Loading...
HomeMy Public PortalAbout083-2021 - McAllister Machinery Company - excavator trade in f - r._ > AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this /6 day of dt/ , 2021, and referred to as Contract No. 83-2021 by and between the City of Richm,ond4ndiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and MacAllister Machinery Company, Inc., 6300 Southeastern Ave., Indianapolis, IN 46203 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) Excavator 320 GC; one (1) Excavator 330 GC; and one (1) 950 GC Wheel Loader, with trade-ins, with said equipment and trade-ins being more specifically described on Exhibit "A" attached hereto and incorporated by reference herein. The foregoing shall meet the requirements previously requested by the City which are set forth on the specifications sheet to which the Contractor has responded with said response being attached hereto as Exhibit`B". Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish and deliver the equipment described on Exhibit`B" attached hereto as soon as is practically possible,which delivery shall not exceed a commercially reasonable time period. 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/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. §22-5-1.7-11(a)(2); and 3. 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 work relative to the delivery of the equipment described herein. SECTION III. COMPENSATION City shall pay Contractor the sum set forth in Exhibit `B" for the total purchase price of the equipment described therein, which is inclusive of trade-in value, in consideration for the Equipment specifically described within the Exhibits attached hereto,inclusive of delivery. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue until such time that the Contractor delivers the equipment, in new and working condition, to the City. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining to a purchaser's remedies for the furnishing of defective equipment. 1 I Page 7 i Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time before the delivery of the equipment described above specifying 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 manner its obligations under this Agreement; b. submission of a report, other work product, or advice,whether oral or written,by the Contractor to the City that is incorrect, incomplete,or does not meet reasonable professional standards 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. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement 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. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence 2 I Page I Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors &Omissions Insurance $1,000,000 each occurrence $2,000,000 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. COMPLIANCE WITH INDIANA E-VERIFY 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-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If 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. SECTION VIII. 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 Board determines during the course of this Agreement that this certification is no longer valid, Board 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 Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board 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 Board reserves the right 3 I Page 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 IX. PROIIIBITION 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, 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 money 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 X. 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 which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI.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 4 I Page I ' 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. Any person executing this Contract in a representative capacity hereby warrants that he/she 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 in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. 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. 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 ond,Indiana,by and through its Board o itary Commissioners SBy: .4Q Sue Miller,President /✓ (Printed): et.v/cp . iC c ice resid t Title: /Wet)14*c1 t he S.V5 L'cZp(e,t� •4 - Dated: -7/ es/2) r tiens,Member Dated: (O i APPROVED: Dave Snow,May 5 I Page r Dated: 0? d6 toe z./ 6 I Page CITY OF RICHMOND INDIANA INVITATION TO BID To purchase the following: New Hydraulic Excavator 320 GC or equivalent and a New Hydraulic Excavator 330 GC or equivalent and a New Wheel Loader 950 GC or equivalent Trading in the following: 2011 Caterpillar 324 D Excavator 2011 Case 821 E Wheel Loader 2008 Caterpillar 627 G Scraper FOR RICHMOND SANITARY DISTRICT r , 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,May 11, 2021, 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. Bids must be submitted by no later than 9:00 a.m. on May 11, 2021, and any bids received after 9:00 a.m., Eastern Daylight Time, on May 11,2021,will be returned unopened to the bidder because of the bidder's failure to timely submit its bid. One(1) New Hydraulic Excavator 320 GC or equivalent, one(1)New Hydraulic Excavator 330 or equivalent, and one(1)New Wheel Loader 950 GC or equivalent with trade in of a 2011 Caterpillar 324 D Excavator,2011 Case 821 E Wheel Loader • and a 2008 Caterpillar 627 G Scraper. 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 5th 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 Distinct 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 Amara Bakshi Greg Stiens Publish Dates: April 23 &April 30, 2021 , 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: New Hydraulic Excavator 320 GC or equivalent and a New Hydraulic Excavator 330 GC or equivalent and a New Wheel Loader 950 GC or equivalent Submit Bids Before 9:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN 47374 • Bid Opening: Time: 10:00 a.m. Date: May 11, 2021 Location of Bid Opening: Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN 47374 Bid Bond: 5% (See Section C.2) Performance Bond: N/A (See Section C.2) Labor&Materials Payment Bond: N/A (See Section C.2) Insurance/Workman's Compensation: N/A (See Section B.1.4 &F.2.1) Common Constructions Wages: N/A (See Section B.1.5 & See attached) Bid Form Included: YES Schedule of Values: YES 7 a ( . a The Richmond Sanitary District wishes to purchase a New Wheel Loader and trade in the current Case 821E (NAF208190) along with the following attachments: pallet forks, material arm, & broom. The trade-in and the attachments are available for inspection at New Paris Pike Landfill, Richmond IN Contact Darren Duncan for inspection at 765-983-7457 WE eell Loader (95O GC or EquiivaBent) BASIC SPECIFICATIONS Y N Engine max net power according to SAE J1349 shall be at least 225 hp (168 kW) at 1700 rpm. Y N Engine gross power according to SAE J1995.shall be at least 228 hp (170 kW) at 2200 rpm. Y N Machine operating weight shall be no less than 41,554 lb (18,849 kg)with a 4.0 cubic yard (3.1 cubic meter) general-purpose bucket with bolt-on edges. Y N Machine height to top of ROPS shall be 11'4"(3458 mm). Y N Machine height to top of hood shall be 8' 9"(2673 mm). Y N Machine wheelbase shall be 10' 10" (3300 mm). Y N B-Pin maximum height shall be at least 13'9" (4188 mm). ENGINE Y N Engine shall be EPA Tier IV Final compliant. Y N Emissions package shall be mounted with bolts to engine block. Y N Engine electronic control modules and sensors shall be completely sealed against moisture and dust. Y N Engine max net power according to SAE J1349 shall be at least 225 hp (168 kW) at 1700 rpm. Y N Passive engine regeneration, without operator input and a different fuel souce, shall be standard. Y N Engine shall provide low rpm idle feature to conserve fuel. Y N Engine shall have a 24-volt starting and charging system. Y N Alternator shall be at least 145 amp. Y N Machine shall have two maintenance free 1400 CCA batteries. Y. N Cooling system shall be isolated from the engine compartment by a non-metallic shield. • • • POWERTRAIN/TRANSMISSION Y N Machine shall have an electronic powershift countershaft transmission. Y N Machine shall have five speeds forward with a maximum of 22 mph (36 km/h) and three speeds reverse with a maximum of 14 mph (22.7 km/h). Y N Machine shall have an hydraulic controlled, variable on-demand speed fan. HYDRAULIC SYSTEM Y N Machine shall feature load-sensing hydraulics to automatically adjust to operating conditions and provide only hydraulic flow required by the implement. Y N Control of raise/lower and rack back/dump shall be able to be operated simultaneously. AXLES Y N Machine shall have a fixed front axle that is rigidly mounted to the frame. Y N Rear axle shall oscillate+/- 12°and follow the contour of the ground to allow the cab to stay steady. OPERATOR'S STATION Y N The operator sound pressure level for a standard machine configuration shall be a maximum of 75 dB(A)with the cooling fan speed set at 70%of maximum value, per ISO 6396:2008. Y N Cab shall be attached to the frame with viscous mounts to reduce shock loads from the ground. Y N An integrated ladder with aggressive-tread steps shall keep debris buildup to a minimum. Y N Standard rear vision camera shall be located on the hood to protect it from damage and the elements and help monitor movement behind the loader. Y N Main control panels shall retain large rocker style switches that do not wear out with time. Y N _ Seat shall have 6-way adjustments. Y N RH implement controls shall be floor mounted and integrate adjustable armrest; left armrest should be seat-mounted for better ergonomics. i-,�,kaitt A 5 o-E ��/ a 4 . • Y N A monitoring system shall be available for critical systems to alert the operator to potential need for service.Three levels of warning shall allow the operator to assess the situation more accurately. Y N The operator station shall be removable in 45 minutes. Y N Must have Engine Block Heater Y N Heat&Conditioning w/AM/FM radio &spearkers to accommodate city radio Y N 12 Volt Power WORK TOOL OPTIONS Y N A quick coupler shall be available for ease of changing work tools without leaving the cab. Y N A quick coupler system that has zero"offset"between coupler and tool shall be available from the factory- must be same brand as manufacturer. Y N inicude a 4.0 cyd bucket which must be the same brand as the manufacturer Y N inlcludes 72" pallet forks wihich must be the same brand as the manufacturer Y N includes broom attachment which must be the same brand as the manufacturer Y N includes material arm which must be same brand as manufacturer SERVICEABILITY Y N Machine shall have well protected, easily visible sight gauges for transmission oil, hydraulic oil, and radiator coolant. Y N If necessary, the entire hood shall be removable using the built-in lift points. Y N Grease fittings shall be grouped and accessible from the ground level. Y N Transmission oil and hydraulic filters shall be located behind the hinged, right-side access platform. The hydraulic oil tank shall be drainable from this location. • Y N Master shutdown switch shall be housed with the relay panel. MINIMUM SERVICE FILL CAPACITIES Y N Fuel tank shall hold at least 72.6 gal (275 L). 4 , Y iV DEF tank shall hold at least 4.2 gal (16 L). Y N Cooling system shall hold at least 13.2 gal+ 1.3 gal (50+5 L)depending on selection. Y N Crankcase shall hold at least 4.8 gal (18 L). Y N Transmission shall hold at least 11.9 gal (45 L). Y_ N Front differential should hold 10 gal (38 L). Y N Rear differential should hold 10 gal (38 L). Y N Hydraulic tank shall hold 29.6 gal (112 L). • OWNING AND OPERATING COSTS Y N Recommended hydraulic filter change interval shall be 500 hours. Y N Recommended transmission filter change interval shall be 500 hours, with first time at 250 hours. ADDITIONAL/Misc. Y N A system shall be available to collect and track information on machine location, service meter hours, • and other relevant items. Machine must be in New; but does not need to be current year The unit bid must meet all specifications execpt the bidder may submit a proposal not conforming 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 preform necessary assembly of machine and pre-service machine for use at time of delivery. Authorized Signature Date Contact Person (print) Phone Number • 2 , Company Name • g.tkart4 F -cZV • d ` The Richmond Sanitary District wishes to purchase a New Hydraulic Excavator and trade in the current CAT 326 G(DED00859) The trade-in is available for inspection at New Paris Pike Landfill, Richmond, IN Contact Darren Duncan for inspection at 765-983-7457 Large Excavator (330 GC or Equivalent) BASIC SPECIFICATIONS - Y N Engine net power according to SAE J1349 shall be at least 202 hp (151 kW). Y N Lift capacity over the front at ground level, 31" (790 mm) track, 6.7 metric ton (14770.lb) counterweight, 20' 2" (6.15 m) Boom, and 10' 6" (3.2 m) stick: 20' (6 m)shall no be less than 26,050 lb (12050 kg). 25' (7.5 m) shall be no less than 19,450 lb (9050 kg). Y N Lift capacity over the side at ground level, 31" (790 mm) track, 6.7 metric ton (14770 lb) counterweight, 20' 2" (6.15 m) Boom, and 10' 6" (3.2 m) stick: 20' (6 m)shall no be less than 16,950 lb (7850 kg). • 25' (7.5 m) shall be no less than 12,500 lb (5800 kg). Y N Maximum digging depth with 20' 2" (6.15 m) Boom, and 10' 6" (3.2 m) stick shall not be less than 23' 10" (7260 mm). Y N Maximum reach at ground level with 20' 2" (6.15 m) Boom, and 10' 6" (3.2 m) stick shall not be less than 35' 1" (10 690 mm). Y N • Operating weight with 20'2" (6.15 m) Boom, and 10'6" (3.2 m)stick, 31" (790 mm) track, 6.7 metric ton (14770 lb) counterweight, and 1.54 m^3 (2.01 yd"3) GD bucket shall be at least 67,700 lb (30,700 kg). Y N Machine must be New, but does not need to be current year . ENGINE Y N Engine shall meet US EPA Tier 4 Final,EU Stage IV • Y N Engine must have an U.S. EPA tier 4 Final engine emission system featuring an aftertreatment regeneration solution that ensures the machine works as normal with no operator intervention needed. The regeneration process automatically starts once the filtering system detects soot buildup-with not interruption to machine performance or the work process. Y N Machine shall be equipped with 8 individual on-demand electronically-driven fans,with reversing capability standard Y N Machine shall have One-touch low idle lets you reduce engine speed when the machine isn't working . • Y N - Machine shall have engine idle shut down in which will shut down the machine after an adjustable predetermined amount of time POWERTRAIN/TRANSMISSION Y N Maximum drawbar pull shall be at least 55,753 Ibf(248 kN). HYDRAULIC SYSTEM Y N Main system shall have a maximum flow of 148 gal/min (560 L/min)with two pumps. Y N Machine shall have electro-hydraulically controlled main valve for all implement functions Y N Auxiliary hydraulic options available from the factory shall include single-function, double- function, tool control system with medium pressure and tool control system without medium pressure. Y N Machine shall have automatic 2 speed travel OPERATORS STATION • Y N Machine shall have sound suppressed ROPS cab(ISO 12117-2 compliant)with viscous mounting •Y N Machine shall be prewired for a system to assist with fleet management and track hours, location, security and product health. Y N Machine shall have mechanically adjustable seat suspension Y N . Seat shall have reclining back, upper and lower seat slide adjustments, height and tilt adjustments, adjustable armrests, and a high visibility colored retractable seat belt. Y N Monitor shall include a minimun 8-inch color LCD touchscreen capable of displaying up to two different camera images on the screen w/distortion-free rearview camera picture. Y N Machine shall be equipped with push-button start ignition Y N Machine shall be equipped with a jog dial located on right-hand console to allow operator to scroll through monitor menu functions Y N A rearview camera housed in the counterweight and a right-side camera shall be displayed through the cab monitor shall be offered standard Y N Machine shall have a standard joystick control pattern changer selectable through touchscreen monitor Y N Must have Engine Block Heater k6Lf 4 Y N • Heat& Conditioning w/AM/FM radio &spearkers to accommodate city radio Y N 12 Volt Power STICK AND BOOM • Y N Machine shall have 20' 2" (6.15 m) reach boom • Y N Bucket linkage pins shall have thick chrome plating. • Y N Boom and stick built with Large box-section structures with thick, multiple-plate fabrications. These structures shall have castings/forgings designed into the high stress areas like the boom nose, boom foot, and boom/stick cylinders to enhance durability. Y N Machine shall have 10' 6"(3.2 m) stick WORK TOOL OPTIONS Y N Machine manufacturer shall manufacture their own buckets and a wide variety of other work tools to insure proper machine/application match. Y N Machine manufacturer shall manufacture their own pin grabber coupler to insure proper match. Y N includes a 54" bucket which brand should be the same as manufacturer. Y N includes a 4 tooth hydraulic thumb which brand should be the same as manufacturer. SERVICEABILITY 'Y N Machine shall have sealed and lubricated track rollers, carrier rollers, and idlers. Y N Service points shall be centrally located with easy access to facility routine maintenance. Y N Machine shall be equipped with a fuel tank overfill indicator that rises when the tank is full and visible from ground level. Y N The left rear service door shall allow easy access to the engine radiator, oil cooler and air-to-air after-cooler. OWNING AND OPERATING COSTS • Y N Front linkage shall have a recommended maintenance interval of 500 hours. Y N Bucket linkage shall have a recommended maintenance interval of 100 hours. Y N Engine oil return filter shall a recommended maintenance interval of 500 hours. Y N Hydraulic oil return filter shall have a recommended maintenance interval of 3,000 hours. The unit bid must meet all specifications execpt the bidder may submit a proposal not conforming 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 preform necessary assembly of machine and pre-service machine for use at time of delivery. Authorized Signature Date Contact Person (print) Phone Number • Company Name • • ejeh p'b 4 ®7. ®e � J• The Richmond Sanitary District wishes to purchase a New Hydraulic Excavator and trade in the current CAT 324D(PYT00365) The trade-in is available for inspection at New Paris Pike Landfill, Richmond, IN Contact Darren Duncan for inspection at 765-983-7457 Small Excavator(320 GC or Equivalent) BASIC SPECIFICATIONS Y N Maximum digging depth with 18' 8" (5.7 m) Boom, and 9'6" (2.9 m)stick shall not be less than 21' 9" (6,620 mm). Y N Maximum reach at ground level with 18' 8" (5.7 m) Reach Boom, and 9' 6" (2.9 m)stick shall not be less than 32'0" (9,760 mm). Y N Operating weight with 18' 8" (5.7 m) Boom, and 9' 6" (2.9 m) stick, 31" (790 mm)track, 4.2 metric ton (9300 lb)counterweight, and 1 m"3 (1.31 yd"3) GD bucket shall be at least 49,400 lb (22,400 kg). Y N Tail swing radius shall be 9' 3" (2830 mm). Y N Machine must be new; but does not need to be a 2021 year ENGINE • Y N Engine shall meet US EPA Tier 4 Final,EU Stage IV • Y N Engine must have an U.S. EPA tier 4 Final engine emission system featuring an aftertreatment regeneration solution that ensures the machine works as normal with no operator intervention needed.The regeneration process automatically starts once the filtering system detects soot buildup-with not interruption to machine performance or the work process. • Y N Machine shall have engine idle shut down in which will shut down the machine after an adjustable predetermined amount of time.This can be enabled by service tech or Cat ET and allows for productivity/sustainability/efficiency during unneccesary idle time Y N To reduce fuel consumption, the machine shall be equipped with an Automatic Engine Speed Control system that reduces engine speed if a no load or light load condition is detected for more than 3 seconds. The system shall also have a second stage activated by a cab switch, which reduces engine speed significantly further(almost to low idle) under the same conditions. • POWERTRAIN/TRANSMISSION Y N Maximum drawbar pull shall be at least 46,131 lbf(205 kN). Lay Cai ,o /3 ®-I Z v HYDRAULIC SYSTEM Y N Main system shall have a maximum flow of 116 gal/min (442 Umin)with two pumps. Y N Maximum pressure shall be at least 5,075 psi (35 000 kPa) under normal pressure. Y N A stackable high pressure auxiliary hydraulic valve shall be available. Y N A medium pressure auxiliary hydraulic valve and quick coupler control valve shall be available. Y N Control circuits shall be available for attachments, allowing for operation of high and medium pressure tools. Y N Auxiliary hydraulic options available from the factory shall include single-function, double- function, tool control system with medium pressure and tool control system without medium pressure. UNDERCARRIAGE • Y N Undercarriage length shall be at least 14' 7" (4450 mm). Y N Undercarriage width shall be at least 10' 5" (3170 mm). OPERATORS STATION Y N Machine shall have sound suppressed ROPS cab (ISO 12117-2 compliant)with viscous mounting Y N Machine shall have mechanically adjustable seat suspension Y N Seat shall have reclining back, upper and lower seat slide adjustments, height and tilt adjustments, adjustable armrests, and a high visibility colored retractable seat belt. Y N Monitor shall include a minimun 8-inch color LCD touchscreen capable of displaying up to two different camera images on the screen w/distortion-free rearview camera picture. Y N Machine shall be equipped with a jog dial located on right-hand console to allow operator to scroll through monitor menu functions Y N A rearview camera housed in the counterweight and a right-side camera shall be displayed through the cab monitor shall be offered standard Y N Machine shall have a standard joystick control pattern changer selectable through touchscreen monitor 6h)LA- A /90fzt Y N An engine shutdown setting shall be accessible through the monitor to allow owners and operators to specify idle time before engine shutdown to conserve fuel. STICK AND BOOM Y N Machine shall have HD 5.7 m (18'8") reach boom Y N Boom and stick built with Large box-section structures with thick, multiple-plate fabrications. These structures shall have castings/forgings designed into the high stress areas like the boom nose, boom foot, and boom/stick cylinders to enhance durability. Y N Machine shall have 2.9 m (9'6") B1 HD stick Y N Must have Engine Block Heater Y N Heat&Conditioning w/AM/FM radio &spearkers to accommodate city radio Y N 12 Volt Power Y N Machine manufacturer shall manufacture their own pin grabber coupler to insure excact match OWNING AND OPERATING COSTS Y N Engine oil/filter shall have a recommended maintenance interval of 500 hours. Y N Hydraulic oil return filter shall have a recommended maintenance interval of 3,000 hours. Work Tools Y N includes a 48" bucket which brand should be the same as manufacturer Y N includes a 4 tooth hydraulic thumb which brand should be the same as manufacturer Y N includes a hydraulic coupler which brand should be the same as the manufacturer The unit bid must meet all specifications execpt the bidder may submit a proposal not conforming 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. � �ng4 / d-tezq C • L• L � f Successful Bidder will deliver machine within stated timeframe F.O.B New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana Successful Bidder will preform necessary assembly of machine and pre-service machine for use at time of delivery. Authorized Signature Date Contact Person (print) Phone Number Company Name " 1.10- it ewe/ . n Prr©oosc ll Sheet The Richmond Sanitary District is seeldng to purchase the following: (1)New Hydraulic Excavator 320 GC or Equivalent, (1)New Hydraulic Excavator 330 or Equivalent and(1)New Wheel Loader 950 GC or Equivalent. RSD is seeking to trade in the following equipment: (1) 2011 Caterpillar 324 D Excavator, (1) 2011 Case 821 E Wheel Loader and(1) 2008 Caterpillar 627 G Scraper. Information on trade-in equipment is on proposal section. The Richmond Sanitary District reserves the right to accept and award, or reject any individual piece of equipment listed to trade-in or purchase. The award may include one, some (in any combination as chosen by RSD) or none of the trade-in equipment or purchase equipment listed in this specification. If you have any questions please contract Darren Duncan,Landfill Manager at 765-983-7457 or Jeff Lohmoeller,WWTP/Maint. Manager at 765-983-7464 Please include the following with quote: Vendor Name Name and Title Date Brand and Model of Unit Bid • Excavator (Small)320 GC or Equivalent Price of unit Bid: $ Trade Value of 2011 Caterpillar 324 D—S/N: CAT0324DPLYT00365 $ Hours: 5700 Upgrades:New undercarriage with Caterpillar parts 2 years ago Final Drive Unit replaced 2021 with used final drive Inspected and replaced by Caterpillar Dealer Attachments: 48-inch bucket and hydraulic thumb Price of New Excavator Including Trade-In $ Proposal Sheer o Excavator (Large) 330 GC or Equivalent Price of unit Bid: $ Trade-In Value of 2008 Caterpillar 627 G Scraper S/N: (front)THX14178 &(back)CKW01231 Hours: 3600 $ Price of New Excavator Including Trade-In $ o Wheel Loader 950 GC or Equivalent Price of unit Bid: $ Trade-In Value of 2011 Case 821 E Wheel Loader $ S/N:NAF20819 Hours: Approx. 5,000 to 6,000 Upgrades: 2 tire replacement two years ago. Attachments: 10 ft.hydraulic broom with new brushes Extendable material handling boom 60 inch pallet fork attachment Price of New Excavator Including Trade-In $ bxka`erkA ,11 LV/ • 1334 7 anna Local Preference Claim: Definitions: • Affected County—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 Indiana 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. a 1 • • • INDIANA LOCAL PREFERENCE NCE CLAIM (Only ill out this Part if claiming 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. • Welt- A ages • POST BID SUBMITTAL Local Indiana tusiness 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 Number: Project Name: Bidder: Contact Name: Phone Number: Principal Place of Business: 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. When supplying supporting records, :hider shall redact all Social Security Numbers 4-t4-1- A 91 ease/ • • lE-Verifyy Requirements: • Definitions: E-Verify Program—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. n n n n n n n n n II n n n In n n n n n n n o O v n n n n U n o o n fl n n n n n n n n n LI n n n n n o n n o o n o n o o n o n n ono n noon I7 0 0 0 o Q n n n n n n oin COMPLIANCE WIT t 'NDIANA E-VERIFY 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-Verify program 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. lithe 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. • ‘dit 9 2 ®-e t� 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 sha11 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) • ; 4 duel IRAN INVESTMENT ACTIVITI H:S 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. CITY OF RICHMOND INDIANA INVITATION TO BID To purchase the following: New Hydraulic Excavator 320 GC or equivalent and a New Hydraulic Excavator 330 GC or equivalent and a New Wheel Loader 950 GC or equivalent Trading in the following: 2011 Caterpillar 324 D Excavator 2011 Case 821 E Wheel Loader 2008 Caterpillar 627 G Scraper FOR RICHMOND SANITARY DISTRICT hdoi+ 1 1 .o4 9 J A 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,May 11, 2021, at 10:00 A.M., Eastern Daylight Time, for famishing 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. Bids must be submitted by no later than 9:00 a.m. on May 11, 2021, and any bids received after 9:00 a.m., Eastern Daylight Time, on May 11,2021,will be returned unopened to the bidder because of the bidder's failure to timely submit its bid. One (1)New Hydraulic Excavator 320 GC or equivalent, one(1)New Hydraulic Excavator 330 or equivalent, and one(1)New Wheel Loader 950 GC or equivalent with trade in of a 2011 Caterpillar 324 D Excavator,2011 Case 821 E Wheel Loader and a 2008 Caterpillar 627 G Scraper. 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 5th 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 Amara Bakshi Greg Stiens Publish Dates: April 23 &April 30, 2021 , 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: New Hydraulic Excavator 320 GC or equivalent and a New Hydraulic Excavator 330 GC or equivalent and a New Wheel Loader 950 GC or equivalent Submit Bids Before 9:00 a.m.on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond,IN 47374 Bid Opening: Time: 10:00 a.m. Date: May 11,2021 Location of Bid Opening: Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond,IN 47374 Bid Bond: 5% (See Section C.2) Performance Bond: N/A (See Section C.2) Labor&Materials Payment Bond: N/A (See Section C.2) Insurance/Workman's Compensation: N/A (See Section B.1.4 &F.2.1) Common Constructions Wages: N/A (See Section B.1.5 & See attached) Bid Fon u Included: YES Schedule of Values: YES xt- on? J J . Indiana Local Preference Claim: Definitions: • Affected County—Wayne County or an adjacent county. Local Indiana ';usiness—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'Indiana 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. • • • 1E-Verify Requirements: • Definitions: E-Verify Program—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. 4 noun ElElElE9 Li[3[f n nEIlE1 ElEEl13 ari131313 UElAl3GUEl tlElElElElE]El40ElElUElIIElllEIQElCIE7ElEna El CI tr l/71 Er El I-1 Elri[E q ElElelElU tizz COMPLIANCE WIT I INDIANA IE-VERIFY 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-Verify program 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. \TI° • 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. • J, lo ' 60e,g9 6C • • INDIANA LOCAL PREFERENCE CLAICLVI (Only till out this Part if claiming to he a Local Indiana 1:;usnness) Pursuant to Indiana Code 5-22-15-20.9, 10 Ci(;Pr t s yt- (0_0() 9 k rLI Oa (Name of Business) F1 - 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. • Lf • POST itEID STUB 1I TTAIL 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: f, ^ .0 DA Project Number: ----- Project Name: R S L ev Bidder: IV\u-,e,K\v‘ ker c!' Contact Name: E 1'. 1'12s" Pone Ni,mber: 31 --57f) —Et'1,L - Principal Place of Business: in G'• o r.c _ Number of Months Address has been Principal Place of Business: 9-6 P,S Number of all Employees for the twelve (12)months prior to the date of Bid submission: Ail A- Number of Employees who were residents of Affected Counties for the twelve (12)months prior to the date of Bide submission: /°3 Gl 2 ""rp e V1n r Le)\j -e.e5 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: $ /o cl 5,$ a_ 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. When supplying supporting records, is idlder shall redact all Social Security Numbers b7)4d19,>Lt'3 ? I �.5' r • Affidavit of Employment Eligibility Verification The Contractor, .4-1\\\i5 V. I\cidnd'�(. .11 s 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 teini.of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this day of /1A1 ,20_3`. (sigma Ef3 2; 5k- (printed name) Proposal Shea The Richmond Sanitary District is seeking to purchase the following: (1)New Hydraulic Excavator 320 GC or Equivalent, (1)New Hydraulic Excavator 330 or Equivalent and(1)New Wheel Loader 950 GC or Equivalent. RSD is seeking to trade in the following equipment: (1) 2011 Caterpillar 324 D Excavator, (1) 2011 Case 821 E Wheel Loader and(1)2008 Caterpillar 627 G Scraper. Information on trade-in equipment is on proposal section. The Richmond Sanitary District reserves the right to accept and award, or reject any individual piece of equipment listed to trade-in or purchase. The award may include one, some(in any combination as chosen by RSD) or none of the trade-in equipment or purchase equipment listed in this specification. If you have any questions please contract Darren Duncan, Landfill Manager at 765-983-7457 or Jeff Lohmoeller,WWTP/Maint. Manager at 765-983-7464 Please include the following with quote: Vendor Name • Name and Title Date 0'4 \taa.r 3)0 '1 3 3 DO Cam. Brand and Ma del of Unit Bid ® Excavator (Small) 320 GC or Equivalent Price of unit Bid: $ Trade Value of 2011 Caterpillar 324 D—S/N: CAT0324DPLYT00365 $ e", 900 Hours: 5700 Upgrades:New undercarriage with Caterpillar parts 2 years ago Final Drive Unit replaced 2021 with used final drive Inspected and replaced by Caterpillar Dealer Attachments: 48-inch bucket and hydraulic thumb •Price of New Excavator Including Trade-In $ S 5- • Pmposai Sheet o Excavator (Large) 330 GC or Equivalent Price of unit Bid: $ Lf f Trade-In Value of 2008 Caterpillar 627 G Scraper S/N: (front)THX14178 &(back) CKW01231 Hours: 3600 $ ��� 000 Price of New Excavator Including Trade-In $ a, Li g-S r °° o Wheel Loader 950 GC or Equivalent Price of unit Bid: $ Trade-In Value of 2011 Case 821 E Wheel Loader $ el') B v o SIN:NAF20819 Hours:Approx. 5,000 to 6,000 Upgrades: 2 tire replacement two years ago. Attachments: 10 ft.hydraulic broom with new brushes Extendable material handling boom 60 inch pallet fork attachment Price of New Excavator Including Trade-In $ Oat:), 1 LI . �;d6, liCe D 5 " D` • • The Richmond Sanitary District wishes to purchase a New Hydraulic Excavator and trade in the current CAT 324D (PYl 00365) The trade-in is available for inspection at New Paris Pike Landfill, Richmond, IN Contact Darren Duncan for inspection at 765-983-7457 • Small Excavator (320 GC or Equivalent) BASIC SPECIFICATIONS Y N Maximum digging depth with 18' 8" (5.7 m) Boom, and 9' 6" (2.9 m) stick shall not be less than 21'9"(6,620 mm). Y N Maximum reach at ground level with 18' 8" (5.7 m) Reach Boom, and 9' 6" (2.9 m) stick shall not be less than 32' 0"(9,760 mm). • Y , N Operating weight with 18' 8" (5.7 m) Boom, and 9' 6" (2.9 m) stick, 31" (790 mm) track, 4.2 metric ton (9300 lb) counterweight, and 1 m^3 (1.31 yd^3) GD bucket shall be at least 49,400 lb (22,400 kg). Y k N Tail swing radius shall be 9' 3" (2830 mm). Y ( N Machine must be new, but does not need to be a 2021 year ENGINE Y A • N Engine shall meet US EPA Tier 4 Final,EU Stage IV • Y N Engine must have an U.S. EPA tier 4 Final engine emission system featuring an aftertreatment regeneration solution that ensures the machine works as normal with no operator intervention needed. The regeneration process automatically starts once the filtering system detects soot buildup-with not interruption to machine performance or the work process. • Y N Machine shall have engine idle shut down in which will shut down the machine after an adjustable predetermined amount of time. This can be enabled by service tech or Cat ET and allows for productivity/sustainability/efficiency during unneccesary idle time Y �,. N To reduce fuel consumption, the machine shall be equipped with an Automatic Engine Speed Control system that reduces engine speed if a no load or light load condition is detected for more than 3 seconds. The system shall also have a second stage activated by a cab switch, which reduces engine speed significantly further(almost to low idle) under the same conditions. • POWERTRAIN/TRANSMISSION Y N Maximum drawbar pull shall be at least 46,131 Ibf(205 kN). • HYDRAULIC SYSTEM Y. N Main system shall have a maximum flow of 116 gal/min (442 L/min)with two pumps.. Y N Maximum pressure shall be at least 5,075 psi (35 000 kPa) under normal pressure. Y X N A stackable high pressure auxiliary hydraulic valve shall be available. Y X. N A medium pressure auxiliary hydraulic valve and quick coupler control valve shall be available. Y N Control circuits shall be available for attachments, allowing for operation of high and medium pressure tools. Y N Auxiliary hydraulic options available from the factory shall include single-function, double- function, tool control system with medium pressure and tool control system without medium pressure. UNDERCARRIAGE Y /v�., N Undercarriage length shall be at least 14'7" (4450 mm). Y X N Undercarriage width shall be at least 10'5" (3170 mm). OPERATORS STATION Y N Machine shall have sound suppressed ROPS cab (ISO 12117-2 compliant)with viscous mounting Y N Machine shall have mechanically adjustable seat suspension Y X N Seat shall have reclining back, upper and lower seat slide adjustments, height and tilt adjustments, adjustable armrests, and a high visibility colored retractable seat belt. Y N Monitor shall include a minimun 8-inch color LCD touchscreen capable of displaying up to two different camera images on the screen w/distortion-free rearview camera picture. Y X N Machine shall be equipped with a jog dial located on right-hand console to allow operator to scroll through monitor menu functions Y X.. N A rearview camera housed in the counterweight and a right-side camera shall be displayed through the cab monitor shall be offered standard Y N Machine shall have a standard joystick control pattern changer selectable through touchscreen monitor Y X N An engine shutdown setting shall be accessible through the monitor to allow owners and operators to specify idle time before engine shutdown to conserve fuel. STICK AND BOOM Y )( N Machine shall have HD 5.7 m (18'8") reach boom Y X N Boom and stick built with Large box-section structures with thick, multiple-plate fabrications. These structures shall have castings/forgings designed into the high stress areas like the boom nose, boom foot, and boom/stick cylinders to enhance durability. Y ; N Machine shall have 2.9 m (9'6") B1 HD stick Y N Must have Engine Block Heater Y N Heat& Conditioning w/AM/FM radio &spearkers to accommodate city radio Y x N 12 Volt Power Y ) N Machine manufacturer shall manufacture their own pin grabber coupler to insure excact match OWNING AND OPERATING COSTS Y N Engine oil/filter shall have a recommended maintenance interval of 500 hours. Y N Hydraulic oil return filter shall have a recommended maintenance interval of 3,000 hours. • Work Tools Y x N includes a 48" bucket which brand should be the same as manufacturer Y N includes a 4 tooth hydraulic thumb which brand should be the same as manufacturer Y. `, N includes a hydraulic coupler which brand should be the same as the manufacturer The unit bid must meet all specifications execpt the bidder may submit a proposal not conforming 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. iLleit Successful Bidder will deliver machine within stated timeframe F.O.B New Paris Pike Landfill, 5242 New Paris Pike, Richmond, Indiana Successful Bidder will preform necessary assembly of machine and pre-service machine for use at time of delivery. Authorized Signature Date Contact Person (print) Phone Number Company Name (�.) >1_t.- 4 • • lister CST May 10,2021 RICHMOND SANITARY DIST 2380 LIBERTY AVE RICHMOND, Indiana 47374 One(1)New Caterpillar Model:320GC(G)Hydraulic Excavator with all standard equipment in addition to the additional specifications listed below: MACHINE SPECIFICATIONS 320 GC 07D HEX AM-N DCA2O 597-0789 I580-8628 MIRROR, CAB,W/O GUARD 580-8628 597-0783 HYDRAULIC PKG, COMBINED 597-0783 506-5013 BATTERIES,2 506-5013 549-8149 LINES, DRAIN, PG QUICK COUPLER 549-8149 577-3853 LIGHTS, CAB,W/O 360 577-3853 578-9186 LINES, HP, REACH BOOM 1578-9186 577-3925 LIGHT, BOOM LH 577-3925 356-8117 LINES, HP, R2.9M(9'8")STICK 356-8117 BKT GD 48" 1.80YD3 B 5528210 578-4480 COMFORT CAB,ROPS COUPLER, PG W/O PINS B 13880067 502-7166 RADIO,W/BLUETOOTH 502-7166'THUMB GROUP I41803 4 569-9842 TRACK,790MM(31")TG I569-9842 SELL PRICE $189,745.00 LESS GROSS TRADE ALLOWANCE ($60,000.00) NET DIFFERENCE AFTER TRADE $129,745.00 TRADE-INS Trade Model Make Serial Number Year Allowance 324D(G) CATERPILLAR(AA) 'OPYT00365 2011 ' $60,000.00' WARRANTY Extended Warranty: 36 months/3000 hours: PT+Hyd Warranty HE Territory Mgr East/Southeast Cell: 317/501.8612 stems Ci . E L,AD, 11 L 6 ®�/� 9 Page of � Y '* • The Richmond Sanitary District wishes to purchase a New Wheel Loader and trade in the current Case 821E(NAF208190) along with the following attachments: pallet forks, material arm, & broom. The trade-in and the attachments are available for inspection at New Paris Pike Landfill, Richmond IN Contact Darren Duncan for inspection at 765-983-7457 Wroeell Loader (950 GC or Equ,uivall it) BASIC SPECIFICATIONS Y )( N Engine max net power according to SAE J1349 shall be at least 225 hp(168 kW) at 1700 rpm. N Engine gross power according to SAE J1995 shall be at least 228 hp (170 kW) at 2200 rpm. Y X N Machine operating weight shall be no less than 41,554 lb (18,849 kg)with a 4.0 cubic yard (3.1 cubic meter) general-purpose bucket with bolt-on edges. Y ` N Machine height to top of ROPS shall be 11'4" (3458 mm). Y X N Machine height to top of hood shall be 8' 9" (2673 mm). Y X N Machine wheelbase shall be 10' 10"(3300 mm). Y N B-Pin maximum height shall be at least 13' 9" (4188 mm). ENGINE Y X N Engine shall be EPA Tier IV Final compliant. Y N Emissions package shall be mounted with bolts to engine block. Y % N Engine electronic control modules and sensors shall be completely sealed against moisture and dust. Y X N Engine max net power according to SAE J1349 shall be at least 225 hp (168 kW) at 1700 rpm. Y X N Passive engine regeneration,without operator input and a different fuel souce, shall be standard. Y N Engine shall provide low rpm idle feature to conserve fuel. Y N Engine shall have a 24-volt starting and charging system. Y N Alternator shall be at least 145 amp. Y X N Machine shall have two maintenance free 1400 CCA batteries. Y N Cooling system shall be isolated from the engine compartment by a non-metallic shield. • POWERTRAIN/TRANSMISSION Y N Machine shall have an electronic powershift countershaft transmission. Y N Machine shall have five speeds forward with a maximum of 22 mph (36 km/h) and three speeds reverse with a maximum of 14 mph (22.7 km/h). Y N Machine shall have an hydraulic controlled, variable on-demand speed fan. HYDRAULIC SYSTEM Y N _ Machine shall feature load-sensing hydraulics to automatically adjust to operating conditions and provide only hydraulic flow required by the implement. Y N Control of raise/lower and rack back/dump shall be able to be operated simultaneously. AXLES Y X N Machine shall have a fixed front axle that is rigidly mounted to the frame. Y K N Rear axle shall oscillate +/- 12° and follow the contour of the ground to allow the cab to stay steady. OPERATOR'S STATION Y N The operator sound pressure level for a standard machine configuration shall be a maximum of 75 dB(A)with the cooling fan speed set at 70% of maximum value, per ISO 6396:2008. Y N Cab shall be attached to the frame with viscous mounts to reduce shock loads from the ground. Y N An integrated ladder with aggressive-tread steps shall keep debris buildup to a minimum. Y N Standard rear vision camera shall be located on the hood to protect it from damage and the elements and help monitor movement behind the loader. Y N Main control panels shall retain large rocker style switches that do not wear out with time. Y X N Seat shall have 6-way adjustments. Y N RH implement controls shall be floor mounted and integrate adjustable armrest; left armrest should be seat-mounted for better ergonomics. f • Y )( N A monitoring system shall be available for critical systems to alert the operator to potential need for service. Three levels of warning shall allow the operator to assess the situation more accurately. Y / N The operator station shall be removable in 45 minutes. Y N Must have Engine Block Heater Y N Heat&Conditioning w/AM/FM radio &spearkers to accommodate city radio Y N 12 Volt Power WORK TOOL OPTIONS Y y N A quick coupler shall be available for ease of changing work tools without leaving the cab. Y X N A quick coupler system that has zero"offset" between coupler and tool shall be available from the factory- must be same brand as manufacturer. Y K N inlcude a 4.0 cyd bucket which must be the same brand as the manufacturer Y N inlcludes 72" pallet forks wihich must be the same brand as the manufacturer Y N includes broom attachment which must be the dame brand as the manufacturer Y X N includes material arm which must be same brand as manufacturer SERVICEABILITY Y , N Machine shall have well protected, easily visible sight gauges for transmission oil, hydraulic oil, and radiator coolant. Y X N If necessary, the entire hood shall be removable using the built-in lift points. Y X N Grease fittings shall be grouped and accessible from the ground level. Y N Transmission oil and hydraulic filters shall be located behind the hinged, right-side access platform. The hydraulic oil tank shall be drainable from this location. Y X N Master shutdown switch shall be housed with the relay panel. • MINIMUM SERVICE FILL CAPACITIES IEES Y N Fuel tank shall hold at least 72.6 gal (275 L). � ;� &AP' 19a-c 29 Y X N DEF tank shall hold at least 4.2 gal (16 L). Y N Cooling system shall hold at least 13.2 gal + 1.3 gal (50+5 L) depending on selection. Y % N Crankcase shall hold at least 4.8 gal (18 L). Y X N Transmission shall hold at least 11.9 gal (45 L). • Y K N Front differential should hold 10 gal (38 L). Y 1� N Rear differential should hold 10 gal (38 L). Y x N Hydraulic tank shall hold 29.6 gal(112 L). • OWNING AND OPERATING COSTS Y X N Recommended hydraulic filter change interval shall be 500 hours. Y N Recommended transmission filter change interval shall be 500 hours, with first time at 250 hours. ADDITIONAL/Misc. Y_ N A system shall be available to collect and track information on machine location, service meter hours, and other relevant items. Machine must be in New; but does not need to be current year The unit bid must meet all specifications execpt the bidder may submit a proposal not conforming 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 preform necessary assembly of machine and pre-service machine for use at time of delivery. Authorized Signature Date Contact Person (print) Phone Number J 7 L 9 Company Name a a h itithr OAT May 10,2021 RICHMOND SANITARY DIST 2380 LIBERTY AVE RICHMOND, Indiana 47374 One(1) New Caterpillar Model:950GC (G)Wheel Loader with all standard equipment in addition to the additional specifications listed below: MACHINE SPECIFICATIONS 950 GC WHEEL LOADER 554-0849 STEERING SYST, STANDARD 390-6000 ARM,MATERIAL HANDLING 2899885 ANTIFREEZE,-34C(-29F) 562-3218 BA30 ANGLE BROOM, HYD,24V 2029000 TIRES,23.5R25 BS VJT*L3 593-2884 COUNTERWEIGHT,3016LBS 469-3139 QUICK COUPLER CONTROL 552-4912 AXLE ARR, (OPEN, OPEN) 573-5681 _QUICK COUPLER, FUSION 310-9391 HYDRAULICS,3V RC ANSI 521-7458 CONVERTER(24V TO 12V/15A) 474-6209 LIGHTS,WORKING,4 HALOGEN 562-4197 RADIO,AM/FM 603-0645 JOYSTICK W/FNR&ONE SAL 553-1406 BKT GP ST 114"4.0 YD3 FUS 382-9834 SUSPENSION SEAT,AIR 489-0438 I ITA TINE, PALLET FORK 72" 530-1869 SELL PRICE $244,145.00 LESS GROSS TRADE ALLOWANCE ($24,000.00) NET DIFFERENCE AFTER TRADE $220,145.00 TRADE-INS Trade Model Make Serial Number Year Allowance 821E CASE(CA) I NAF208190 12010 I $24,000.00 WARRANTY Extended Warranty: 950GC-36 MO/3000 HR POWERTRAIN+ HYDRAULICS+TECH (Tier 4) HE Territory Mgr East/Southeast Cell: 317/501.8612 '. st CAT .,xlk 7o, 29 Page 1 of 2 The Richmond Sanitary District wishes to purchase a New Hydraulic Excavator and trade in the current CAT 326 G(DBD00859) The trade-in is available for inspection at New Paris Pike Landfill, Richmond, IN Contact Darren Duncan for inspection at 765-983-7457 Large Excavator (330 GC or Equivalent) BASIC SPECIFICATIONS - • Y X N Engine net power according to SAE J1349 shall be at least 202 hp (151 kW). • Y N Lift capacity over the front at ground level, 31" (790 mm)track, 6.7 metric ton (14770.Ib) counterweight, 20'2" (6.15 m) Boom, and 10'6" (3.2 m)stick: 20'(6 m)shall no be less than 26,050 lb (12050 kg). 25'(7.5 m)shall be no less than 19,450 lb (9050 kg). Y N Lift capacity over the side at ground level, 31" (790 mm)track, 6.7 metric ton (14770 lb) counterweight, 20'2" (6.15 m) Boom, and 10' 6" (3.2 m)stick: 20'(6 m) shall no be less than 16,950 lb (7850 kg). • 25'(7.5 m)shall be no less than 12,500 lb (5800 kg). Y X N Maximum digging depth with 20'2" (6.15 m) Boom, and 10' 6" (3.2 m) stick shall not be less than 23' 10" (7260 mm). Y X N Maximum reach at ground level with 20'2" (6.15 m) Boom, and 10'6" (3.2 m)stick shall not be less than 35' 1" (10 690 mm). Y N • Operating weight with 20'2" (6.15 m) Boom, and 10' 6" (3.2 m)stick, 31" (790 mm) track, 6.7 metric ton (14770 lb) counterweight, and 1.54 mA3 (2.01 yd"3) GD bucket shall be at least 67,700 lb (30,700 kg). Y la N l Machine must be New, but does not need to be current year ENGINE Y X N Engine shall meet US EPA Tier 4 Final,EU Stage IV Y N Engine must have an U.S. EPA tier 4 Final engine emission system featuring an aftertreatment regeneration solution that ensures the machine works as normal with no operator intervention needed. The regeneration process automatically starts once the filtering system detects soot buildup-with not interruption to machine performance or the work process. Y X N Machine shall be equipped with 8 individual on-demand electronically-driven fans,with reversing capability standard Y N Machine shall have One-touch low idle lets you reduce engine speed when the machine isn't working EX ki b 0-C /_9 A J • a " Y , N - Machine shall have engine idle shut down in which will shut down the machine after an adjustable predetermined amount of time P OWE RTRAI N/T RA N S M I S S I O N Y X N Maximum drawbar pull shall be at least 55,753 lbf(248 kN). • ' HYDRAULIC SYSTEM Y N Main system shall have a maximum flow of 148 gal/min (560 L/min)with two pumps. Y X N Machine shall have electro-hydraulically controlled main valve for all implement functions Y X N Auxiliary hydraulic options available from the factory shall include single-function, double- function, tool control system with medium pressure and tool control system without medium pressure. Y X N Machine shall have automatic 2 speed travel OPERATORS STATION Y N Machine shall have sound suppressed ROPS cab (ISO 12117-2 compliant)with viscous mounting Y N Machine shall be prewired for a system to assist with fleet management and track hours, location, security and product health. Y N Machine shall have mechanically adjustable seat suspension Y N . _ Seat shall have reclining back, upper and lower seat slide adjustments, height and tilt adjustments, adjustable armrests, and a high visibility colored retractable seat belt. Y N Monitor shall include a minimun 8-inch color LCD touchscreen capable of displaying up to two different camera images on the screen w/distortion-free rearview camera picture. Y j N Machine shall be equipped with push-button start ignition Y ` N Machine shall be equipped with a jog dial located on right-hand console to allow operator to scroll through monitor menu functions Y N A rearview camera housed in the counterweight and a right-side camera shall be displayed through the cab monitor shall be offered standard Y N Machine shall have a standard joystick control pattern changer selectable through touchscreen ,. monitor Y�N Must have Engine Block Heater 2.9 • 1. Y N Heat& Conditioning w/AM/FM radio &spearkers to accommodate city radio Y X N 12 Volt Power STICK AND BOOM Y N Machine shall have 20' 2" (6.15 m) reach boom Y '$ N Bucket linkage pins shall have thick chrome plating. Y N Boom and stick built with Large box-section structures with thick, multiple-plate fabrications. These structures shall have castings/forgings designed into the high stress areas like the boom nose, boom foot, and boom/stick cylinders to enhance durability. Y N Machine shall have 10' 6" (3.2 m) stick WORK TOOL OPTIONS Y N Machine manufacturer shall manufacture their own buckets and a wide variety of other work tools to insure proper machine/application match. Y Machine manufacturer shall manufacture their own pin grabber coupler to insure proper match. Y N includes a 54" bucket which brand should be the same as manufacturer. Y N includes a 4 tooth hydraulic thumb which brand should be the same as manufacturer. SERVICEABILITY .1; N Machine shall have sealed and lubricated track rollers, carrier rollers, and idlers. Y X N Service points shall be centrally located with easy access to facility routine maintenance. Y ), N Machine shall be equipped with a fuel tank overfill indicator that rises when the tank is full and visible from ground level. N The left rear service door shall allow easy access to the engine radiator, oil cooler and air-to-air after-cooler. OWNING AND OPERATING COSTS Y X N Front linkage shall have a recommended maintenance interval of 500 hours. Y X N Bucket linkage shall have a recommended maintenance interval of 100 hours. Y X N Engine oil return filter shall a recommended maintenance interval of 500 hours. Y N Hydraulic oil return filter shall have a recommended maintenance interval of 3,000 hours. The unit bid must meet all specifications execpt the bidder may submit a proposal not conforming 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 preform necessary assembly of machine and pre-service machine for use at time of delivery. Authorized Signature Date Contact Person (print) Phone Number Company Name e, _ ATS, fv!ac41I, ter D May 10,2021 RICHMOND SANITARY DIST 2380 LIBERTY AVE RICHMOND, Indiana 47374 One(1)New Caterpillar Model:330GC Hydraulic Excavator with all standard equipment in addition to the additional specifications listed below: MACHINE SPECIFICATIONS 330 GC 07C HEX AM-N DCA2H 593-3253 592-8316 TRAVEL,ALARM 592-8316 559-9611 STICK, R3.2M(10'6") I559-9611 506-5013 BATTERIES,2 506-5013 516-5832 CYLINDER,STICK 516-5832 577-3853 LIGHTS, CAB,W/O 360 577-3853 597-0936 HYDRAULIC PKG,COMBINED 597-0936 555-7286 NETWORK MANAGER, STD 555-7286 517-4758 CONTROL, QC 1517-4758 569-9837 TRACK, 800MM(31")TG 569-9837 516-7688 LINES, QC, REACH BOOM 516-7688 BKT GD 54"2.40YD3 CB 5528271 562-6221 LINES, HP, REACH BOOM 562-6221 PIN GROUP, SPARE 12684450 356-8134 LINES-HP, R3.2M(10'6") STICK 356-8134 COUPLER, PG W/O PINS CB 3897189 484-8021 WIPER, RADIAL W/O LOWER 484-8021 !THUMB GROUP 15782513 502-7166 RADIO,W/BLUETOOTH 502-7166 !BRACKET GP 3859614 593-4952 CAMERA, REAR&RH VIEW 593-4952 SELL PRICE $272,485.00 LESS GROSS TRADE ALLOWANCE ($270,000.00) NET DIFFERENCE AFTER TRADE $2,485.00 TRADE-INS Model Make Serial Number Year Trade Allowance 627G(G) CATERPILLAR(AA) 0DBD00859 12008 ! $270,000.00 WARRANTY Extended Warranty: 330_GC-36 MO/1500 HR POWERTRAIN+HYDRAULICS+TECH (Tier 4) East/Southeast Cell: 317/501.8612 Gt eA`�kik 8 2./ art? Page 1 of 2 4 ""' w BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOW.ALL MEN BY THESE PRESENTS,that we MacAllister Machinery Co. as Principal, hereinafter called the Principal,and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety,hereinafter called the Surety, are held and firmly bound unto Richmond Sanitary District as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ),for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for One(1)Caterpillar 320 GC Excavator,One(1)Caterpillar 330 GC Excavator and One(1)Caterpillar 950GC Wheel Loader NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 11th day of May , 2021 MacAllister Machinery Co. 1 I , (Principal) _45 (Witness) By: `---'k-' (Title) � t 4-:- e_ Li r c -e Travelers Casualty and Surety Company of America (Surety) n_ (Sea!) (Witness) By: dill U if Tina Foster (Title) Attorney-iR..Fact Autumn Schneider ._. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A31®, February 1970 Edition x"6%* 7.; � � 9 4 <z• w •� Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. =''aul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Tina Foster of KNOXVILLE Tennessee , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. 5;14 qTi ORD4 441) �� \'w i W ?fARr�FORO, K �' 6A` 6tYt N.' COW o 9;:ti...-y,� yiy �a �r * State of Connecticut By: City of Hartford ss. Robert L Rane ,senior Vice President On this the 17th day of January,2019,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company,and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. f P• 1:O1AflY My Commission expires the 30th day of June,2021 °Ja'ic I Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance, contract of indemnity,or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President. any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed (under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President.any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 11th day of May ,. 2021 e • a fbl fa, C c 1iACOM:, : C—WA- ra ?" �� v. Kevin E.Hughes,Ass] tart Secretary To vel y the authenticity ofthis Power of Attorney,please call us at l-80D-42I 38SO. Please'afar to the ahoye:nateel Attorney-in-Fact and the'details of the bowl to whirls this Power ofAttorneyis attached