HomeMy WebLinkAbout25-31 Mwor
David J. Kaptain
� City Council
Corey D. Dixon
E LG I N Dustin R. Good
Rosamaria Martinez
THE CITY IN THE SUBURBS' Anthony Ortiz
Tish S. Powell
Carol J. Rauschenberger
F.John Steffen
Steven F.Thoren
City Mari p,,er
To: Rick Kozal, City Manager Richard G. Kozal
From: Aaron Neal, Public Works Director
Re: Execution of one (1) Purchase Agreement for Fleet and Equipment Procurement
Date: July 23, 2025
Attached for your execution is one (1) purchase agreement, drafted by our legal department, for the
procurement of one (1) Caterpillar Model: 308-07A Mini Hydraulic Excavator from Altorfer Industries, Inc
in the amount of $164,165. This agreement is in accordance with and included within the approved
Resolution No. 25-31, adopted on February 26, 2025, which authorizes the City Manager to execute
agreements throughout the year for fleet and equipment purchases.
Earlier this year you have executed agreements representing a total of $4,308,752.30 out of the
$4,928,500 in funds authorized under the resolution. This fourth submission and request for execution
includes an additional $164,165 of budgeted funds which will bring the YTD total to $4,472,917 of the
$4,928,500 authorized.
For your reference, I have also attached a copy of the resolution.
I have confirmed that funds are available for this agreement from Utility Department account 401-4002-
771.92-46.
Singular agreements for signature is:
Altorfer Industries, Inc. - $164,165.00
Total: $164,165.00
Please let me know if you have any questions or require further information. Additional agreements are
forthcoming and will include the same level of detail included here.
150 Dexter Court, Elgin, IL 60120 847-931-6001 www.cityofelgin.org
Resolution No. 25-31
RESOLUTION
AUTHORIZING 2025 VEHICLE AND EQUIPMENT PROCUREMENTS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that due to continuing supply constraints within the motor vehicle industry the City Council has
determined that an exception to the procurement ordinance is necessary and in the best interest of
City in connection with 2025 fleet vehicle and equipment procurements to maintain timely service
delivery for core fleet vehicles.
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that the City Manager is hereby authorized to proceed with 2025 fleet vehicle and
equipment procurements for the vehicles and equipment set forth in Exhibit A attached hereto and
made a part hereof by this reference, in the total amount not to exceed $4,928,500, and that the
City Manager is hereby further authorized to execute all necessary and required contracts and other
documents for the purchase of such vehicles and equipment in forms as approved by the
Corporation Counsel.
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS,that the City Manager is directed to submit to the City Council a year-end written report
prior to the end of 2025 reporting on all procurements for 2025 fleet vehicle and equipment
purchase pursuant to the authorization provided in this resolution.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: February 26, 2025
Adopted: February 26, 2025
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
EXHIBIT A
2025 VEHICLE PROCUREMENT
Description
Street Sweeper
Snow& Ice Vehicles (2)
Police Vehicles and Upfit(multiple)
Four(4) Ford Hybrid Vehicles
Five (5) Ford Hybrid Vehicles
15 Passenger Van
Pickup Truck
Pickup Truck
General Fleet Replacement(Multiple)
Trailer for Road Plates/Shoring
Body & Plow Upfit
Van
Excavator/Trailer
Van
Pickup Truck
1-Ton Pickup Truck
Box Truck
Flatbed
Six Wheeler
Pick up Truck and 1 Ton Dump
General Equipment
Forestry Chipper
PURCHASE AGREEMENT
THIS AGREEMENT is hereby made and entered into this 2 day of J , 2025,
by and between the City of Elgin, Illinois,a municipal corporation (hereinafter referred t s "City")
and Altorfer Industries, Inc., a Delaware Corporation, (hereinafter referred to as "Seller").
NOW, THEREFORE, for and in consideration of the promises and covenants contained
herein, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as
follows:
l. PURCHASE. City shall purchase, and Seller shall sell the goods and/or services to the City
as described in the 4 page proposal, dated April 14, 2025 attached hereto and made a part
hereof as Attachment A, and as provided by the Sourcewell Caterpillar Contract #032119 CAT,
incorporated by reference(the"Sourcewell Agreement").
2. TERMS. This Agreement shall be subject to the terms and conditions contained herein and
as provided by Attachment A, which is attached hereto and made a part hereof and the Sourcewell
Agreement. In the event of any conflict between any of the terms and provisions this Agreement and
either Attachment A or the Sourcewell Agreement, or any portion thereof, the terms and provisions
of this Agreement shall supersede and control. In the event of any conflict between Attachment A
and the Sourcewell Agreement, Attachment A shall supersede and control.
3. LAW/VENUE. This Agreement is subject to and governed by the laws of the State of
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. Seller 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 Seller agrees that service by first
class U.S. mail to shall constitute effective service. Both parties hereto waive any rights to a jury.
4. NO MODIFICATION. There shall be no modification of this Agreement,except in writing
and executed with the same formalities as the original.
5. 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.
6. INTEREST. Seller 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 505/1, et seq.), as amended, or the Illinois Interest 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.
7. 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.
8. 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, Seller
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
nondiscrimination and legal status of employees.
9. COUNTERPARTS AND 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. This
Agreement may be executed electronically, and any signed copy of this Agreement transmitted by
facsimile machine,email, or other electronic means shall be treated in all manners and respects as an
original document. The signature of any party on a copy of this Agreement transmitted by facsimile
machine,email,or other electronic means shall be considered for these purposes an original signature
and shall have the same legal effect as an original signature.
10. PAYMENT. City shall pay the total sum of One Hundred Sixty-four Thousand One Hundred
and Sixty -five Dollars ($164,165.00) within thirty (30) days of delivery or city's receipt of invoice,
whichever is later. The aforementioned total sum is inclusive of all freight and shipping costs. The
City of Elgin is a tax-exempt governmental entity.
11. LIMITATION OF DAMAGES. In no event shall City be liable for any monetary damages
in excess of the purchase price contemplated by this Agreement. In no event shall City be liable for
any consequential, special or punitive damages,or any damages resulting from loss of profit.
12. 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 Seller's sole expense.
13. INDEMNIFICATION. To the fullest extent permitted by law, Seller agrees to and shall
indemnify, defend and hold harmless the City, its officers, employees, boards and commissions from
and against any and all claims, suits,judgments, costs, attorney's fees, damages or any and all other
relief or liability arising out of or resulting from or through or alleged to arise out of any acts or
negligent acts or omissions of Seller or Seller's 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. In the event of any action against the City, its officers, employees, agents,
boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, such
action shall be defended by legal counsel of the City's choosing.
14. WARRANTY. All applicable warranties, including but not limited to any and all applicable
manufacturer's warranties, warranties of merchantability, and warranties of fitness for a particular
purpose,are included as part of this Agreement,and shall apply to all goods,accessories,components,
and services to the benefit of the City.
15. RELATIONSHIP BETWEEN THE PARTIES. This Agreement shall not be construed
so as to create a joint venture, partnership, employment or other agency relationship between the
Parties hereto.
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. LIMITATION OF ACTIONS. In no event shall City be liable for any monetary damages
in excess of the purchase price contemplated by this Agreement. In no event shall City be liable for
any consequential, special or punitive damages,or any damages resulting from loss of profit.
18. TIME IS OF THE ESSENCE. Time is of the essence of this Agreement.
19. NONDISCRIMINATION. The Seller will not discriminate against any employee or
applicant for employment because of race,color, religion,sex,national origin,age,ancestry,order of
protection status, familial status, marital status, physical or mental disability, military status, sexual
orientation, or unfavorable discharge from military service which would not interfere with the
efficient performance of the job in question. The Seller will take affirmative action to comply with
the provisions of Elgin Municipal Code Section 5.02.040 and will require any subcontractor to submit
to the City a written commitment to comply with those provisions. The Seller will distribute copies
of this commitment to all persons who participate in recruitment, screening, referral and selection of
job applicants,prospective job applicants,and subcontractors.
The persons signing this Agreement certifies that s/he has been authorized by the Seller to commit
the Seller contractually and has been authorized to execute this Agreement on its behalf.
IN WITNESS WHEREOF,the Parties have hereto set their hands the day and year first above written.
ALTORFER INDUSTRIES, INC. CI ELGIN
0.AACLOIT. WNa k
Print Name Richard G. Kozal, ity anage
Attest:
Signature
hi‘‘‘A
Title Ity Clerk
Legal Dept\AgreemenMltorfer Industries,Inc-Purchase Agr-CAT-6-I6-25.docx
3
Quote 129927-01
ALTORFER CT
129927-01
April 14. 2025
CITY OF ELGIN /
CIO ACCOUNTS PAYABLE '
1900 HOLMES n01 4
ELGIN, IL 60120 .„
Attention: Tom Corbett {
S
ro •
Dear Tom,
We would like to thank you for your interest in our company and our products and are pleased to quote the following for your
consideration.
ONE(1) NEW CATERPILLAR MODEL: 308-07A CR MINI HYDRAULIC EXCAVATOR WITH ALL STANDARD EQUIPMENT IN
ADDITION TO THE ADDITIONAL SPECIFICATIONS LISTED BELOW:
STOCK NUMBER:Y01144 SERIAL NUMBER:0GG811657 YEAR: 2025 SMU:4.20
We wish to thank you for the opportunity of quoting on your equipment needs.This quotation is valid for 30 days, after which time
we reserve the right to re-quote. If there are any questions, please do not hesitate to contact me. In closing,we do greatly
appreciate this opportunity to earn your business.We are confident that our products, backed by our unparalleled product
support after the sale,will exceed your expectations.
Sincerely,
&Lavok& ..roiAzu#4.4,
Claudia Tonelli
Machine Sales Representative
Page 1 of 4
Quote 129927-01
ONE(1) New Caterpillar Model: 308-07A CR MINI HYDRAULIC EXCAVATOR WITH ALL STANDARD EQUIPMENT IN
ADDITION TO THE ADDITIONAL SPECIFICATIONS LISTED BELOW:
STANDARD EQUIPMENT
POWERTRAIN-CAT C3.3B diesel engine-US EPA Tier 4 Final/EU Stage V/-China NR III-ISO 9249/EEC 80/1270-Rated net
power 55kW/72hp-Electronic engine, turbo, DPF-Automatic engine idle-Automatic engine shut-off-Automatic swing brake-
Automatic two speed travel-Fuel water separator with indicator-Radial seal air filter-Double element with warning indicator-
Extended life coolant-37C
UNDERCARRIAGE-Greased and lubricated track-Hydraulic track adjusters-Tie down eyes on track frame-
HYDRAULICS-Smart tech electronic pump-Variable displacement piston pump-Load sensing/flow sharing hydraulics-Power on
demand-Hydraulic temperature monitoring-Accumulator-certified-Hydro advanced hydraulic oil-
ELECTRICAL-90 ampere alternator-850 CCA maintenance free battery-Battery disconnect-Circuit breaker-Ignition key stop
switch-Signaling/warning horn-Work lights—Cab, boom left,front right—Courtesy safety light-
OPERATOR ENVIRONMENT-Sealed and pressurized cab-Ergonomic joysticks control levers-Adjustable wrist rests-Air
conditioner/heater with defroster&-Automatic temp control-Coat hook-Color LCD monitor: —Fuel level, coolant temp, &warning-
indicators—Maintenance and machine monitoring —Performance&machine adjustments--Numeric security code—Multiple
languages—Hour meter--Ground level wakeup switch—Jog dial control interface-Cup holder-Hydraulic lockout for all controls-
LED interior light-Literature holder-Mirror rear view-Cab left-Molded footrests-Openable front windshield with assist&-integrated
lower window-Rear window emergency exit-Removable washable floor mat-Retractable seat belt-Seat, fabric, high back,
suspension-Travel control pedals with hand levers-Utility space for mobile phone-Front post mounted windshield wiper&-washer
-Skylight-Mounting bosses for front&top guard
FLUIDS-Extended life coolant-37C-Hydro advanced hydraulic oil
OTHER STANDARD EQUIPMENT-Accumulator, certification-Caterpillar corporate"one key"system-Door locks on cab door and
external-enclosure doors-Lockable fuel cap-Beacon Socket-Ecology drain-engine-Radial seal engine air filter, double-element
with restriction indicator-Side by side engine&hydraulic oil-cooler-Hydraulic fluid temperature monitoring -Joystick travel and
steering mode-Travel cruise control-High definition hydraulics—load sensing/flow sharing-Power on demand-Rear reflectors-Roll
over protective structure(ROPS)-(ISO 12117-2)-Product link elite lite(regulations-apply)-Auxiliary hydraulic lines: — 1-way and 2-
way(combined function)—Auxiliary line quick disconnects—In cab adjustable auxiliary flow--Continuous flow-
(it
I- nil
.1, la •-
�.,
Page 2 of 4
Quote 129927-01
MACHINE SPECIFICATIONS
308 07A CR MHE CFG14A 658-8373
DRAIN, ECOLOGY 382-8757
ALARM, TRAVEL 511-6157
LIGHTS, LED 511-6217
ELECTRICAL ARR, C3.3 HRC 511-6253
308 07A CR MINI EXCAVATOR 512-1401
HYDRAULIC AR 512-1420
UNDERCARRIAGE AR 512-1441
CHASSIS AR 512-1513
LUBRICANT GP 544-2949
FILM GP-QR 624-4514
BOOM, SWING 512-2573
LINES. BOOM 514-8055
LINES. STICK 514-8067
ENGINE, EPA TIER 4 FINAL 518-6184
SOFTWARE, PROPORTIONAL CONTROL 557-1709
SOFTWARE, STICK STEER CONTROL 557-1710
SOFTWARE, 2 WAY CONTROL 557-1711
SOFTWARE, CODED START 557-1713
LANE 2 ORDER OP-9002
STICK, LONG, 2ND AUX 563-2083
EOU BKT LINK WITH EYE, 8T 605-3290
CYL GP-LINES& 521-2883
EOU BKT LINK WITH EYE, 8T 606-6545
STD BLADE, STD U/C, TG W/PAD 562-3698
EOU HARDWARE, 8 TON 605-5217
WIRING GP 604-0127
SENSOR GP-MTG& 605-6979
SENSOR GP-MTG& 605-6980
SENSOR GP-MTG& 605-6982
SENSOR GP-MTG& 605-6984
SENSOR GP-MTG& 605-6982
SEAT. AIR SUSP, FABRIC. HEATED 510-6070
BELT. SEAT, 3" RETRACTABLE 510-6085
INTEGRATED RADIO V2 639-4467
MONITOR NEXT GEN. ADVANCED, CR 511-6177
PRODUCT LINK, CELLULAR PLE643 628-8023
CAT KEY. WITH PASSCODE OPTION 522-6460
COUNTERWEIGHT. EXTRA, 550LBS 525-6657
CAMERA, REAR VIEW 511-6235
INSTRUCTIONS,ANSI 523-3993
SERIALIZED TECHNICAL MEDIA KIT 421-8926
SEA, E-FENCE SOFTWARE 614-8128
SEA, INDICATE SOFTWARE 614-8131
LIGHT. REAR, LED 511-6211
HEATER,WATER JACKET 415-2556
CONTROL, QC, 3 LINE 520-0778
LINES. QC. LNG STK, 3 LINE 516-1613
DEALER PDI SERVICES-STANDARD 590-9287
Page 3 of 4
Quote 129927-01
WORK TOOLS
COUPLER, PG, HYDR.D.LOCK,7-9T 485-5302
THUMB, HYDRAULIC,7-9T,LINK,PG 305-6745
HAMMER, H95S 561-2555
HAMMER LINES, H80-H95, MHE 7-10T 397-2420
HAMMER BRACKET, MHE 7-9T,50MM,XL 564-9840
ATTACHMENT PINS, BUCKET,50MM(4 SETS) 308-0324
WARRANTY&COVERAGE
Standard Warranty: 24 Months/2,000 Hours Full Machine Standard Warranty
Extended Coverage: 308-60 MO/2000 HR POWERTRAIN +HYDRAULICS+TECH
LIST PRICE $206.502.00
WERK-BRAU 12" SPADE TOOTH BUCKET 5.0 FT3 $2.374.00
WERK-BRAU 24" SPADE TOOTH BUCKET W SIDE CUUTERS 9.2 FT3(X2) $6,570.00
WERK-BRAU 24" STANDARD TOOTH BUCKET 9.2 FT3 $2.740 00
WERK-BRAU 12" STANDARD TEETH W SIDE CUTTERS 5.0 FT3 $2,124.00
WERK-BRAU 36" SPADE TEETH 14.4 FT3 $3,745.00
PROGRAM OF THE ADDITIONAL BUCKETS $1,200 00
HAMMER, H95S $20.480.00
FREIGHT& DEALER PREP $4,040.00
SOURCEWELL GOVERNMENTAL DISCOUNT ($58,910.00)
NET BALANCE DUE $190,865.00
ADDITIONAL DISCOUNT ($3,000.00)
TRADE IN VALUE(CASE 590SM JJG0288404) ($22,500.00)
TRADE IN BUCKETS ($1,200.00)
AFTER TAX BALANCE $164,165.00
ADDITIONAL CONSIDERATIONS
• Delivery is out of our inventory and subject to prior sale.
F.O.B/TERMS:
Customer Site
ALTORFER CAT
Page 4 of 4