HomeMy WebLinkAbout21-0428 Standard Equipment Company April 28, 2021 Agenda
Bid Item: #4 —Purchase Agreement with Standard Equipment
Company for the purchase of a Tennant S20 LPG Rider
Sweeper ($44,564)
PURCHASE AGREEMENT
This Agreement is hereby made and entered into this 28th day of April , 2021
by and between the City of Elgin,Illinois, a municipal corporation (herein referred to as "City")
and Standard Equipment Company, an Illinois corporation, (herein referred to as "SEC" or
"Seller").
NOW THEREFORE, for and in consideration of the mutual promises and covenants
contained herein, the sufficiency of which is hereby mutually acknowledged, the parties hereto
hereby agree as follows:
1. PURCHASE. City shall purchase,and SEC shall sell the goods described by Attachment
A attached hereto and made a part hereof.
2. TERMS. This agreement shall be subject to the terms and conditions contained herein and
as provided by Attachment A,and City of Chicago Contract#66932("JPA"),incorporated herein
by reference.
3. CONFLICT. In the event of any conflict between any of the terms and provisions of this
purchase agreement and Attachment A hereto or the JPA or any portion thereof, the terms and
provisions of this purchase agreement shall supersede and control.
Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of or
in connection with this agreement shall be the Circuit Court of Kane County,Illinois,without jury.
SEC hereby irrevocably consents to the jurisdiction of the Circuit Court of Kane County,Illinois
for the enforcement of any rights, the resolution of any disputes and/or for the purposes of any
lawsuit brought pursuant to this agreement or the subject matter hereof, and SEC agrees that
service by first class U.S. mail to Standard Equipment Company, 225 S. IL Route 83, Elmhurst,
Illinois 60126 shall constitute effective service. Both parties hereto waive any rights to a jury.
5. NO MODIFICATION. There shall be no modification of this agreement, except in
writing and executed with the same formalities as the original.
6. MERGER. This agreement embodies the whole agreement of the parties. There are no
promises,terms,conditions, or obligations other than those contained herein, and this agreement
shall supersede all previous communications,representations,or agreements,either verbal,written
or implied between the parties hereto regarding the subject matter hereof.
7. INTEREST. SEC hereby waives any and all claims or rights to interest on money claimed
to be due pursuant to this agreement,and waives any and all such rights to interest to which it may
otherwise be entitled, pursuant to law, including, but not limited to, pursuant to the Local
Government Prompt Payment Act(50 ILCS 50511,et seq.)as amended or the Illinois In Act
(815 ILCS 205/1 et seq.)as amended.The provisions of this paragraph shall survive any expiration,
completion,and/or termination of this agreement.
8. SEVERABILITY. The terms of this agreement shall be severable. In the event any of the
terms or the provisions of this agreement are deemed to be void or otherwise unenforceable for
any reason,the remainder of this agreement shall remain in full force and effect.
9. COMPLIANCE WITH LAW. Notwithstanding any other provision of this agreement
it is expressly agreed and understood that in connection with the performance of this agreement,
SEC shall comply with all applicable,federal,state,city and other requirements of law,including,
but not limited to, any applicable requirements regarding prevailing wages, minimum wage,
workplace safety and legal status of employees. Without limiting the foregoing, SEC hereby
certifies,represents, and warrants to the City that all of SEC's employees and/or agents who will
be providing products and/or services with respect to this agreement shall be legally authorized to
work in the United States. SEC shall also at its expense secure all permits and licenses, pay all
charges and fees, and give all notices necessary and incident to the due and lawful prosecution of
the work, and/or the products and/or services to be provided for in this agreement. The City shall
have the right to audit any records in the possession or control of SEC to determine SEC's
compliance with the provisions of this section. In the event the City proceeds with such an audit,
SEC shall make available to the City, SEC's relevant records at no cost to the City.City shall pay
any and all costs associated with any such audit.
10. PAYMENT. City shall pay to SEC the total sum of$44,563.22 within thirty(30)days of
delivery or City's receipt of invoice,whichever is later.The aforementioned total sum is inclusive
of all freight, shipping and applicable taxes, which shall be at SEC's sole expense.
11. DELIVERY. SEC shall complete delivery of all goods on or before July 31,2021.
12. LIMITATION OF DAMAGES. In no event shall either party be liable for any monetary
damages in excess of the purchase price contemplated by this agreement. In no event shall either
party be liable for any consequential,special,or punitive damages resulting from loss of profit.
13. EXECUTION. This agreement may be executed in counterparts, each of which shall be
an original and all of which shall constitute one and the same agreement. For the purposes of
executing this agreement,any signed copy of this agreement transmitted by fax machine or e-mail
shall be treated in all manners and respects as an original docurnent. The signature of any party
on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these
purposes as an original signature and shall have the same legal effect as an original signature. Any
such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal
effect as an original document. At the request of either party any fax or e-mail copy of this
agreement shall be re-executed by the parties in an original form. No party to this agreement shall
raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such
defense.
14. TRANSFER OF TITLE/RISK. Transfer of title, and risk of loss shall pass to the City
upon delivery of the goods. All transportation and delivery shall be at SEC's sole expense.
15. INDEMNIFICATION. To the fullest extent permitted by law,SEC and City agree to and
shall indemnify and hold harmless the other party, its officers,employees,boards and commissions
2
from and against any and all claims, suits,judgments,costs,damages or any and all other relief or
liability, excluding attorney's fees, arising out of or resulting from or through or alleged to arise
out of any willful misconduct or gross negligence of such party or its officers,employees, agents
or subcontractors in the performance of this agreement, including but not limited to, all goods
delivered or services or work performed hereunder.
16. WAIVER. Neither party hereto shall be responsible for any consequential, indirect,
punitive or incidental damages for any reason whatsoever. Any delay or failure to enforce any
rights by either party arising out of or pursuant to this Agreement shall not constitute, and shall
not be construed as,a waiver of any such rights.
17. LINIITATION OF ACTIONS. The parties shall not be entitled to, and hereby waive,
any and all rights that either party might have to file suit or bring any cause of action or claim for
damages of any nature whatsoever and in whatsoever forum against the other party and/or its
affiliates, officers, employees, agents, attorneys, boards and commissions arising out of or in
connection with this agreement after two (2)years from the date of this agreement.
STANDARD EQUIPMENT COMPANY CIT GIN
,1A4- -f-kf W
Print Na Richard G.Kozal
]Rgn�aturc
� C Att st•
e r—Q C®r l City Clerk
Title
FEIN NO.3G LG
F:1Legal DeptlAgrecmenflPurchase Agreement-Standard Equipment Co-Rider 5wee per-Cleon-4-27-2Ldocx
3
ATTACH M ENT A
!rw
" TMNmi&
Quotation
Date 2/22/2021
EQUIPMENT C OMPANY
Quote# T0021521-2
625 S IL Route 83
Elmhurst,IL 60126
(312)829-1919
Bill To: Ship To:
City of Elgin Same
Parks&Recreation
100 Symphony Way
Elgin,IL60120
Attn:Greg Hulke,Parks&Facilities Superintendent
hulke R@cityofelgin.ore
847-812-6993
FOB: Elgin,IL
Terms: Due Upon Delivery
Delivery: Approx 4-6 Weeks After Receipt of Order
Notes: Pricing Per City of Chicago Contract#66932
Item/Description Qty Price Each Total
Tennant 520 LPG Rider Sweeper 1 $34,192.02 $34,192.02
OEM Options: 1 $10,871.20 $10,871.20
LP Tank,33 Lbs
Main Brush,Polypropylene&Wire
Dual Side Brushes,Polypropylene
Vac Wand
HD Front&Rear Bumpers
Outdoor Equipment Package:
Wide Track Radial Pneumatic Tires and Deluxe Suspension Seat
Outdoor Safety Package:
Strobing light,Backup Alarm,Turn Signals and Brake Lights,Slow Moving
Vehicle Sign and Fire Extinguisher
Overhead Cab Guard
Trade-In: MadVac 1 ($500.00) ($500.00)
TOTAL AMOUNT $44,563.22
Sales Representative:
Richard Bakken
rbakken@standardequipment.com
(312)282-1334
Comparable components may be sulutitutedfor those listed.
CREATING A CLEANER, SAFER, HEALTHIER WORLD.
SWEEPING SYSTEM MACHINE DIMENSIONS
Cleaningpath Length 82.31n 2,090mm
Single side brush 50 in 11,270 mm Width 48.51n 1,230 mm
Dual side brush 62In11,575mm Heightwtthout overhead guard 49.6In 1,260mm
Main brush Height with overhead guard 82.1In 2,085mm
Main brush length(tubular) 36 to 1 910 mm Weight,Nat 2,4501151 1,110l g
Main brush lift Mechanical lever MinlmumAisleTum Qeft) 95in 1 2,415mm
Main brush drive Bell
Side broom diameter 231n 1580 mm WARRANTY
Dabda hopper Please see to your local Tennant representative for Information,
Volumecapaclly
Polyethylene hopper 11 it-1310 L Specificallonsbased on standard machine configurations,no options.
Steel hopper 11.26 R'1319 L Specificalionssubject to changewithoulnotice.
Welgh t capaci ty
Polyethylene hopper 750lb 3401(g
Steel hopper 700 lb 1 318 L
Dump height 601n 11,525mm
Dump reach 14 in 1366 mm
POWER SYSTEM
Engine-gasoline
Gross Intermittent Power* 24.2kW 32.6 hp)@3600rpm
-�.— TannnnL-nvammiAoavar__ +a sae.-_ d R h 1.a 2�nn.r•m
ngrne
Gross Intermittent Power* 23.1 kW(31.0 hp)@3600 rpm
TennantGovemed Power 18.3 kW(24.5 hp)@2500rpm
Engine-diesel
Gross Intermittent Power* 14.2 kW(19.0 hp)@2500 rpm
TennantGovemed Power 13.8 W(18.5 hp)@2400 rpm
PROPELLING SYSTEM
Propel speed forward(varable to) 8 mph 112.9 km/h
Propel speed reverse(variable to) 3 mph 14.8 knlh
Gradeabllity
Full hopper 10 deg/17.6%
Empty hopper 14 deg25%
DUST CONTROL SYSTEM
Fillersystem(triple stage)
Stage 1 Perma-Filter'"'
Stage 2 Cyclonic Pre-Filler
Stage3 Canlsteriilter-80ft'1 7.4ma
Dust filtration(seasoned filter) .5 microns@ 99%efficiency
Vacuum fan diameter 9 in 1 230 mm
Vacuum fan motor 1.5 hp 11.1210
Vacuum fan speed 6,480 rpm
For a complete selection ofgenuineTennant brushes and ad lease consult the820P s pads,p art and ConsumablesReference Guide.
•PerSAEJ1995
Rev 8-9-18 Tennant Company
@2018The Tennant Company.All rids reaerved 701 North Lilac Drive,Minneapolis,MN 55422USA
+1.800.653.80331 uwwttennantco.com I Info@tennantcacom
+ A
TENNANT COMPANY WARRANTY
24 MONTHS OR 2000 HOURS- PARTS
6 MONTHS-LABOR
6 MONTHS-TRAVEL
10 YEARS ON DURAMERTM TANKS
w. y
Contaract..S Sheet
Contract(PO)Number: 66932
Specification Number: 192143
Name of Contractor: STANDARD EQUIPMENT
City Department: DEPT OF FLEET&FACILITY MANAGEMENT
Title of Contract: VARIOUS SIZE RIDING FLOOR SWEEPERS/SCRUBBERS-GROUPS Aw
B.C.D AND E
>.
Term of Contract: Start Date: 2/8/2018
End Date: 2/7/2023
AmountC tr NZWONOWLma raa. em
$3,348,260.00
Brief Description of Work: VARIOUS SIZE RIDING FLOOR SWEEPERS/SCRUBBERS-
GROUPS A.B.C.D AND E
Procurement Services Contract Area: VEHICLESIHEAVY EQUIPMENT(CAPITAL)
Please refer to the DPS websile for Contact informilon under 'Doing Business Willi The Cytyl:
Vendor Number: 819699
Submission Date: 2/13/2018
r �
.y
DEPARTMENT OF PROCUREMENT SERVICES
JUN 1020 CITY OF CHICAGO
Gerald Donlon,President_
ftnif'I'd Egqlpment Company
�63(f tiiSfast Walnut
Chleago,lifinols 60612
Subject; Annual Cost increase
Speoification Number: 192143
Contract Number: 66932("Contracr)
Requisition Number: 276612
Re: Contract Modification Award
Dear Mr.DonlonL'
The City of Chicago elects to increase the price of line items 1,6, 11, 16 and 21 in aceordance with Article 0.7
Price AdjustmW,of the above referenced Contract and made changes to the contract based on updates to laws
or City Policies. The effective date of the price Increase is February 8, 201% Attached is a copy of the final
Blanket Purchase Order Modification print reftecting the change.
006webtoit'se.:rtes'_"`hilble_ foi ;fro .'.I' �he:.11' rrd w i
rrr.'
conom c c osure Statement
{iDS iriatdciirYe,:: ste;o.�;iriiS� adin e°`to9 (Ri ►fhb Ci ;arnS.II" ate'ttiei Et3S i tir r
kdeiildrifr 'llte:Iro; C Or fi fa l i rmfrt ti 8;!th 'porilr E! rr::c 646,t ai�itl kiedfefift�She c�ntf��tof�di a ip�e�jf'
�titsjti3 iiti'di ;"Y ui`co tr;'c_t ore tiir s.itha; Qu oti f..a t1 fiviirti:r lib p hav
ns:.. ►° +s: y: ri r:c[ra fig.. 4. j.•...: .
_d B43 �ciiiifii�i�'tfp�.bi`arft�y"diet��MYap��..�H> �r,iht?orj�ia(ion to tti�t'oise;'d��f'riileti����fJ�ifra`�'��. .
fadiitifes.a I�Tip to uiie°of:Re ainri I (I s., �o0..§e�; ubmit- n electroniceliy signed,one-page LDS Certificate of
6IM0, which � �'(i ^ti t ..;e fwDS has been filed. Ad..J#Qnafly, the Mit►iidlpal.Code of Chicago requires the
tilsdlb ure of aYi l ;Ri ships with Elected City; fiiels and Repartifiisnt Pleads. The web address to
hubtiilit year EDSrdaielf4al:Relationships Disclosure Fz httpsiWet�abpscifyofo`tcaggbtgtEDSVlfeti.
Tfie Cfitef:t?raicbiei ent. sr``,f as;d t rm rtgdL on bfill lk f'fFtie. ityr;of:Dtit wi h anti 10 tOTO'Contraci:,that
thi .:ClicEtlrjsta>acyessaYd;tc:.ngesstat titQ:-cleang ?.indr .rmatic9"Vve[e:rat ra�sbribly fdtiet ;at the time
this Agt'e tgeitt Was s}grte�d, r i�E�h® png .; g mna ..to;tt►®'bti inht Agreetirieiil s gfie R or,that the,
chatjge:flr!edr rs!n !testnest os tile.,Cftypth(cpgo.arid tattdtitbriaeti bli t�iifit
lf-you have.any questions,contact Maurl o,Beltran,,Procurement Specialist,at 312-744-8981,.or
Mauncio..8eltrani@cltyofchicagp..arg:.
Smncerr+elly_; n A
Shannon E.Andrews:
Chief Procurementoffit�h
Attachments
SEAImb
cc3; File(Specification No. 192143)
ill NORTH I,ASAIJAI, STRFET. ROOM 808. C:HICAGO, FWAN0I8 60602
�• r*
CITY OF CHICAGO Copy(Vendor)
BLANKET PURCHASE ORDER Reprint
MODIFICATION
Furnish the supplies and/or services described below In conformance with conditions set forth herein and in your offer.
DATE OF PO PO END
AWARD DEPT# PURCHASE SPECIFICATiON VENDOR SITE START DATE PAGE
NUMBER
ORDER NUMBER NUMBER NAME DATE
6/19/2020 38 66932 192143 819699 A 218/2018 217/2023 1
BUYER: ORDERED FROM:
31266 MAURiCIO BELTRAN 3127448981 STANDARD EQUIPMENT
2033 WEST WALNUT STREET
CHICAGO,iL 60612
M0DIFICAT10NS
THiS iS NOT A NEW CONTRACT. THE QUANTITIES,UNIT COSTS AND EXTENDED TOTAL COSTS LISTED BELOW
INCLUDE THE ORIGINAL AND ALL MODIFICATIONS TO THIS CONTRACT TO DATE. ALL OTHER TERMS AND
CONDITIONS REMAIN UNCHANGED AND IN EFFECT.
PO VARIOUS SIZE RIDING FLOOR SWEEPERSiSCRUBBERS-GROUPS A.13.C.D AND E
DESCRIPTION:
COMMODITY INFORMATION
Item Item Description U0M Unit Cost
1 3653042200 FLOOR MAINTENANCE MACHINES-POLISHING AND SCRUBBING MACHINE, Each 34,192.02
MEDIUM SIZE RIDING FLOOR SWEEPERS.
2 36530.43 FLOOR MAINTENANCE MACHINES-POLiS_HING AD SC UBBI G 0.
3 36530.44 FLOOR MAINTENANCE MACHINES-POLISHING SCRUBBING MACHINE, USD 0.00
PARTS,CAPTIVE OR ACCESSORY(NO DISCOUNT).
4 9342951100 MAINTENANCE AND REPAIR OF FLOOR SCRUBBING MACHINES-EQUIPMENT Hour 144.00
MAINTENANCE-FLOOR MAINTENANCE MACHINES,LABOR REGULAR
BUSINESS HOURS MONDAY THRU FRIDAY 7:00 AM-3:00 PM IN
CONTRACTOR'S SHOP.
5 9347951105 MAINTENANCE AND REPAIR OF FLOOR SCRUBBING MACHINES-EQUIPMENT Each 160.00
MAINTENANCE-FLOOR MAINTENANCE TRANSPORTATION FOR REPAIR EACH
WAY.
6 3683042202 FLOOR MAINTENANCE MACHINES-POLISHING AND SCRUBBING MACHINE, Each 47,209.9E
LARGE SIZE RiDiNG FLOOR SWEEPERS.
7 36530.43 FLOOR MAINTENANCE MACHINES-POLISHING AND SCRUBBING MACHINE, USD 0.00
OEM OPTIONS(NO DISCOUNT).
8 36530.44 FLOOR MAINTENANCE MACHINES-POLISHING AND SCRUBBING MACHINE, USD 0.00
PARTS,CAPTIVE OR ACCESSORY(NO DISCOUNT).
9 9342951100 MAINTENANCE AND REPAIR OF FLOOR SCRUBBING MACHINES-EQUIPMENT Hour 144.00
MAINTENANCE-FLOOR MAINTENANCE MACHINES,LABOR REGULAR
BUSINESS HOURS MONDAY THRU FRIDAY 7:00 AM-3:00 PM IN
CONTRACTOR'S SHOP.
10 9342961105 MAINTENANCE AND REPAIR OF FLOOR SCRUBBING MACHINES-EQUIPMENT Each 160.00
MAINTENANCE-FLOOR MAINTENANCE TRANSPORTATION FOR REPAIR EACH
WAY.
11 3653042204 FLOOR MAINTENANCE MACHINES-POLISHING AND SCRUBBING MACHINE, Each 54,483.46
RIDING FLOOR SWEEPERISCRUBBER.
12 36530.43 FLOOR MAINTENANCE MACHINES-POLISHING AND SCRUBBING MACHINE, USD 0.00
OEM OPTIONS(NO DISCOUNT).
13 36530.44 FLOOR MAINTENANCE-POLISHING AND SCRUBBING MACHINE,PARTS, USD 0.00
CAPTIVE OR ACCESSORY(NO DISCOUNT).
Payment on this order Will be made upon recelpt of an original vendor Invoice form referencing this order and associated Recelpt(s).
Submit tho original Invoice to the Office of the City Comptroller,Invoice Intake Division,33 N.LaSalle,Room 700,Chicago,IL 60602.
Mark all packages and papers with the purchase number.
Any deliveries containing overshipments will be reflected unless otherwise authorized In this purchase.
This purchase Is subject to the City of Chicago General Conditions for Supplies. Work,or Professional Consulting Services; Special Conditions,
Disclosure,Ownership,Acceptance Page,as applicable,which are attached hereto or incorporated herein by reference.