Loading...
HomeMy Public PortalAbout175-2021 - Sanitary - MacAllister Machinery Company - Dozer Undercarriage Replacement ORIGINAL. AGREEMENT THIS AGREEMENT made and entered into this J`1 day of D ace..s.1b' ,, 2021, and referred to as Contract No. 175-2021 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and MacAllister Machinery Company, 6300 Southeastern Avenue, Indianapolis, IN 46203 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to retain Contractor to replace the undercarriage of a D6T Dozer consistent with the Repair Estimate provided by Contractor with an effective date of September 9, 2021, which Estimate is attached hereto and incorporated by reference herein as Exhibit "A". Contractor shall satisfactorily provide the services set forth in the attached Exhibit "A" and furnish any materials referenced therein in order to complete the services. 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 all labor, material, equipment, and services necessary for the proper completion of all work specified. 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. SECTION III. COMPENSATION City shall pay Contractor the sum of forty-six thousand three hundred thirty-five dollars and 20/100 ($46,335.20) as complete consideration for the completion of the work described herein, and within the attached Exhibit. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and remain in full force and effect until Contractor completes the services described herein, and within the attached Exhibit. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) days written notice specifying the effective date and the reasons for termination which shall include but are not be limited to the following: 1 I Page 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. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty(30)days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated,but shall be relieved of any other responsibility herein. 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 2 I Page Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence 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 3 I Page 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 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. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement,with respect to hire, tenure, terms, 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 4 I Page be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion,negotiation,or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County,Indiana,regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. 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 attomey'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 maybe affixed on different dates. [Remainder of this Page Intentionally Left Blank. Signatures to Follow on Page Six] 5 I Page "CONTRACTOR" MacAllister Machinery Company By: - - --- ' (Printed): E,.. Viz kii— Title: IL 4. iv\... r- Dated: I" i(-1-2 2- 6 I Page "CITY" The City of Richmond,Indiana,by and through its Board of Sanitary Commissiopers Sue Miller,President Dated: /2//Y/2/ a , ice President Dated: `---16 —11 S s,Member Dated: / l4f-01-/ APPROVED: . Sno Mayo Dated: �Z ZZ 7iF�ZJ 7 I Page Exhibit A to Contract: City and MacAllister Account Number: 5827000 m aCA111ster 11 Quotation#: 36865 Repair Estimate Bill to: Ship to: RICHMOND SANITARY DIST RICHMOND SANITARY DIST 2380 LIBERTY AVE RICHMOND,Indiana 47374 RICHMOND,Indiana 47374 �r ;rrt,ii7' 7-4 0ineraI.information, 'D - ,n: ,t ' . #§,p Contact name: Darren Duncan Phone number: 765-983-7450 Unit number: Manufacturer: CATERPILLAR Model: D6T Serial number: ONDY00300 Effective date: 2021-09-07 Expiration date: 2021-10-07 Meter: 4078(hours) "+iF ,r* K4 stein T t s r- ++rE r<te r ar . >#-'"a De* ption f µ �4D Unit3Priae i anti i�E'xt+Price Replacement Tracks $20,091.10 Replacement Rollers SF $3,836.16 Replacement Rollers DF $2,961.00 Replacement Carrier Rollers $505.00 Replacement Idlers $5,513.32 Replacement Sprockets $1,192.70 If Needed.Replacement Track Guide Guard Group $1,559.96 Front&Rear Wear Strips $563.96 Estimated Field Labor to R&I Undercarriage $5,183.00 1 $5,183.00 Labor to Assemble Links/Shoes $1,592.00 1 $1,592.00 Estimated Labor to Install Guiding Guards $1,187.00 1 $1,187.00 Estimated Travel Time and Mileage $950.00 1 $950.00 Estimated Courier Freight Round Trip • $1,200.00 1 $1,200.00 Sub-total $46,335.20 Total $46,335.20 *NOTE: TAX AND FREIGHT CHARGES ARE ADDITIONAL TO PRICES LISTED ABOVE. Submitted by:Mark J Naaman Customer Signature: Cell: 317-452-0723 2021-09-07 16:51:13 EXHIBIT iT PAGE Lop/OF L/ Account Number 5827000 ! 1acA111s'ter , CIT Quotation#: 36865 Repair Estimate Email: marknaaman@macallister.com 1 I 2021-09-0716:51: 3 E) IB .PAGE P ---OF I ° ; Account Number: 5827000 E!ilacAllls'ter ' C AT(1)® Quotation#: 36865 Parts Attachment Replacement Tracks � "llA'Y ao- -� ✓+. 3t ax s ,�,"`. x S ,� t,':7 P A'L,� `.. +av y t, �, Uen dor t.' 4ty,,?SPa *number,i k aDescriptiohg , lieji rntjpr cer: Ext p,�lice��- ,. ' •Note; s ; CATERPILLAR 80 1571373 SHOE-TRACK $83.57 $6,685.60 2 1571374 SHOE-M-TRACK $86.92 $173.84 320 181860 NUT $1.1 $352.00 2 5654421 LINK AS-TRAC $6103.43 $12,206.86 320 6V1792 BOLT $2.01 $643.20 8 9S1838 BOLT-TRACK $3.7 $29.60 Replacement Rollers SF Vendor l p._.7:Pant number 1 Ai Des"c„p n `G,; Un t riceB-. I , priv4 : ‘ :Nofo CATERPILLAR 8 2880934 ROLLER GP SF $397.74 $3,181.92 16 3179080 CAP TRK RLR $28.21 $451.36 32 8T0360 BOLT $5.36 $171.52 32 8T3282 WASHER $0.98 $31.36 Replacement Rollers DF Vendor 1 mnumber. 1/4' ;. De,scup i'onm pit p"ri'ce Ezt.p,ice'; N fevm CATERPILLAR 6 2880935 ROLLER GP DF $414.04 $2,484.24 12 3179080 CAP TRK RLR $28.21 $338.52 - 24 6V3669 BOLT $4.78 $114.72 24 8T3282 WASHER $0.98 $23.52 Replacement Carrier Rollers Vendor , Qty. " `rQescnpt'on Uhitpice Extprice ' Note CATERPILLAR 2 2355974 ROLLER GP-CA $252.5 $505.00 2021-09-07 16:51:13 2, Page 3 c/ EXHIBIT 3 PAGE a OF / Account Number: 5827000 !ilacAll/ster Quotation#: 36865: tA1' Parts Attachment Replacement.Idlers 'T VendO r �Qty „Part number'. �,g`Description t ° `UniE�price a Ezt price, .n.�ssdsib � _3to'v ..�'4#° -t 4 w�. � a��« rry 9�t�S;�:-} s,_"'4et�. � aCv r=:� CATERPILLAR 4 2024304 IDLER G TRAC $1378.33 $5,513.32 Replacement Sprockets ^Ve dor y,, Qty Pa u nber�;i igi scr�,p.Eion '' e t price ��;Ext;price" 3X* Mote CATERPILLAR 10 1730946 SEGMENT-SPRO $103.92 $1,039.20 50 2S5658 WASHER $0.71 $35.50 50 6V0937 BOLT $1.17 $58.50 50 7H3607 NUT $1.19 $59.50 If Needed Replacement Track Guide Guard Group 1lendo Qty` Part n mben, Uescr ptio"n „Un�tprice �y0ztprlce �'';' Noted:.°-4„ e "drea�'rNar4 J �'� ,z/!.zz4 .x.s.- �° 'l�" c:swc:' �.- - CATERPILLAR 8 1662287 SPACER $25.63 $205.04 8 1739685 BOLT-HEX HEA $4.84 $38.72 2 2685945 GUARD AS $658.1 $1,316.20 Front&Rear Wear Strips VendorU.151'Part numb iDescri tlon , ' Unitq rice'._ Vct price` i CATERPILLAR 4 1893032 STRIP $69.07 $276.28 4 2792570 STRIP $59.67 $238.68 28 8T4139 BOLT $1.01 $28.28 28 8T4223 WASHER $0.74 $20.72 2021-09-07 16:51:13 ���� PageF _ EXHIBIT