties are estopped from bringing any action in alternative courts or venues. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in Wayne County Circuit or Superior Court. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a court or tribunal, all other portions shall remain in full force and effect. Page 2 of 3 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitaxy Commissioners MACALLISTER MACHINERY By: '_' may: "� filler, President Printed e: Cory Collins Title: At y ,/rj" S -y- Date: A a resident reg ber Date:_ l//3///- APPROVED: vic M. Snow, a or City of Richmon , Indiana Date: ©(e` I ` - I Page 3 of 3 YOUR PERFORMANCE PARTNER SINCE 1945 May 8, 2017 RICHMOND SANITARY DIST ATTN: ACCTS PAYABLE 2380 LIBERTY AVE RICHMOND, Indiana 47374-7282 Attention: Darren Duncan RE: Quote 142575-01 Thank you for this opportunity to quote Caterpillar products for your business needs. We are pleased to quote the following for your purchase consideration. One (1) New Caterpillar Model: 826K Wheel Loader with all standard equipment in addition to the additional specifications listed below: MACHINE SPECIFICATIONS 826K LANDFILL COMPACTOR HRC 376-5010 CAMERA, REAR VISION 1384-3386 ;ENGINE & SOUND SUPPRESSION ;376-5040 RADIO, AM/FM/AUX/USB/BT !452-1394 PRECLEANER, STANDARD '417-6327 GUARD, REAR FAN & GRILL ;364-7648 AXLES, NO -SPIN FRONT & REAR 376-5099 ,ANTIFREEZE, -50C (-58F) OP-2406 HYDRAULICS ;386-2300 FILMS, ANSI ;376-5009 !HORN, STANDARD •417-2725 (PACK, DOMESTIC TRUCK ;OP-0443 WHEELS, 40" PLUS TIPS ;398-8544 'LIGHTS, HALOGEN 528-9816 STAIRWAY, SWINGOUT 12382-1990 CAB, DELUXE 1525-6501 'STRIKER BARS W/CLEANER FINGERS 477-3883 FILM, AM -NORTH 504-1365 BLADE, SEMI-U 1398-1102 PRODUCT LINK, CELLULAR PLE641 528-5689 HEATER, ENGINE COOLANT, 120V i246-2689 SELL PRICE EXT WARRANTY CSA LESS GROSS TRADE ALLOWANCE NET DIFFERENCE AFTER TRADE $665,380.29 Included Included ($340,000.00) $325,380.29 TRADE-INS 'Model ";,Make ;Serial Number Year Trade Allowance 1826H jCATERPILLAR (AA) iAWF824 i2014 $340,000.00 WARRANTY Standard Warranty: 12 months unlimited hours full machine Extended Warranty: 826-60 MO/5000 HR POWERTRAIN (Tier 4) CSA Travel coverage for Warranty period APage 1 of 2 :3tktjbl F.o.B/TERMS: New Paris Pike Landfill located at 5242 New Paris Pike, Richmond, IN Accepted by on Signature We wish to thank you for the opportunity of quoting on your equipment needs. This quotation is valid for 30 days, after which time we reserve the right to re -quote. If there are any questions, please do not hesitate to contact me. Sincerely, {Cory D. Collins} {Key Accounts Manager} MacAllister CAT {corycolli ns@macal lister.com} {317-407-7402} Page 2 of 2 Extended Coverage Quote Confirmation Quote Number. 1491937309662 Extended Coverage Quote Provider: Caterpillar Quote Date: 04/11/2017 Price Expiration Date : 12/31/2017 Customer Information: Product Information : Model: 826K Serial# : Type: Published Emissions Control Indicator: AFTERTREATMENT AND IRON CHANGE Customer Quote Quote Status: Draft -NOT ACCEPTED Dealer Information : MACALLISTER 7515 E 30TH ST PO BOX 1941 INDIANAPOLIS INDIANA 46219-1192 UNITED STATES lindsayroland@macallister.com POWERTRAIN PARTS AND 60 Months 5000 Hours 0.00 8,620.00 LABOR Other: Administration Fee Late Fee Tax Total Customer Amount 0.00 Currency USD Additional Comments: Notes: 1. This quote is a non -binding price indication. 2. Dealers may refer to Equipment Protection Plan Administrative Manual or Engine Extended ESC coverage for covered component details. 3. Late Fees may apply to Engine Extended Coverage Cost(s) at the time of Enrollment. 4. All deductibles displayed in USD. 5. GST Not Included 6. Caterpillar branded machine product quotes do not include Year 1— Labor Only coverage within the Year 2 & Beyond coverages (except for limited EPP programs, which include both Year 1— Labor Only and Year 2 & Beyond coverage) Page : I The Richmond Sanitary District wishes to purchase a New Trash Compactor and trade in the current Cat 826H (AWF824) The trade in is available for inspection at New Paris Pike Landfill, Richmond, IN Contact Darren Duncan for inspection at 765-983-7457. BASIC SPECIFICATIONS: Y N Engine shall have a minimum of 405 net hp (302 kW) and 435 gross hp (324 kW) rated at 1800 rpm. Y N Operating weight with ROPS cab and Landfill blade shall be a minimum of 87,000 lb (39,465 kg) Y N Total machine width over wheels shall not exceed 143" inches with 40" Drum width Y N Machine height to top of cab with air conditioner shall be 15 feet (4568 mm). Y N Machine wheelbase shall be 12.20 feet (3700 mm). Y N Length of machine with blade on the ground shall be 28.58 feet (8715mm). Y N Machine ground clearance shall be 24 inches (642 mm). ENGINE Y N Engine shall be US Tier IV Final compliant & Certified. Y N Engine shall be a liquid cooled six cylinder four stroke cycle diesel type, turbo charged, wet sleeve design, fully equipped with all operating accessories including run hour meter. Y N Engine shall have a minimum 927 cubic inch (15.2 liter) displacement. E)th,,6iu "'A " Y N Engine shall be equipped with a direct injection fuel system. Y N Engine lubricating oil shall be filtered, cooled and supplied by a gear -type pump. Y N All heat exchangers and radiators shall be trash specific, a heavy-duty open core design and maximum core of 6 fins per inch (25 mm) of aluminum. No tools shall be required to access for inspection and cleaning. Y N All air intakes shall be mounted as high as possible and guarded for protection from debris. Optional Optimax Sy-Klone two -stage turbine pre -cleaner system shall be available. Y N Engine shall be equipped with a 24v electrical system for both starting and operating with a minimum 105-amp alternator. Y N Machine shall be equipped with an on -demand, hydraulic driven reversible fan with automatic timer and manual control. Y N Engine shall be equipped with direct electric start. Y N Engine shall be equipped with a cold weather starting aid system. Y N Machine shall have an engine block heater available. Y N Radiator fan shall swing out to provide easy access without special tooling for inspection, servicing and cleaning. Y N The fan and radiator shall be isolated away from the engine for a quieter running machine. Y N An emergency engine shutdown switch shall be located inside the left bumper door for simple access. Y N Machine shall be equipped with 4 heavy-duty 1000 CCA maintenance free batteries. Y N Machine shall be equipped with a dry type radial seal air cleaner with primary and secondary elements with service indicator locally mounted. Y N Machine shall be equipped with oil pumps sufficient for continuous use on 2:1 slopes, (50% or 26°). Y N Machine shall be equipped with large capacity, trash specific coolers for engine, hydraulic and transmission oils. POWERTRAIN/TRANSMISSION Y N Machine shall have a planetary powershift transmission with two speeds forward and reverse and capable of making speed and direction changes at full speed without manual engine deceleration. EcoMode available in First Forward and First Reverse. Y N Maximum low speed range shall be no slower than 3.7 mph (6.0 km/h) in forward or 4.6 mph (7.4 km/h) reverse. Maximum high- speed range shall be no slower than 6.6 mph (10.6 km/h) in forward or 7.6 mph (12.2 km/h) reverse. Y N Throttle lock shall be available to allow the operator to preset engine speed for operator and machine efficiency. Y N Controlled Throttle Shift shall work with the Transmission Electronic Control Module to prolong transmission life through efficient, smooth shifting. Y N Machine shall have a decelerator pedal. Y N Machine shall have Torque Converter with Lock -up Clutch Y N Machine shall have outboard final drives and No -SPIN differentials front and rear. STEERING Y N Inside turning radius shall be 9.17' (2797 mm). Y N Outside turning be 24.06' Y N Semi -U Blade = 24' 7316 Y N Total articulation angle shall not exceed 86° (43° each way). Y N Standard Steering and Transmission Integrated Control System (STIC) - allowing the operator to control steering and direction as well as gear selection with the left hand. BRAKES Y N Service brakes shall be full hydraulic, wet multi -disc, completely enclosed and located before the final drives on front axle with modulated engagement. Y N Machine shall have a drum & shoe, spring applied, hydraulic release parking brake located on the driveline with a slope holding ability of 17° minimum. HYDRAULIC SYSTEM Y N All hydraulic pumps shall be mounted on a single pump drive for improved serviceability Y N Hydraulic Lift System shall be a piston pump with flow of 117 L/min output at 1800 RPM and 1000 psi (6900 kPa). Y N A single lever dozer control shall hydraulically control all blade functions; Raise, lower, hold and float. AXLES Y N Axle shafts shall be free floating and able to be removed independently from the wheels and planetary drives. Y N Planetary units shall be able to be removed independently from the wheels and brakes. WHEELS Y N Wheels shall be designed and supplied by original equipment manufacturer and are to be compatible with the standard machine manufacturer's axle guards and protection. Y N All four (4) wheels shall be identical with a minimum of 40" in width and have an outer diameter (including teeth) of no more than 78" (1971 mm), with a maximum of 24 weld -on long life tips per wheel. Y N Each wheel shall have striker bars located in front of and behind the rear wheels and behind the front wheels providing protection from debris carried by wheels. Y N Wheels must have hard -facing weld on the inner and outer edges of the drums outside diameter. Y N Each wheel shall have drum extension to match machine's axle guarding. Y N Wheels shall have factory installed wear bars welded to the inside cone of each wheel. Y N Wheel cleaner fingers shall be available from machine manufacturer for working in cohesive materials or severe packing conditions. Y N Machine manufacturer shall provide cleats/tips that are designed to complement tendered machine performance and resist plugging. Y N Manufacturer shall provide a pro -rated 10,000-hour tip wear life guarantee. OPERATOR'S STATION Y N Cab shall be fully enclosed with rollover protective structure (ROPS) meeting the following criteria: SAE J1040 May'94, and ISO 3471: 1994. Y N Cab shall also meet the falling object protective structure (FOPS) criteria: SAE J231 Jan '81: ISO 3449: 1992 LEVEL II. Y N With cab properly maintained and doors and windows shut, cab shall meet operator sound exposure limits set according ANSI/SAE J1166 Oct'98. Y N Cab shall be equipped with heater (Hot Water Type), factory built and installed air conditioning with roof mounted compressor, front and rear defroster, front and rear intermittent wet arm washer wipers and air suspension type seat with six (6) way adjustment with seat belt. Seat shall also have adjustable armrests. Y N Cab shall have tinted & bonded, flat laminated safety glass that is readily available and installable by an automotive glass company. Y N Front window shall be equipped with sun visor or panoramic mirror. Y N The cab shall have rear view mirrors. Y N Standard front cab window guard to protect cab from debris. Y N Gauges for fuel level, engine coolant, hydraulic oil, torque converter oil temperature, tachometer/speedometer shall be available as well as alerts for air inlet temperature, brake oil pressure, electrical system low voltage, engine oil pressure, engine overspeed, fuel pressure, hydraulic oil filter status, parking brake status, and transmission filter status. Y N A 12-volt, 10-15 amp converter shall be available to power speakers, antenna, all wiring and brackets for communications or entertainment. Y N Operator station shall have speakers, antenna and AM/FM Radio installed. Y N The operator's station shall have left door that can be fully opened and latched for easy entry and exit and an emergency exit WinDoor on RH side. Y N A rear access walkover stairway shall be available for easy access to the operator's station. Y N Machine shall have a swing -out rear access walkover stairway for easy inspection of rear axle components and access to engine compartment. Y N Backup alarm, halogen front and rear lights, emergency starting receptacle and maintenance -free batteries shall be included. BLADE Y N Semi-U blade shall be made available and shall be suitable for installation on machine provided without modification and shall be made by the manufacturer of the machine. Y N Semi-U Blade shall be no less than 14'-10" (4522 mm) wide with an overall height of at least 6'-7" (2022 mm) including a trash screen specifically designed to allow maximum vision for the operator. The capacity of the blade shall be at least 20.9 cubic yards (16.0 cubic meters) The capacity of the blade shall be at least 17 cubic yards (13 cubic meters). Y N Blade shall be equipped with reversible cutting edges and replaceable end bits Blade shall be able to raise, lower and float. SERVICEABILITY Y N Bottom of machine shall be easily accessed for engine and transmission service, inspection and cleaning. raising. Y N All powertrain, crankcase and bottom guards shall be hydraulically actuated for raising and lowering. Y N Both sides of engine compartment shall have swing out doors that provide easy access to maintenance points. Y N All scheduled maintenance points shall be well within reach and ground level. MINIMUM SERVICE & FLUID REFILL CAPACITIES Y N Fuel tank shall hold at least 206.6 gallons (782 L). Y N Cooling system shall hold at least 30.6 gallons (116 L). Y N Crankcase shall hold at least 9 gallons (34 Y N Transmission shall hold at least 17.4 gallons (66 L). Y N Differentials and Final Drives, front and rear, shall hold at least 55.50 gallons (210 L). Y N The Hydraulic Tank shall hold at least 35.4 gallons (134 L). OWNING AND OPERATING COSTS Y N Engine shall have a 500-hour oil change interval. Y N Transmission shall have a 1000-hour oil change interval. Y N Differentials and Final Drives shall have a 2000-hour oil change interval. Y N Hydraulic tank and system shall have a 4000- hour oil change interval. Y N Total grease fittings shall be no more than 10. GUARDING PACKAGES Y N An axle guarding system shall be supplied that is designed, fabricated and installed by original equipment manufacturer to protect components and seals from wire and other debris that might wrap around wheel or axle. Y N Engine and powertrain guards shall shield components from debris as well as allow access for cleaning and maintenance. Y N Machine shall have steel hood with appropriate locking side and top access doors. Y N Machine shall have an easy access battery box. Y N Machine shall have a windshield guard to prevent breakage of lower portion of front windows Y N Front frame guards shall prevent trash buildup inside the frame of the machine Y N A rear fan and grill guard shall be available to provide extra protection for the rear fan and grill and shall have quick release. Y N Machine shall have heavy duty handles and steps. Y N Machine shall have lower center hinge pin guard. Y N Lights (4 front facing and 4 rear facing) shall be available for night operations. Warranty Successful bidder shall supply One (1) year of complete machine coverage, plus a total of Five (5) years of 5000 hours of Complete Powertrain coverage on all drivetrain components including parts, labor, and travel costs. Successful Bidder will provide sampling bottles for fluid diagnostics for all lubricants. Bidder will also provide analytics on the samples and provide the information to the sanitary district at no charge during warranty period The unit bid must meet all specifications except the bidder may submit a proposal not conform only if such difference is pointed out in writing within the bid. Consideration will be given to such deviations based on the relative merit and compatibility. Successful Bidder will deliver machine within stated timeframe F.O.B New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana Successful Bidder will perform necessary assembly of machine and pre - service machine for you at time of delivery. Proposal Sheet Landfill Trash Compactor Brand and Model Number Price of Unit Trade -In Value of 826H Caterpillar Price of unit with trade-in Price firm for how long Delivery estimate Include Warranties E-Verify: YES NO Indiana Local Preference YES NO Iran Investment Activities YES NO Price to include all shipping, handling, and set up charges. To be delivered to New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana The Department of Sanitation is interested in 3, 4, & 5 year finance/lease options. Interest Rate Amount of annual payment total amount of annual payments Balance Due at end of lease term Guarantee buy-back, less normal 3 year 4 year 5 year 1 I I I List options available to the department of Sanitation at the end of the lease term. Authorized Signature Date Contact Person (print) Phone Number Company Name