Loading...
07-85 Resolution No. 07-85 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH STANDARD EQUIPMENT COMPANY FOR PURCHASE OF ELGIN STREET SWEEPERS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin, City Manager, and Dolonna Mecum, City Clerk,be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Standard Equipment Company, for purchase of two Elgin Pelican Street Sweepers, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: April 11, 2007 Adopted: April 11, 2007 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk CITY OF ELGIN AGREEMENT WITH STANDARD EQUIPMENT COMPANY FOR PURCHASE OF TWO ELGIN PELICAN STREET SWEEPERS This Agreement is made and entered into this day of March, 2007 by and between the City of Elgin ("the CITY"), a municipal corporation organized and existing under the laws of the State of Illinois, and Standard Equipment Company, incorporated in the state of Z�l���,s , and having a principal place of business at 2033 West Walnut Street, Chicago, Illinois 60612 ("the CONTRACTOR"). ARTICLE I. DEFINITION. "THIS CONTRACT" as used herein shall mean this Agreement,the Request for Proposals (RFP) including all documents referenced therein and the Contractor's Proposal response dated January 26, 2007, (Proposal) thereto incorporated by reference herein and made a part hereof. The CONTRACTOR agrees to provide the goods and/or services all in accordance with the RFP and CONTRACTOR'S Proposal. In the event there is a conflict between this Agreement and the Proposal documents, the Proposal documents shall supersede this Agreement. ARTICLE IL DURATION AND COMPENSATION. The CONTRACTOR shall commence the performance of THIS CONTRACT upon receipt of a fully executed Contract from the City. The work shall be complete when the CONTRACTOR has provided and delivered the two street sweepers to the CITY. Compensation to the CONTRACTOR shall be in the amount of S136,656.00 for One-2007 Elgin Pelican NP street sweeper and S129,552.00 for One-2007 Elgin Pelican P street sweeper,with the total compensation not to exceed Two Hundred Sixty-Six Thousand Two Hundred Eight Thousand Dollars (S266,208). ARTICLE III. TERMINATION. The following shall constitute events of default under THIS CONTRACT: a) any material misrepresentation made by the CONTRACTOR to the CITY,b) any failure by the CONTRACTOR to perform any of its obligations under THIS CONTRACT including, but not limited to,the following: (I) failure to commence performance of THIS CONTRACT at the time specified in THIS CONTRACT due to a reason or circumstance within the CONTRACTOR'S reasonable control, (ii) failure to perform THIS CONTRACT with sufficient personnel and equipment.or with sufficient material to ensure the completion of THIS CONTRACT within the specified time due to a reason or circumstance within the CONTRACTOR's reasonable control,(iii) failure to perform THIS CONTRACT in a manner reasonably satisfactory to the CITY, (iv) failure to promptly re-perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory, (v) failure to comply with a material term of THIS CONTRACT, including,but not limited to the Affirmative Action requirements,and(vi) any other acts specifically and expressly stated in THIS CONTRACT as constituting a basis for termination for cause. The CITY may terminate THIS CONTRACT for its convenience upon fourteen (14) days prior written notice. ARTICLE IV. DAMAGES. From any sums due to the CONTRACTOR for goods or services,the CITY may keep for its own the whole or any part of the amount for expenses, losses and damages as directed by the Purchasing Director, incurred by the CITY as a consequence of procuring goods or services as a result of any failure,omission or mistake of the CONTRACTOR in providing goods or services as provided in THIS CONTRACT. ARTICLE V. GOVERNING LAWS AND ORDINANCES. This CONTRACT is made subject to all the laws of the State of Illinois and the ordinances of the CITY and if any such clause herein does not conform to such laws or ordinances, such clause shall be void(the remainder of the contract shall not be affected) and the laws or ordinances shall be operative in lieu thereof. ARTICLE VI. AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment,screening,referral and selection of job applicants and prospective subcontractors. ARTICLE VII. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in THIS CONTRACT without prior written consent of the CITY. ARTICLE VIII. AMENDMENTS. There shall be no modification of the CONTRACT,except in writing and executed with the same formalities of the original. ARTICLE IX. NOTICES. Any notice given under this CONTRACT shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S. mail, certified or registered, return receipt requested, addressed, if to CONTRACTOR, at the address set forth above to the attention of the project manager or undersigned representative, and if to the City, to the attention of the City Manager, 150 Dexter Court, Elgin, IL 60120 or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE X. INDEMNIFICATION. To the fullest extent permitted by law,Contractor 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 Contractor or Contractor'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. ARTICLE XI. PUBLICITY. The CONTRACTOR may not use,in any form or medium,the name of the City of Elgin for public advertising unless prior written permission is granted by the CITY. ARTICLE XII. APPROPRIATIONS. The fiscal year of the CITY is the 12 month period ending December 31. The obligations of the CITY under any contract for any fiscal year are Subject to and contingent upon the appropriation of funds sufficient to discharge the obligations which accrue in that fiscal year and authorization to spend such funds for the purposes of the contract. If, for any fiscal year during the term of the CONTRACT, sufficient funds for the discharge of the CITY'S obligations under the contract are not appropriated and authorized, then the CONTRACT shall terminate as of the last day of the preceding fiscal year, or when such appropriated and authorized funds are exhausted, whichever is later, without liability to the CITY for damages, penalties or other charges on account of such termination. The person signing THIS CONTRACT certifies that s/he has been authorized by the CONTRACTOR to commit the CONTRACTOR contractual and has been authorized to execute THIS CONTRACT on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CONTRACTOR CITY OF ELGIN STANDARD EQUIPMENT COMPANY Name and Title Olufemi larin City Man FALegal Dept\fonns\Bid Doc-Agreement-StandardEquipment-StSweeprs.doc 3 2033 WEST WALNUT STREET • CHICAGO, IL 60612 • 312/829-1919 • FAX 312/829-6142 E-MAIL:sales @standardequipment.com • INTERNET: http.://www.standardequipment.com AN MR NMI E Q I P M E N T CO M P A N Y Mr. John Loete January 26, 2007 Director of Public Works City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Mr. Loete, Standard Equipment Company is pleased to present the following quote on a 2007 Elgin Pelican NP with equipment shown. This quote is valid for 60 days from today's date. 2007 Elgin Pelican NP includes: Dual gutter brooms Hydraulic mainbroom suspension Clearance lights Hydrant wrench AM/FM Stereo Beacon protector Conveyor cleanout Sprung guide wheel Conveyor stall alarm Low water light Two front defroster fans Anti-siphon water fill • Front jack pads Arrowstick Sliding rear windows RH Side broom tilt LH Side broom tilt Air restriction gauge indicator Beacon light . Dual limb guards w/crossbar .Silicone hoses for JD Engine Intermittent wiper Auto shutdown w/ alarm Air conditioning 2 rear flood lights RH Bostrom.air ride seat LH Bostrom air ride seat Hydraulic level shutdown Additional 40 gallon water tank XGS Autolube Air precleaner Auto pickup in reverse 2 alternating strobes in battery cover Fleetminder LED Rear turn/tail/brake Painted white 1 day operator/maintenance training 1 factory mechanics training TOTAL PRICE* $156,656.00 LESS TRADE OF PELICAN SN P-3047-D: $ -20,000.00 TOTAL NET: $136,656.00 *INCLUDES FACTORY DISCOUNT. If you have any question regarding this quote, please contact me at (312) 829-1919. Best regards, STANDARD EQU MENT COMPANY i'J iller Sales Representative 1111 WEST WALNUT STREET • CHICAGO, 11 11111 • 312/829-1919 ^ FAX 3121829-6142 E-MAIL:sales@standardequipment.com • INTERNET: http://www.standardequipment.com • E Q U I P M E N T COMPANY Mr. John Loete January 26, 2007 Director of Public Works City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Mr. Loete, Standard Equipment Company is pleased to present the following quote on a 2007 Elgin Pelican P with equipment shown. This quote is valid for 60 days from today's date. 2007 Elgin Pelican P includes: Dual gutter brooms Hydraulic mainbroom suspension Clearance lights Hydrant wrench AM/FM Stereo Beacon protector Conveyor cleanout Sprung guide wheel Conveyor stall alarm Low water light Two front defroster fans Anti-siphon water fill • Front jack pads Arrowstick Sliding rear windows RH Side broom tilt LH Side broom tilt Air restriction gauge indicator Beacon light Dual limb guards w/crossbar Silicone hoses for JD Engine Intermittent wiper Auto shutdown w/ alarm Air conditioning 2 rear flood lights RH Bostrom air ride seat LH Bostrom air ride seat Hydraulic level shutdown Additional 40 gallon water tank XGS Autolube Air precleaner Auto pickup in reverse 2 alternating strobes in battery cover Fleetminder LED Rear turn/tail/brake Painted white 1 day operator/maintenance training 1 factory mechanics training TOTAL PRICE* $149,552.00 LESS TRADE OF PELICAN SN P-3048-D: $ -20,000.00 TOTAL NET: $129,552.00 *INCLUDES FACTORY DISCOUNT. If you have any question regarding this quote, please contact me at (312) 829-1919. Best regards, S ALDAR E U�MPANY • `im Miller Sales Representative MAR-16-200'7(FRI) 12.56 P. 002/002 LIMITED WARRANTY Each machine manufactured by ELGIN SWEEPER COMPANY("ESCO"or the"Company")is warranted against defects in material and workmanship for a period of 12 months provided the machine is used in a normal and reasonable manner. This limited warranty is applicable only to the original user-purchaser for a period of twelve(12) months(as measured from the date ordelivery to the original user-purchaser)and is not transferable. During the Limited Warranty Period ESCO will cause to be repaired or replaced,as the Company may elect,any part or parts of such machine that the Company's examination discloses to be defective in material or workmanship. Repairs or replacements are to be made at the selling Elgin distributor's location or at other locations approved by ESCO. The ESCO Limited Warranty shall not apply to: 1.Major components or trade accessories such as but not Iimited to,trucks,engines,hydraulic pumps and motors,tires and batteries that have a separate warranty by the original manufacturer. 2.Normal adjustments and maintenance services. 3.Normal wear parts such as but not limited to,brooms,oils,fluids,filters,broom wire,shoe runners,rubber deflectors and suction hoses. 4.Failures resulting from the machine being operated in a manner or for a purpose not recommended by ESCO. 5.Repairs,modifications or alterations without the exprem written consent of ESCO,which in the Company's sole judgment,have adversely affected the machine's stability,operation or reliability as originally designed and manufactured. 6.Items subject to misuse,negligence,accident or improper maintenance. *NOTE*The use in the product of any part other than parts approved by ESCO may invalidate this warranty.ESCO reserves the right to determine,in its sole discretion,if the use of non-approved parts operates to invalidate the warranty, Nothing contained in this warranty shall make ESCO liable for loss,injury,or damage of any kind to any person or entity resulting from any defect or failure in the machine. TO THE EXTENT LIMITED BY LAW,THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED,INCLUDING w1THOUT LIMrTATION,ANY IMPLIED WARRANTIES OF MERCHANTABILri'Y AND FITNESS FOR A PARTICULAR PURPOSE. This warranty is also in lieu of all other obligations or liabilities on the part of ESCO.including but not limited to, liability for incidental and consequential damages on the part of the Company or the seller. ESCO makes no representation that the machine has the capacity to perform any fimcdons other than as contained in the Company's written literature,catalogs or specifications accompanying delivery of the machine. No person or affiliated company representative is authorized to alter the terms of this warranty,to give any other warranties or to assume any other liability on behalf of ESCO in connection with the sale,servicing or repair of any machine manufactured by the company, ESCO reserves the right to make design changes or improvements in its products without imposing any obligation upon itself to change or improve previously manufactured products. ELGIN SWEEPER COMPANY 1300 W.Bartlett Road Elgin,IL 60123 W-19 Rev 1.0 C it Of E I g I n Agenda Item No. �. y C... �fr•Ys�. t V. March 9, 2007 v � TO: Mayor and Members of the City Council FROM: Olufemi Folarin, City Manager �` `J�bn��'J� y John Loete, Public Works Dire or SUBJECT: Purchase of Two Elgin Pelican Street Sweepers PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider an exception to the procurement ordinance to purchase two Elgin Pelican three wheel hydraulic street sweepers. RECOMMENDATION • It is recommended that the Mayor and City Council authorize staff to execute the purchase of two Elgin Pelican sweepers from Standard.Equipment Company in the amount of$266,208 BACKGROUND The 2007 budget includes funds to replace two existing 1999 Elgin Pelican three wheel hydraulic street sweepers. The current units are used daily, weather permitting, and have acquired such a high number of hours and miles that they are prone to frequent and costly repairs. Their reliability is to the point that both sweepers can't be depended on for day-to-day operations. The Elgin Pelican is the sweeper of choice to use in the downtown business district and in the many older neighborhoods where streets are narrow and congested with parking. Its short wheelbase and three wheel, rear steering design provides a high level of maneuverability that allows it maximize cleaning to the curb between the obstacles. Elgin Sweeper Company has produced the Series P Pelican sweeper for many years. In 2007 it is introducing an updated version of the Pelican, the Series NP, which introduces some aesthetic differences and provides for greater operator comfort and visibility. A limited number of the Series P sweepers are being produced before the assembly line switches over to the Series NP. .Staff has pursued the purchase of the Series P sweeper because it is a more proven product and has a much shorter delivery time. • Staff has met with representatives from Standard Equipment Company, the local manufacturer's representative for Elgin Sweeper Company, and received a detailed proposal (attached) for two • Purchase of Two Elgin Pelican Street Sweepers March 9, 2007 Page 2 new model year Elgin Pelican street sweepers with several options that will facilitate sweeping operations in our City. The entire 2007 production of the Series P Pelican is sold out, but Standard Equipment purchased one for their stock that they are quoting to us. This unit needs minor modifications to meet our specifications and will be available for delivery in 45 days at a cost of$129,552. The second unit is a 2007 Series NP Pelican built to our specifications and has a delivery estimate of 120 days at a cost of $136,656. The proposal includes the vehicle hardware necessary to track the sweepers using Global Positioning System (GPS) technology. This purchase of the Elgin sweeper without competitive bids will be an exception the procurement ordinance. As in past years there are several advantages to the City in continuing to buy Elgin Sweeper products which include the following: 1) Parts are readily available from the manufacturer and equipment downtime is greatly reduced 2) -Our mechanics and operators are thoroughly familiar with the Elgin sweeper equipment. 3) Any unusual problems can be addressed by prompt technical support directly from the local Elgin factory • 4) Both the distributor and manufacturer provide maintenance and operation classes at the factory in Elgin annually COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The purchase price of. the two street sweepers from Standard Equipment Company totals $266,208. Funds for this purchase ($498,000 budgeted and $385,284 available) are located in the . Equipment Replacement Fund, account number 601-4800-796.91-48, "Mobile Equipment under project number 339952 "Streets Maintenance Vehicles . 2007 To verify the competitiveness of the proposal, staff received documentation on recent sales of two similarly optioned Series P Elgin Pelican Sweepers, which are also attached. EGAL IMPACT The proposed purchase would require an exception to the procurement ordinance which'requires a 2/3 vote of the City Council. r' SPurchase of Two Elgin Pelican Street Sweepers March 9, 2007 Page 3 ALTERNATIVES 1. The City Council may approve the purchase as recommended 2. The City Council may choose not purchase the two replacement sweepers and retain the old units for one more year. 3. The City Council may direct staff to publicly bid the purchase of the two sweepers. Respectfully submitted for Council consideration. tp Attachment