Loading...
HomeMy Public PortalAbout116-2020 - Sanitation - MacAlister Machinery - New Trash CompactorPURCHASE AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this 22 day of _4�e_QkM kgC, 2020, by and between the City of Richmond, Indiana, a municipal corporation actmg by and through its Board of Sanitary Commissioners 50 North 5fl` 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) trash compactor, delivered to 2380 Liberty Ave., Richmond, Indiana, with said trash compactor being a 2020 Caterpillar 826 K trash compactor, 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 August 2 and August 9, 2020. A copy of said Notice to Bidders and the specifications thereto, consisting of nineteen (19) pages, are attached hereto and incorporated herein by reference as Exhibit "A". The response of the Notice to Bidders by Contractor was dated August 11, 2020, is attached hereto and incorporated by reference herein as Exhibit `B", consisting of eleven (11) pages. The purchase of one (1) trash compactor includes the discount for a trade-in of one trash compactor, a 2017 Cat 826 K (CAT0826KC23206297) trash compactor, 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 exceed Three Hundred Thirty -Nine Thousand Dollars and No Cents ($339,850.00) for one (1) trash compactor, a 2020 Caterpillar 826 K trash compactor. This price includes the discount of $365,000.00 for a trade-in of one (1) 2017 Caterpillar 826 K trash compactor owned by the City from the purchase price of $704,850.00 for the one (1) 2020 Caterpillar 826 K trash compactor. 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. 116-2020 Page 1 of 3 The price includes all shipping, handling and set up charges, with delivery to be to the Richmond Sanitary District New Paris Pike Landfill, 5242 New Paris Pike, 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 sixty (60) days of the execution date of this Purchase Agreement. SECTION IV. 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 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 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. 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 WIMREOF, 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 c By: ue Miller, President Ama shi, Vi resident Steins, Member Dated: % - ;' X- IV.),0 � • -. • ice_. , Dated: f o 0 s-ZOZ® "CONTRACTOR" MACALLISTER MACHINERY COMPANY, INC. By: Printed: 6-S Title: �ef r� �Dr( �e➢Y� c9.�4 Dated: /0 `2 0 Page 3 of 3 CITY OF RICHMOND m 1 •�1 INVITATION TO BID One (1) Trash Compactor (with Trade -In) FOR RICHMOND SANITARY DISTRICT �s A ; �1 14 !®- / 9 INDEX INVITATION TO BID Bid Form See Attached Form Notice to Bidders 1 Page Invitation for Bid 1 Page STANDARD TERMS AND CONDITIONS Definition A.1 Departments A.2 Bidder & Contractor A.3 Estimated Quantities A.4 Addenda A.5 Bidding Documents B.1 Substitutions B.2 Demonstrations/Samples B.3 Data Privacy B.4 Bidding Procedures C.1 Bid Security C.2 Submission of Bids C.3 Bidder's Representation CA Modification or Withdrawal of Bid C.5 Delivery of Goods C.6 Consideration of Bids D.1 Rejection/Acceptance of Bids D.2 Bid Award D.3 Warranties, Guarantees & Maintenance DA Contract Documents E.1 Indemnification F.1 Workers Compensation Insurance F.2 Payments G.1 Method of Invoicing G.2 Damages for Delays G.3 Specifications Proposal Sheet E-Verify Requirements and Indiana Local Preference Claim Information enclosed. 6 .x A D 6-1. -� /a � 6-P 17 NOTICE TO BIDDERS BOARD OF SANITARY COMMISSIONERS RICHMOND, 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, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, August 25, 2020, 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. One (1) Trash Compactor with trade in of 2017 CAT 826K 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 secured from the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, 47374 or from the Purchasing Office, 50 North 5t' 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 Commissioners of the Richmond Sanitary District of the City of Richmond, Indiana, reserves the right to reject parts of bids as well as reserves the right to reject any and all 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 laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS OF THE RICHMOND SANITARY DISTRICT Sue Miller Aman Bakshi Greg Stiens Publish Dates: August 2 & 9, 2020 The Richmond Sanitary District wishes to purchase a New Trash Compactor and trade in the current 2017 Cat 826 K (CAT0826KC23206297). 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 lbs. (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 (8715 mm). 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. 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 24 v 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 1.000 CCA maintenance free batteries. U8 L�_,A �� 1 � 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 a large capacity, trash specific coolers for engine, hydraulic and transmission oils. POWERTRAIN/TRANSMISSION Y _ N _ Machine shall have a planetary power shift transmission with two speeds forward and reverse and capable of making speed and direction changes at full speed without manual engine declaration. Eco Mode 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 a 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 1T-(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' (430 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. WHFFI S Y _ N _ Wheels shall be designed and supplied by original equipment manufacturer and are to bem copate whe iblith tstandard 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 objective 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. .e�zz4�L1 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 and 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 inlets temperature, brake oil pressure, electrical system low voltage, engine oil pressure, engine over speed, 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 communication 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 east 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. �elrb�tA 9�/S 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, cleaning and raising. Y_ N _AII powertrain, crankcase and bottom guards shall be hydraulically actuated for raising and lowering. Y _ N _ Both sides of the engine compartment shall have swing out doors that provide easy access to maintenance points. Y_ N _AII 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 Q. Y _ N _ Cooling system shall hold at least 30.6 gallons (116 Q. Y N Crankcase shall hold at least 9 gallons (34 Q. Y N Transmission shall hold at least 17.4 gallons (66L). Y_ N_ Differentials and Final Drives, front and rear. Shall hold at least 55.50 gallons (210 Q. Y _ N_ The Hydraulic Tank shall hold at least 35.4 gallons (134 Q. 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 40000- hour oil change interval. Y_ N _Total grease fittings shall be no more than 10. UARDING 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 allowing 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. A rL L-0 (io€19 Y _ N _ A rear fan and grill guard shall be available to provide extra protection for the rearfan 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. Y_ N _ Koorsen Dual Fire Suppression protection system be installed in the engine compartment Y_ N_ Must have fully staffed service center at least 100 miles from Richmond Sanitary District Landfill 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. �9wa�PLN a�p�'d� C Proposal Sheet Please include the following with quote: Vendor Name: Date: Brand and Model of unit Bid Price of unit Bid Trade Value of 2017 826K Trash Compactor 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 shipping, handling, and set up charges. To be delivered to the New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana 47374. '�jA ®- �g Indiana ]Local Preference Claim: Definitions: Affected Couniy —Wayne County or an adjacent county. Local Indiana Business — A business whose principal place of business is in an Affected County; a business that pays a majority of its payroll (in dollar volume) to residents of Affected Counties; or a business that employees residents of .Affected Counties as a majority of its employees. Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9, it shall include such claim with its Bid. In addition the Bidder shall submit, as a Post -Bid submittal, all documentation required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant to Iudiana. Code 5-22-15-20.9, the Bidder shall submit all post bid documentation as required by the Post -Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code 5-22-15-20.9, the Owner will evaluate the Joint -Venture by combining each business's total payroll, payroll paid to residents of Affected Counties, total number of employees, and total number of employees who are residents of 'Affected Counties. Further, each part of the Joint Venture shall submit the location of it's principal place of,business will be a consideration in whether the. Joint Venture qualifies as a local Indiana business; The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as defined in Indiana Code 5-22-15-20.9. Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the lowest, responsive and responsible Bidder, where the Bid is reasonable and does not exceed the funds available for the project. The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. L� INDIANA LOCAL PREFERENCE CLAIM (Only fill out this Part if clahaing to -be a Local Indiana Business) Pursuant to Indiana Code 5-22-15-20.9, (Name of Business) Claims a local Indiana business preference for the bid for Project in Wayne County, Indiana. (Name of Project) The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) - ❑ 1. The location of the Business's principal place of business is: A) in Wayne County, or B) in an adjacent county ❑ 2. The majority of the business's payroll, for the previous twelve (12).months from the date of this Bid, is to residents in Wayne or an adjacent county. ❑ 3. The majority of the business's employee's, for the previous twelve (12) months from the date of this Bid, are residents of Wayne or an adjacent county. If business is deemed to be the apparent low bidder, business shall provide information pursuant to Post -Bid submittal (Local Indiana Business Preference), to substantiate the claim of a local Indiana business. 5ACbt4f+ A ) f )9 d. POST BED SUBARTTAL Local Indiana Business ]Preference Pursuant to the City of Richmond Bidding and Contract Requirements, this application for the local Indiana business, pursuant to Indiana Code section 5-22-15-20.9, is hereby submitted for the Project listed below. by Bidder/Applicant (hereinafter Bidder). (Use additional sheets if necessary_) Date Bid Submitted: Project Name: Bidder: Contact Name: Principal Place of Business: Project Number: Phone Number: Number of Months Address has. been Principal Place of Business: Number of all Employees for the twelve (12) months prior to the date of Bid submission: Number of Employees who were residents of Affected Counties for the twelve (12) months prior to the date of Bide submission: 1. If the Bidder claims it is a local Indiana business because the Bidder's principal place of business is in Wayne County or an adjacent county, give a statement explaining the reasons the business considers the location named as the business's principal place of business: 2. In order to claim local preference pursuant'to Indiana Code section 5-22-15-20.9, the Bidder must supply below its total payroll and the amount of the business's payroll paid t residents of Affected Counties for the previous twelve (12) months from the date of the Bid. a. Total Amount of payroll paid to all employees of Bidder in the previous twelve (12) months from the date of the Bid: - $ b. Total Amount of payroll paid to residents of affected counties for the previous twelve . (12) months from the date of the Bid: Bidder shall supply supporting payroll records sufficient for Owner to establish the above representations. Whensupplying supporting records, Bidder shall redact all Social Security Numbers Cr, �, 1� /1-1t E-Verify Requirements: Definitions: E-Verify Proms — A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L. 104-208), Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99=603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by. Contractor in accordance with. Indiana Code 22-5-1.7-11 (a) (2); and 3. A purchase order has-been issued by the Purchasing Department. QQ QQQLIQQQQ©QQ PQQQQQIIQQQQ OQQQQ'Q AQtlQ �Qt QQQQQQQ QQ QQ QQQ QQQQQQQQ QtlQQQQ 9000QQQ QQ CQ QElQ Qfl QQ G�� cCOWLL NCE WITH ]INDI&NA E-VERHY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verifyprogram no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required'to remedy the violation no later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement- and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. M Affidavit of Employment Eligibility Verification The Contractor, , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If 'Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a. subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this day of , 20 (signature) (printed name) c���cl��l 1F�1� M 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. The Richmond Sanitary District wishes to purchase a New Trash Compactor and trade in the current 2017 Cat 826 K (CAT0826KC23206297). 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 VN _ Engine shall have a minimum of 405 net hp (302 KW) and 435 gross hp (324 KW) rated at 1800 rpm. Y V N _ Operating weight with ROPS cab and landfill blade shall be a minimum of 87,000 lbs. (39,465 kg) Y V 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 (8715 mm). Y .N/N — Machine ground clearance shall be 24 inches (642 mm). ENGINE Y V 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_�L/N _ Engine shall have a minimum 927 cubic inch (15.2 liter) displacement. Y ✓ N _ Engine shall be equipped with a direct injection fuel system. YIN _ Engine lubricating oil shall be filtered, cooled and supplied by a gear -type pump. Y V 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 v1 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 24 v 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 IN _ Engine shall be equipped with direct electric start. Y �jN _ Engine shall be equipped with a cold weather starting aid system. Y _n/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 YN _The fan and radiator shall be isolated away from the engine for a quieter running machine. YIN _An emergency engine shutdown switch shall be located inside the left bumper door for simple access. Y d N _ Machine shall be equipped with 4 heavy-duty 1000 CCA maintenance free batteries. Y a1 N _ Machine shall be equipped with a dry type radial seal air cleaner with primary and secondary elements with service indicator locally mounted. Y VN — Machine shall be equipped with oil pumps sufficient for continuous use on 2:1 slopes, (50% or 26'). Y S,/N — Machine shall be equipped with a large capacity, trash specific coolers for engine, hydraulic and transmission oils. POW ERTRAI N/TRANSMISSION Y �N — Machine shall have a planetary power shift transmission with two speeds forward and reverse and capable of making speed and direction changes at full speed without manual engine declaration. Eco Mode available in First Forward and First Reverse. Y IN _ 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 V N _Throttle lock shall be available to allow the operator to preset engine speed for operator and machine efficiency. Y A _ Controlled throttle shift shall work with the Transmission Electronic control Module to prolong transmission life through efficient, smooth shifting. Y N/N _ Machine shall have a decelerator pedal. Y JN — Machine shall have a 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 V N Outside turning be 24.06'. Y V N Semi — U Blade = 24' 7316. Y VN _Total articulation angle shall not exceed 860 (43' each way). Y V 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_\LIN _Service brakes shall be full hydraulic, wet multi -disc, -completely enclosed and located before the final drives on front axle with modulated engagement. Y A _ 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 YVN _All hydraulic pumps shall be mounted on a single pump drive for Improved serviceability. Y _V/N _ Hydraulic Lift System shall he a piston pump with flow of 117 L/min Output at 1800 RPM and 1000 PSI (6900 kPa). Y A _A single lever dozer control shall hydraulically control all blade functions; raise, lower, hold and float. AXLES Y V N —Axle shafts shall be free floating and able to be removed independently from the wheels and planetary drives. Y ZN _ Planetary units shall be able to be removed independently from the wheels and brakes. WHFFI_S Y \IN _ 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 A —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 V 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 VN _ Wheels must have hard -facing weld on the inner and outer edges of the drums outside diameter. YZN — Each wheel shall have drum extension to match machine's axle guarding. Y V N —Wheels shall have factory installed wear bars welded to the inside cone of each wheel. Y A _ Wheel cleaner fingers shall. be available from machine manufacturer for working in cohesive materials or severe packing conditions. Y VN _ Machine manufacturer shall provide cleats/tips that are designed to complement tendered machine performance and.resist plugging. Y VIN — Manufacturer shall provide a pro -rated 10,000 hour tip wear life guarantee. OPERATOR'S STATION Y V N _ Cab shall be fully enclosed with rollover protective structure (BOPS) meeting the following criteria: SAE J1040 May'94, and ISO 3471:1994. Y VN _ Cab shall also meet the failing objective protective structure (FOPS) criteria: SAE J231 Jan '81: ISO 3449: 1992 LEVEL II. YIN _ With cab properly maintained and doors and windows shut, cab shall meet operator sound exposure limits set according ANSI/SAE J1166 Oct'98. Y A _ 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. YVN _ Cab shall have tinted and bonded, flat'laminated safety glass that is readily available and installable by an automotive glass company. Y _V/N _ Front window shall be equipped with sun visor or panoramic mirror. Y VN —The cab shall have rear view mirrors. Y ZN _ Standard front cab window guard to protect cab from debris. Y/ _ Gauges for fuel level, engine coolant, hydraulic oil, torque converter oil temperature, tachometer/speedometer shall be available as well as alerts for air inlets temperature, brake oil pressure, electrical system low voltage, engine oil pressure, engine over speed, 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 communication or entertainment. Y V 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 east entry and exit and an emergency exit WinDooR on RH side. Y_�LIN_ A rear access walkover stairway shall be available for easy access to the operator's Station. Y A _ Machine shall have a swing -out rear access walkover stairway for easy inspection of rear axle components and access to engine compartment. YZN _ Backup alarm, halogen front and rear lights, emergency starting receptacle and maintenance -free batteries shall be included. j5 Y- �10 � 6 g) I- 9. j Y VN _ 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). YVf N _ Blade shall be equipped with reversible cutting edges and replaceable end bits. Blade shall be able to raise, lower and float. SERVICEABILITY Y'XN _ Bottom of machine shall be easily accessed for engine and transmission service, inspection, cleaning and raising. Y/N All powertrain, crankcase and bottom guards shall be hydraulically actuated for raising and lowering. Y ZN _ Both sides of the engine compartment shall have swing out doors that provide easy access to maintenance points. Y/ _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 Q. YV/N _ Cooling system shall hold at least 30.6 gallons (116 Q. Y 'V N Crankcase shall hold at least 9 gallons (34 Q. Y V- N Transmission shall hold at least-17.4 gallons (66L). Y V N_ Differentials and Final Drives, front and rear. Shall hold at least 55.50 gallons (210 Q. Y 1i N_ The Hydraulic Tank shall hold at least 35.4 gallons (134 Q. OWNING AND OPERATING COSTS YAL/N _ Engine shall have a 500- hour oil change interval. Y�L/N_ Transmission shall have a 1000- hour oil change interval. Y V N_ Differentials and Final Drives shall have a 2000- hour oil change interval. Y V N ^ Hydraulic tank and system shall have a 40000- hour oil change interval. Y /N _Total grease fittings shall be no more than 10. GUARDING PACKAGES Y'V 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 allowing access for cleaning and maintenance. Y YN— Machine shall have steel hood with appropriate locking side and top access doors. Y \P N _ Machine shall have an easy access battery box. Y V N _ Machine shall have a windshield guard to prevent breakage of lower portion of front windows. Y V N _ Front frame guards shall prevent trash buildup inside the frame of the machine. try 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 VN_ Machine shall have heavy duty handles and steps. Y' / N - Machine shall have lower center hinge pin guard. Y JN _ Lights (4 front facing and 4 rear facing) shall be available for night operations. YZ _ Koorsen Dual Fire Suppression protection system be installed in the engine compartment + Y3Z�_ Must have fully staffed service center at least 100 miles from Richmond Sanitary District Landfill 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 forfluid 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 Please include the following with quote: Vendor Name: Fs�cAriw\.e-rq Date: Brand and Model of unit Bid 00 Price of unit Bid f 2 T d 'g., 6) "5 0 Trade Value of 2017 826K Trash Compactor ? (� �" O o ® d 9 Price firm for how long Q S Delivery estimate Include Warranties E-Verify: 1 myy--e at c'kC - 60 monfh 150co hour YES "?I- NO Indiana Local Preference YES Iran Investment Activities YES NO NO Price to include shipping, handling, and set up charges. To be delivered to the New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana 47374. Affidavit of Employment Eligibility Verification The Contractor, M Kid ' � affirms under the penalties of per ury that Contractor does not knowingly employ an un.authh rized alien. If -Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Veri_fy program. The Contractor has required Contractor's subcontractors to certify -to the Contractor chat the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will with a.subcontractor. maintaixxtbis cer(i6.cationthroughout the duration oftlie term of a contract I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this _� day of A A 20. signature) (printed name) n