HomeMy Public PortalAbout140-2018 - Donley & Associates, Inc - Breathing EquipmentPURCHASE AGREEMENT
THIS PURCHASE AGREEMENT made and entered into this 0—day o %J�2018, by
and between the City of Richmond, Indiana, a municipal corporation acting 4bynd through its Board of
Public Works and Safety (hereinafter referred to as the "City") and Donley & Associates Inc., 5546
Elmwood Court, Indianapolis, Indiana, 46203 (hereinafter referred to as the "Contractor").
SECTION L STATEMENT AND SUBJECT OF AGREEMENT
City hereby retains Contractor to furnish MSA Self -Contained Breathing Apparatus ("SCBA") equipment
(hereinafter referred to as `Equipment") to the City of Richmond Fire Department, which Equipment
must be approved by the National Institute for Occupational Safety and Health ("NIOSH").
Bid Specifications, dated July 20, 2018, has been made available for inspection by Contractor, are on file
in the office of the Director of Purchasing and in the office of the Fire Department, and are hereby
incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same.
The response of Contractor to said Bid Specifications is attached hereto as Exhibit A, which Exhibit was
received August 9, 2018, consisting of three (3) pages, and consisting of the base bid and two (2) options
selected by the Richmond Fire Department, and is hereby incorporated by reference and made a part of
this Agreement. Contractor shall provide all Equipment listed on "Exhibit A." Delivery of any
Equipment that does not meet all specifications listed on Exhibit A and that does not meet the NIOSH
standards will be considered a breach of this Agreement.
Contractor shall not modify or alter any standard warranty from the manufacturer of the above described
Equipment. Nothing contained herein shall prevent Contractor from providing any additional or
supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall
provide City with copies of its warranty upon receiving a written or verbal request to receive such
warranty.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions,
terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor material, equipment, and services necessary for and incidental to the
proper completion of this Purchase Agreement.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance; and
2. 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. The Contractor shall provide, at its own expense, competent supervision of the completion of
this Purchase Agreement.
Contract No. 140-2018
Page I of 5
SECTION III. COMPENSATION
City shall pay Contractor the quote amount described on "Exhibit A" for the Equipment, provided that
Contractor's total compensation shall not exceed Five Hundred Twelve Thousand Nine Hundred Seventy
Dollars and Twenty-five Cents ($512,970.25) for the purchase of the Equipment pursuant to this
Agreement. The Parties agree said total amount covers the base bid as well as the two (2) options
selected for said Equipment purchase.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until
delivery and acceptance by the Richmond Fire Department of all Equipment described in this Agreement.
Delivery shall be within one hundred twenty (120) working days from Contractor's receipt of order.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for
cause, at any time by giving at least five (5) working days written notice specifying the effective date and
the reasons for termination which shall include but not be limited to the following:
a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations
under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete in any
material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement is
made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work performed prior
to the effective date by Contractor, but shall be relieved of any other responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by
setting forth the reasons for such termination, the effective date, and in the case of partial termination, the
portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or
property or any other claims which may arise from the Contractor's conduct or performance of this
Agreement, either intentionally or negligently; provided, however, that nothing contained in this
Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or
employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such
insurance as will protect it from the claims set forth below which may arise out of or result from the
Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-
contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the
Contractor may be held responsible.
Page 2 of 5
Coverage
A. Worker's Compensation &
Disability Requirements
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$2,000,000 each aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before
commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from
the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-
5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's
worker's compensation law, Contractor may choose to comply with all provisions of its home state's
worker's compensation law and provide the City proof of such compliance in lieu of complying with the
provisions of the Indiana Worker's Compensation Law.
SECTION VII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment
activities in Iran. In the event City determines during the course of this Agreement that this certification
is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor
ninety (90) days within which to respond to the written notice. In the event Contractor fails to
demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days
after the written notice is given to the Contractor, the City may proceed with any remedies it may have
pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this
certification is no longer valid and said determination is not refuted by Contractor in the manner set forth
in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement
and terminate the agreement upon the expiration of the ninety (90) day period set forth above.
SECTION VIII. PROHIBITION AGAINST DISCRIMINATION
A. 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,
Page 3 of 5
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.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
1. That in the hiring of employees for the performance of work under this Agreement of any
subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of
Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex,
national origin or ancestry against any citizen of the State of Indiana who is qualified and
available to perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any
sub -contractor shall in no manner discriminate against or intimidate any employee hired for the
performance of work under this Agreement on account of race, religion, color, sex, national
origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City under this
Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which
such person was discriminated against or intimidated in violation of the provisions of the
Agreement; and
4. That this Agreement may be canceled or terminated by the City and all monies due or to
become due hereunder may be forfeited, for a second or any subsequent violation of the terms or
conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation
shall be considered a material breach of this Agreement.
SECTION IX. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of
the same from all liability for negligence which may arise in the course of Contractor's performance of its
obligations pursuant to this Agreement.
SECTION X. 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. It shall be controlled by
Indiana law and shall be binding upon the parties, their successors and assigns. It 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.
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 suit arising under
this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or
mediation shall be required prior to the commencement of legal proceedings in said Courts.
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.
Page 4 of 5
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, whether or not suit is filed.
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.
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 axed on different dates.
"CITY"
THE CITY OF RICHMOND,
INDIANA BY AND THROUGH ITS BOARD
OF PUBLIC WORKS AND SAFETY
By:
icki Robinson, President
Richard Foore, Member
By:`--�---
�'rt
Date:
APPROVED:
Pftvi'd-m. Snow,
Date: C) T v
"CONTRACTOR"
DONLEY & ASSOCIATES INC.
5546 Elmwood Court
Indianapolis, IN 46203
Printed: /�9 % c 1+4 E[. F 'C') . / "l EIrL
Title: Ps EME,S EiVT i V F
Date: / — 4O ' OU 13
Page 5 of 5
DONLEY SAFETY
Phone:
317-786-2268
Optional Additions for G1 SCBA
MSA Safety
1
G1 iTIC Control Module, Thermal Imagine Addition, Price is for addition at
time of ordering SCBA
$ 850.00
$ 850.00
MSA Safety
1
10-year G1 FIC Extended Warranty
$ 1,000.00
$ 1,000.00
MSA Safety
1
HP Transfill RIC Hose in Pouch mounted on SCBA, Dbi. Female
$ 439.50
$ 439.50
MSA Safety
1
Universal EBBS Connection hose in Pouch mounted on SCBA Airline
connection male -female, P/N 10156464
$ 515.75
$ 515.75
MSA Safety
1
Spectacle Kit, G1 Face piece, Eye glass kit
$ 85.90
$ 85.90
MSA Safety
1
H-60, 4500-PSI, 88 CF, 60-Minute Super -light Carbon Cylinder for RIT Bag
and/or Hazmat units
$ 992.25
$ 992.25
Section Total Amount:
$ 3,883.40
Grand Total of All Sections: $ 512,970.25
LEAD TIME AFTER PURCHASE ORDER IS RECEIVED: Allow 120-WORKING DAYS
Page 3 of 3 End of last pave
1EXIft1T PAGE 3 GFa_
DONLEY SAFETY
Phone:
317-786-2268 5` r
Additional Quote Escape Aire Equipment
MSA Safety
6
G1 PremAire Cadet Escape Respirator
$ 1,395.95
$ 8,375.70
Carrier and Harness Assembly - 2 Kevlar, Strap Carrier, Stand, Cylinder E
15-min. Carbon, Regulator type B G1, Purge w/CBRN, Quick disconnect,
D Hansen SST, Hardcase
Section Total Amount:
$ 8,375.70
Any Projected Shipping Charges
No charge
$0.00
Page 2 of 3 Continued on next page
Ir-XHiBIT A RAGE 2_Ji
DONLEY SAFETY
5546 ELMWOOD COURT - INDIANAPOLIS, INDIANA46203
Phone:
317-786-2268
Fax:
317-786-2532
uate: Vr I UIZU 10 1 ipdated-9/10/18
SOLD TO: Richmond Fire Dept.
101 S 5th Street
Richmond, IN 47374
Ship To: Richmond FD
Richmond, Indiana
CONTACT: Chief Jerry Purcell
PHONE: 765-983-7266
SHIPPER: Local Truck Line
FOB: Your location
P.O. #
SLSMN: Mike DiMeglio
TERMS: net 30 days
SOURCE
QTY
DESCRIPTION
UNIT PRICE
TOTAL
MSA G1 SCBA 4500-PSI
$ 4,356.05
$ 174,242.00
MSA Safety
40
2 118 G1 Self Contained Breathing Apparatus H-4500 PSI
Accountability Telemetry System Ready
Standard G1 SCBA Unit with Chest Strap, Adj. Swiveling Lumbar,
Rechargeable Lithium -Ion Battery supply and Cylinder Quick Connection
12
Same unit as Above 4500 PSI G1 SCBA with ExtendAire II Air Line option
added
$ 4,759.10
$ 57,109.20
12
Same unit as Above 4500 PSI G1 SCBA with iTIC camera and 10-year
Additional iTIC warranty (No ExtendAire Hose)
$ 6,206.05
$ 74,472.60
10
2018 G1 SCBA "NO PASS' Hazmat Unit, 4500 PSI
$ 4,545.55
$ 45,455.50
Includes removeable shoulder straps P/N A-G1 FS-4410MA2QLJR
MSA Safety
120
4500 PSI G1 Cylinder, 45 minute Low Profile, With Remote Quick Connect
Cylinder Adapter
$ 802.25
$ 96,270.00
MSA Safety
Conversion kits needed for Your current in service 45-minute Low profile SL Carbon Cylinder
122
Kit, Retainer, Cylinder Valve, Type 3, Dovetail, H-45 LP
$ 37.40
$ 4,562.80
122
Remote Quick Connect Cylinder Adapter
$ 43.50
$ 5,307.00
MSA Safety
100
Spare: G1 Facepieces, Hycar Seal, Nosecup, PTC
$ 233.75
$ 23,375.00
4-point Adjustable Head Harness with Cloth Neck Strap
AS
1
Face piece Fit Testing Conversion Kit for RFD OHD unit
$ 550.00
$ 550.00
MSA Fire
6
G1 Rechargable Battery Charging Station, 6-position per
$ 414.25
$ 2,485.50
MSA Safety
12
Spare Lithium -ion Rechargeable Battery Power Supply
$ 227.70
$ 2,732.40
MSA Safety
8
Breathing Air Compressor Conversion Kit for Q.C. Adapter
$ 306.10
$ 2,44g 80
One needed per cylinder refill hose used
MSA Safety
2
Upgrade Kit for converting your current MSA RIT System_ This would
consist of a new G1 MMR with hose replacing the MMR on your current
and a new G1 SCBA Face piece.)
$ 762.20
$ 1,524.40
MSA Safety
1
A2 Telemetry Software (No Charge item) Free Download round on MSA Fire web
page
$ -
MSA Safety
1
P/N 10072240, Base Station Kit, w/ Magnetic Antenna, Incident Command,37770
Station, One needed to run up to 50 FF tag in on one scene
$1,377.70
kNoharge
MSA Safety
1
Kit, RFID Reader/Writer, G1, for Key FOB writing
414.25
$ 414.25
MSA Safety
184
P/N 10083875, RFID, Key FOB Tags for ID, (recommended to have one
per SCBA and Firefighter plus extras to programing)
26.00
$ 4,784.00
Care and Maintenance
MSA Safety
5
MSA G1 SCBA C.A.R.E. Class for Technicians
$ 500.00
$ 2,500.00
Course Number ZT-CARE3, Comprehensive class, 3.5 day
MSA Safety
1
MSA G1 SCBA Tool bundle upgrade
$ 1,100.00
$ 1,100.00
Section Total Amount:
$ 500,711.15
1 of 3 Continued on next pace
EXH, IT PAGE _J_. 0