HomeMy Public PortalAbout079-2019 - Sanitary - Macallister Machinery - Dozer TractorPUURCUASE ACRE EMCENT
THIS AGREEMENT made and entered into this I k 4l,. day of June, 201917 by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners 50 North 5' Street, Richmond, Indiana 47374 (hereinafter referred to as the
"City") and MacAllister Machinery Company, Inc., 6300 Southeastern Avenue, Indianapolis,
Indiana 46203 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor one (1) Crawler Tractor, delivered to 2380
Liberty Ave., Richmond, Indiana, with said .crawler tractor being a high sprocket crawler tractor,
a 2019 CAT D8T Dozer, and being more specifically described in Exhibit "B", attached hereto
and incorporated by reference herein.
City sent a Notice -to Bidders which was published in the Richmond Palladium Item on April 20
and April 27, 2019. A copy of said Notice to Bidders and the specifications thereto are attached
hereto and incorporated herein by reference as Exhibit "A".
The response of the Notice to Bidders by Contractor was dated May 14, 2019, is attached hereto
and incorporated by reference herein. as Exhibit "B". The purchase of one crawler tractor
includes the discount for a trade-in of one crawler tractor, D8T FMC00341, owned by the
Richmond Sanitary District.
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.
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 sum not to emceed Four Hundred Eighty -Two Thousand Nine
Hundred Dollars and No Cents ($ 4 82, 9 0 0.0 0) for one (1) high sprocket crawler tractor, a 2019
CAT D8T Dozer. This price includes the discount of $310,000.00 for a trade --in of one (1) DST
FMC003412 Crawler Tractor owned by the City from the purchase price of $792,900 for the one
(1) Nigh sprocket crawler tractor, a 2019 CAT D8T Dozer. The monies to be paid to Contractor
are based upon the bid sheet submitted by Contractor, which is set forth in Exhibit "B", and
attached with this Agreement and made a part hereof.
Contract No. 79--2019
Page 1 of 3
The price includes all shipping, handling and set up charges, with delivery to be to the Richmond
Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours of
Monday through Friday from. 6:00 A.M. to 3:00 P.M, excluding Holidays.
The estimated delivery time for the above described equipment is within ninety (90) days of the
execution date of this Purchase Agreement.
SECTION IV. PROHIBITION AGAINST DIS.CRINffNATION
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
delegation or assignment, 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. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained 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 out of this Contract must be fixed 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. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
In the event of any breach of this Agreement by Contractor, and in addition to any remedies,
Contractor shall be liable for costs incurred -by City in its efforts to enforce this Agreement,
including but not limited to, City's reasonable attorney's fees, to the proportionate extent that
Contractor is determined to be in breach of this Agreement.
In the event that an ambiguity, 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 comlor tribunal, all other portions
shall remain in full force and effect.
Page 2 of 3
Any person executing this Purchase Agreement in a representative capacity hereby warrants that
he or she has authorization, in writing, by his or her principal to execute this Purchase Agreement
on behalf of the Contractor and that such authorization has not been revoked or rescinded.
IN WITNESS WBEREOF, 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"
THE CITY OF RICHMOND, INDIANA
by and through its Board of
Sanitary Commissioners
r
Sue Miller, President
Arran Bakshi, Vice President
r�
,••reg� ins, Member
6r�- 1 1
a-ted. / 1
APPROVED:
f
Dayor
Dated:
Page 3 of 3
"CONTRACTOR"
MACALLISTER MACEOMRY
COMPANY, INC.
By: 4w��
Printed:�-.rf♦,�J-
Title: ra�f_� ���
Dated: - 2d/?
CITY OF RICHMOND
INDIANA
INVITATION
TO
BID
One.(l) High Sprocket Crawler Tractor with
Seml*%mU Blade and Three (3) Shank Rippers
FOR
RICHMOND SANITARY DIS'd'RICT
INDEX
INVITATION TO BID
Bid Form
Notice to Bidders
Invitation for Bid
STANDARD TERMS AND CONDITIONS
Definition
Departments
Bidder & Contractor
Estimated Quantities
Addenda
Bid�lng Documents
Substitutions
Demonstrations/Samples
Data Privacy
Bidding Procedures
Bid Security
Submission of Bids
Bidder's Representation
Modification or withdrawal of Bid
Delivery of Goods
Consideration of Bids
Rejection/Acceptance of Bids
Bid Award
Warranties, Guarantees & Maintenance
Contract Documents
Indemnification
Workers Compensation Insurance
Payments
Method of Invoicing
Damages for Delays
Specifications
Proposal Sheet
Lax `
See Attached Form.
1 Page
1 Page
A.1
A.2
A..3
A.4
A.5
B.1
B.2
B.3
BA
C.1
C.2
C.3
CA
C.5
C.6
D.1
D.2
D.3
DA
E.1
F.1
F.2
G.1
G.2
G.3
INVITATION FOR BID
This invitation is issued to establish a contract to supply the City of Richmond -with a
commodity or service in accordance with accompanying specifications.
Specification For: One (1) High Sprocket Crawler Tractor
Submit Bids Before
10:00 a.m. on Day of Bid Opening to: Board of Sanitary Comnussioners
Richmond S anitgg District
Administration Building
23 g o Lib er y Avenue
Richmond, IN 47374
Bid Opening: Time: 10:00 a.m.
Date: May 14, 2019
Location of Bid Opening: Richmond Sanitary' District
Administration Building
2380 Lib er y Avenue
Richmond, IN 47374
Bid Bond: 5% - (See Section C.2)
Performance Bond: NIA (See Section C.2)
Lab or -& Materials Payment Bond: NI.A. (See Section C.2)
Insurance[Workman"s_Compensat.ion: NIA (See Section B.1.4
& F.2.1)
Common Constructions Wages: NIA (See Section B.1.5 &
See attached)
Bid Form Included: YES
Schedule of Values: YES
S
�
X%i
NOTICE TO BIDDERS
BOARD OF SANITARY Y COAUMSSIONERS
RIOMIOND INDIANA
Notice is hereby given that sealed proposals will be received by the -Board of Sanitary
Commissioners of the Richmond Sanitary District of Richmond, Indiana, at its office at the
Administration Building,' 23 80 Liberty Avenue, Richmond; Indiana, on Tuesday, May 14, 2019,
at 10:00 A.M., Eastern Daylight . Time, for furnishing ' the following in accordance with
specifications on file at the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana,
and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond,
Indiana. s
One (1) High Sprocket Crawler Tractor
All proposals shall be properly and completely executed on, a proposal form which is included in
the bid documents. All proposals submitted shall be accompanied by an acceptable Bidder's Bond,
Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount
of 5% of the total bid price. If the bidder is from out--of-state, the Bidder's Bond must be secured
by a Surety who is admitted to do business. in Indiana. Checks of the unsuccessful bidders will be
returned on award of the proposals. Specifications and bid forms may be s e cured .: from the
Richmond S anitary District, 23 8 0 Lib erty Ave., Richmond,. Indiana, 473 74 or from the Purchasing
Office, 50 Noah 5"' St., Richmond, Indiana, 47374. All proposals should be placed :.in a sealed
envelope marked "Confidential -Bid Proposal" on outside of envelope.
The Board of Sanitary Cossioners of the Richmond Sanitary District of the City of Richmond,
Indiana., reserves the right to rej cot any and all bids, parts of bids and re --advertise for same and to
waive informalities or errors in bidding.
Bidder will be required to comply with all applicable Equal Employment opportunity lags and
regulations, including Section 5 04 of the Rehabilitation Act of 19 83.
BOARD OF SANITARY COMMISSIONERS OF THE RICIHMOND SANITARY DISTRICT
Sue Miller
A.man Bakshi
Greg Stiens _
Publish Dates: April 20th & 27t', 2019
lVlinimum Specifications for a Elevated Sprocket Crawler Tractor
The Richmond Indiana Sanitary District wished to obtain one (1) current model high sprocket crawler
tractor with semi-U blade and three (3) shank ripper for Landfill use. The Richmond Sanitary District also
wishes to trade in a 2015 Caterpillar D8T crawler tractor with semi-U blade and three (3) shank ripper.
The machine is available for inspection at the Landfill. For information contact Darren Durica'ri at 765-
9 83 -7457 .
Minimum Specifications Met Yes No
1 Operating Weight: Not Less than 87,500 lbs
2 Engine: Engine must be Tier iv Final and meet all emissions standards set
forth by the US EPA, must be four (4) stroke,six (6) cylinder, turbo charged
diesel, with no less than 310 horsepower (IS09249/SAE J1349) NET.
Engine must be equipped with:
a. An alternator of 150 amps minimum
b. Maximum governed speed of 1850 RPM of rated horsepower
c. Machine to be equipped with water separator on engine
d. Machine shall be equipped with 24 volt electrical system
e. Engine air cleaner to have a service indicator
r
f. Engine to be equipped with an electrical priming pump
g. Engine Urea system to purge lines each time engine is turned off
h. Engine to have a 120Volt Engine Coolant Heater (cold start)
i. Engine to have Single Tilt Reversing Fan Radiator Fan
Transmission: shall be.controlled by a single control for direction & speed
a. Transmission shall have at least 3 speeds fwd and 3 speeds reverse
b. Transmission'shail have a reverse speed of at least8.8 mph, 6.6 mph fwd
c. Transmission shall be a planetary type power shift with torque converter
d. Transmission shall have auto --shift and auto -kickdown features
Steering:
Machine must have integrated electronic steering and transmission shall be
available through the tractor manufacturer.
Hydraulics:
Hydraulics shall be protected, and controls shall have a load sensing variable
Displacement piston pump to adjust hydraulic flow to implement demands
Machine shall have a single lever for dozer control functions
Hydraulic Controls must be a 3 spool valve, and cylinders have 2 way pressure
Undercarriage:
Must be an Elevated Sprocket design with suspended undercarriage
a. Shall be reinforced box section and tubular track roller frame to resist
Bending and torsional loads
b. Shall have bolt on replaceable sprockets for easy replacement without
Breaking the track in half
c. Track shove width to be 28" width, single grouser -with trapezoidal holes
d. Length of track to contact ground to be a minimum of 126"
e. Final Drives shall be fully enclosed, double reduction, planetary design
f. Final Drives shall be elevated from ground -induced shock loads
g. Tracks must be hydraulically adjustable, sealed and lubricated
h. Tracks to have no less than 38 track shoes per side
i. Machi.ne shall have Positive Pin Retention track for
excellent durability in high impact applications
Operators Station:
a. Modular Enclosed Cab to include ROPS, Sound Suppression, seat Belt
b. Cab shall include Air Conditioning, Heater, and Contour Suspension Seat
c. Cab shall include adjustable arm rests, and controls easy to reach
d. Cab to include'a 12 Volt, 10 amp convertor
e. Cab shall be 12 or 24 volt radio ready and be equipped with speakers,
Antenna, all wiring and AM/FM radio
f. Cab to include a decelerator pedal to modulate ground speed
g. Easy to reach grab handles for safely reaching operator station
h. Machine to be equipped with operator presence detection system to
Prevent accidental machine or implement movement when operator
is not in seat.
Braking:
Machine to have a single pedal on floor for both tracks
Machine to have an electronic Parking Brake
Lighting and Electrical: Yes No
a. Must have at least 2 lights front and 2 lights rear facing for night work
b. Must have a starting /charging receptacle
c. Must be equipped with a 24 volt to 12 volt convertor with 2 outlets
d. Must be equipped with back up camera from factory
e. Must be equipped with back up alarm
Implements:
a. Bulldozer (Blade) must be a semi-U with push plate and hydraulic tilt
b. Blade must be a minimum of 12 feet, 9 inches over the End Bits
c. Blade Height shall be a minimum of 5 feet, 5 inches
d. Ripper to be manufactured with machine, by machine manufacturer
e. Ripper to be multi shank with three (3) shanks, shank guards, teeth
Guards:
a. Trash guarding to include chassis and idler seal guards
b. Tilt Line cylinder guards
c. Pivot Shaft Seal Guards
d. Fuel Tank Guard
e. Laminated Thermal Shield Covering stack for fire safety
f. Final Drive and sprocket trash guarding from manufacturer of tractor
M isc:
Machine must include fire suppression in bid
Warranty: One Year of total machine coverage
3 Years or 5000 hours of complete Powertrain Coverage
Successful bidder shall provide Richmond Sanitary District a set of Manuals
including parts book, operators manual, and service manuals
Successful Bidder will provide a minimum of 2 hours training to RSD operators
and service personnel
e
Successful bidder will deliver machine F.O.B. 5242 New Paris Pike, Richmond, 1N
State lead time of delivery upon award of bid by Sanitary District
Proposal Sheet
Brand and Model of unit Bid
Price of unit Bid
Trade Value of 2015 Caterpillar DST (FMC00341)
Price firm for how long
Delivery estimate
Price to include shipping, handling, and set up charges. To be delivered to the New Paris Pike Landfill,
5242 New Paris Pike, Richmond, Indiana.
Minimum Specifications for a Elevated Sprocket Crawler Tractor
The- Richmond Indiana Sanitary District wished to obtain one (1) current model high sprocket crawler
tractor with semi-U blade and three (3) shank ripper for Landfill use. The Richmond Sanitary District also
wishes to trade in a 2015 Caterpillar D8T crawler tractor with semi-U blade and three (3) shank ripper.
The machine is available for inspection at the Landfill. For information contact Darren Duncan at 755-
983-7457.
Minimum Specifications Met Yes No
1 Operating Weight: Not Less than 87,500 Ibs
2 Engine: Engine must be Tier IV Final and meet all emissions standards set V/ _
forth by the US EPA, must be four (4) stroke,six (6) cylinder, turbo charged
diesel, with no less than 310 horse power (IS09249/SAE J1349) NET.
Engine must be equipped with:
a. An alternator of 150 amps minimum
b. Maximum governed'speed of 1850 RPM at rated horsepower
c. Machine to be equipped with water separator on engine
d. Machine shall be equipped with 24 volt electrical system
e. Engine air cleaner to have a service indicator
f. Engine to be equipped with an electrical priming pump
g. Engine Urea system to purge lines each time engine is turned off
h. Engine to have a 120Volt Engine Coolant Heater (cold start)
i. Engine to have Single Tilt Reversing Fan Radiator Fan
Transmission: shall be controlled by a single control for direction &speed
V/ _
a. Transmission shall have at least 3 speeds. fwd and 3 speeds reverse
fwd
V/
b. Transmission shall have a reverse speed of at least 8.8 mph, 6.6 mph
c. Transmission shall be a planetary type power shift with torque converter
d. Transmission shall have auto -shift and auto -kickdown features
Steering:
be
�
Machine must have integrated electronic steering and transmission shall
-
available through the tractor manufacturer.
Hydraulics:
Hydraulics shall be protected, and controls shall have a load sensing variable
V/
Displacement piston pump to adjust hydraulic flow to implement demands
Machine shall have a single lever for dozer control functions _
Hydraulic Controls must be a 3 spool valve, and cylinders have 2 way pressure
Undercarriage:
Must bean Elevated Sprocket design with suspended undercarriage
V
a.
Shall be reinforced box section and tubular track roller frame to resist
� T
Bending and torsional loads
b.
Shall have bolt on replaceable sprockets for easy replacement without
c.
Breaking the track in half
Track show width to be 28" width, single grouser with trapezoidal holes
_
d.
Length of track to contact ground to be a minimum of 126"
e.
Final Drives shall be fully enclosed, double reduction, planetary design
f.
Final Drives shall be elevated from ground -induced shock loads
g.
Tracks must be hydraulically adjustable, sealed and lubricated
h.
Tracks to have no less than 38 track shoes per side
i.
Machine shall have Positive Pin Retention track for
excellent durability in high impact applications
Operators Station:
a.
Modular En pp , seat Belt
Enclosed Cab to include ROPS Sound Suppression,
b.
Cab shall'include Air Conditioning, Heater, and Contour Suspension Seat
c.
Cab shall include adjustable arm rests, and controls easy to reach
d.
Cab to include'a 12 Volt, 10 amp convertor
e.
Cab shall be 12 or 24 volt radio ready and be equipped with speakers,
Antenna, all wiring and AM/FM radio
f.
Cab to include a decelerator pedal to modulate ground speed
g
Easy to reach grab handles for safely reaching operator station
Y g Y
h.
Machine to bee equipped with operator presence detection system to
q
Prevent accidental machine or implement movement when operator
is not in seat.
Braking:
Machine to have a single pedal on floor for both tracks V _
Machine to have an electronic Parking Brake v -
Lighting and Electrical: Yes No
a. Must have at least 2 lights front and 2 lights rear facing for night work ✓ _
b. Must have astarting /charging receptacle
c. Must be equipped with a 24 volt to 12 volt convertor with 2 outlets
d. Must be equipped with back up camera from factory
e. Must be equipped with backup alarm
Implements:
a. Bulldozer (Blade) must be a semi-U with push plate and hydraufictilt _
b. Blade must be a minimum of 12 feet, 9 inches over the End Bits
c. Blade Height shall be a minimum of5feet, 5 inches
d. Ripper to be manufactured with machine, by machine manufacturer
e. Ripper to be multi shank with three (3) shanks, shank guards, teeth,
Guards:
a. Trash guarding to include chassis and idler seal guards
b. Tilt Line cylinder guards
c. Pivot Shaft Seal Guards.
d. Fuel Tank Guard
e. Laminated Thermal Shield Covering stack for fire safety,
f. Final Drive and sprocket trash guarding from manufacturer of tractor.
Misc: .
Machine must include fire suppression in bid
Warranty: One Year of total machine coverage
3 Years or 5000 hours of complete Powertrain-Coverage
Successful bidder shall provide Richmond Sanitary District a set of Manuals
including parts book, operators manual, and service manuals
Successful Bidder will provide a minimum of 2 hours training to RSD operators V
and service personnel
Successful bidder will deliver machine F.O.B. 5242 New Paris Pike, Richmond, IN
State lead time of delivery upon award of bid ,by Sanitary District
Proposal Sheet
Brand and Model of unit Bid
Price of unit Bid
Trade Value of 2015 Caterpillar D8T (FMC00341)
Price firm for how long
Delivery estimate
e2cnl0 D112 T CAT V02-42r--
toe)
m ral Ae,c _
Price to include shipping, handling, and set up charges. To be delivered to the New Paris: Pike -Landfill,
5242 New Paris Pike, Richmond, Indiana.