Loading...
HomeMy WebLinkAboutTitan Bid Submittal 2013 Mini ExcavatorCITY OF BOZEMAN, MONTANA INVITATION TO BID NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for the: CITY OF BOZEMAN MINI EXCAVATOR Sealed bids for structural and component improvements to the City of Bozeman's Mini Excavator Purchase will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m. mountain standard time, Tuesday, February 5, 2013, and then publicly opened and read aloud. Please write the name of the project: Mini Excavator on the front of the sealed bid. The physical address is: City Clerk's Office, Suite 102, City Hall, 121 N. Rouse Avenue, Bozeman, Montana. The mailine address is: City Clerk's Office, Suite 102, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. Tuesday, February 5, 2013. Original copies must be submitted — no faxed of electronic bids will be accepted. Bids will be opened and read following the close of bids. The purchase is detailed in the Instructions to Bidders, Bid Specifications, Bid Form, and Purchase Agreement. Further requirements for this project including the Instructions to Bidders, Bid Specifications, Bid Form, and Purchase Agreement may be obtained at the office of the City Clerk, City Hall, 121 North Rouse, Suite 102, Bozeman, Montana 59771, telephone number (406) 582-2320, by e-mail at agenda@bozeman.net, or interest parties may down the project requirements at www.bozeiiian.net under the "Business" tab, and the RFP/BID drop down menu. As required by the Instructions to Bidders, any entity submitting a bid under this invitation must sign and return the required affirmation stating that they will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of the work under this invitation should it be awarded to that entity. Each entity submitting under this invitation shall also recognize in writing the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatment of the Contractor's employees and to all subcontracts. Also as required by the Instructions to Bidders, each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than ten percent (10%) of the total amount of the bid. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, 2013. The City reserves the right to reject any or all bids received, to waive informalities, to postpone the award for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the City. Dated at Bozeman, Montana, this 17th day of January, 2013 Stacy Ulmen, CMC City Clerk, City of Bozeman Published Bozeman, Montana Sunday, Jamiary 20"", 2013 1.r, Sunday, January .27 f 2013 INSTRUCTIONS TO BIDDERS (City of Bozeman Mini Excavator Purchase BID DOCUMENTS: The bid documents for the City of Bozeman Mini Excavator Purchase include the Invitation to Bid, this Instruction to Bidders, the Bid Specifications, the Bid Form, and the Purchase Agreement. BIDS: All bids must be legibly written in ink. No alterations by erasures or interlineations will be permitted in bids or in the printed forms. Each bid shall be enclosed in a sealed envelope addressed to: Bozeman City Clerk, PO Box 1230 Bozeman, Montana 59771, or physically delivered to the address on the Invitation to Bid and endorsed on the outside of the envelope with the words: Mini Excavator Purchase. Bids shall be strictly in accordance with the prescribed Bid form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the bid being submitted may be rejected as irregular. Each Bidder must return a signed Bid Form incorporating as Exhibit 2 a copy of the Bid Specifications indicating on each line item of equipment or required service whether the Bidder can provide the equipment /service shown in that category or whether the Bidder can provide similar equipment or required service meeting the listed equipment or required service and indicating the details of the alternative equipment or required service. The City reserves the right to reject any alternative equipment or required service. Each bid shall indicate the total bid price. The price quoted in a bid shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the completed MINI EXCAVATOR PURCHASE pursuant to the Bid Specifications. It is the intention of the Bid Specifications to provide for and require a complete MINI EXCAVATOR PURCHASEof'the type prescribed in the Bid Specifications and ready for operation by the City. Any items omitted from the Bid Specifications which are clearly necessary for the completion and operation of such equipment and its appurtenances shall be considered a portion of such equipment although not directly specified or called for in the Bid Specifications. All parts shall be new. In all cases, materials roust be furnished as specified. Acceptance of delivery of the MINI EXCAVATOR PURCHASE shall not release the successful contractor from liability for faulty design, workmanship or materials appearing even after final payment has been made.. The City reserves the right and shall be at liberty to inspect all materials and workmanship at any time during the manufacturing process and shall have the right to reject all materials and workmanship which do not conform to the specifications. However, the City is under no duty to make inspection, and if no inspection is made, the chosen contractor shall not be relieved of any obligation to furnish materials and workmanship strictly in accordance with specifications. BID SECURITY: To be considered, the bid must be accompanied by a bid security unconditionally payable to the City of Bozeman for ten percent (10%) of the total amount of the bid and attached as Exhibit 1 on the Bid Form. Each Bidder shall expressly covenant in the bid that if the Bidder is awarded the bid, the Bidder will, within thirty (30) days after the bid is awarded, enter into a Purchase Agreement with the City of Bozeman in substantially the same form as shown on the Purchase Agreement. Bid security must be provided in a form specified in §18 -1 -203, MCA, which includes, but is not limited to, certified check, cashier's check, bank draft, bid bond, guaranty bond, or surety bond. Bid security through a bid, guaranty or surety bond must be issued by a surety company authorized to do business in the State of Montana. The bid security protects and indemnifies the City against the failure or refusal of the successful Bidder to timely enter into the Purchase Agreement. SIGNATURE OF BIDDERS: Each bid must be signed in ink by the Bidder with the Bidder's full name and business address or place of residence. If the Bidder is a firm or partnership, the name and residence of each member must be inserted. If the bid is submitted by or in behalf of a corporation, it must be signed in the name of the corporation by a corporate official authorized to bind the corporation and who shall also affix the corporate seal of the corporation to the bid. Any bid by a corporation signed by a person other than a corporate officer must be accompanied by a power of attorney showing that person's authority to sign for the corporation. ONLY ONE PROPOSAL: No Bidder may submit more than one bid. Two bids under different names will not be received from one firm, partnership, association, or corporation. RESPONSIBILITY OF AGENT: Any person signing a bid as the agent of another, or of others, may be required to submit satisfactory evidence of authority to so sign. TITLE: The position title of any person executing the bid or Agreement shall be clearly indicated beneath the signature. RESPONSIBLE BIDDER: Bidder is not deemed a responsible bidder if Bidder is delinquent in payment of property taxes or special improvement district assessments within the City of Bozeman for at least six (6) months. Any Bidder required by the Bozeman Municipal Code to have a general business license in the City of Bozeman must obtain such license before a bid can be awarded to a bidder. EXAMINATION OF SPECIFICATIONS: Before submitting a bid, each Bidder should examine the Bid Specifications, these Instructions to Bidders, the Bid Form, and the Purchase Agreement thoroughly and become familiar with federal, state, and local laws, ordinances, rules, .and regulations that may, in any manner, affect the cost or delivery of the goods. INTERPRETATION OF CONTRACT DOCUMENTS: If any person contemplating submission of a bid for the proposed Purchase Agreement is in doubt as to the true meaning of any part of the specifications, that person may submit a written request to the City for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed purchase agreement will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving the specifications. TIME OF COMPLETION: The time of delivery of the goods to be purchased is a basic consideration of the contract. It is necessary that each Bidder satisfy the City of the Bidder's ability to deliver the goods being purchased within the stipulated time. ADDENDA: If applicable, any addenda issued during the time of bidding, or forming a part of the specifications provided to Bidder for the preparation of Bidder's proposal, shall be covered in the bid and shall be made a part of the Purchase Agreement. Receipt of each addendum shall be acknowledged in the bid. Any bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. WITHDRAWAL OF BID: No Bidder may withdraw any bid for a period as specified in the Invitation to Bid after the date and hour set for the opening declared herein. Prior to that time, Bidder may withdraw a bid by written request. The request to withdraw a bid must be signed in the same manner and by the same person or persons who signed the bid. ACCEPTANCE AND REJECTION OF BIDS: The City reserves the right to accept or reject the bids in the best interest of the City. The City reserves the right to waive informalities and irregularities in any bid submitted, to reject non-conforming, non-responsive or conditional bids, to correct arithmetic errors without changing unit price, and postpone awarding of the Purchase Agreement for a period not exceeding sixty (60) days. AWARD OF BID: If the bid is to be awarded, City will award the bid to the responsible Bidder whose bid is responsive and conforms to all material terms and conditions of the bidding documents and proposed Purchase Agreement, is lowest in price, is in the best interest of the project, and other factors considered. The award will be based on the lowest responsive cumulative base bid plus any added alternate schedules the City determines to include with the project. If the bid is awarded, the award will be made within the period specified in the Purchase Agreement. The successful Bidder will be notified by letter mailed to the address shown on the bid that the bid has been accepted and that Bidder has been awarded the bid. CANCELLATION OF AWARD: The City reserves the right to cancel the award of any bid at any time before the complete execution of the Purchase Agreement by all parties without any liability against the City. EXECUTION AND APPROVAL OF AGREEMENT: The Purchase Agreement shall be signed by the successful Bidder and returned within the time shown on the bid. If the Purchase Agreement is not executed by the City within fifteen (15) days following receipt from Bidder of the signed Agreement, Bidder has the right to withdraw the bid without penalty. The Purchase Agreement is not effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT: Failure to execute the Purchase Agreement shall be just cause for annulment of the award. In the event of such annulment, the bid guarantee shall be forfeited to the City, not as a penalty, but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder, or the project may be re-advertised as the City may decide. PAYMENT: Payment for all goods purchased under the Purchase Agreement will be made by the City within the time period specified in and in accordance with the procedures outlined therein. NON-DISCRIMINATION: In accordance with law, each entity submitting a bid shall affirm on the form provided by the City that the Bidder shall not discriminate in the performance of the work called for in the Bid Specifications on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability, with regard to, but not limited to, the following: employment upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, or rendition of services. It is further understood that any vendor who is in violation of this clause shall be barred forthwith from receiving awards of any purchase from the City of Bozeman unless a satisfactory showing is made that discriminatory practices have ceased, and the recurrence of such acts is unlikely. City of Bozeman, Montana Water/Sewer and Street Division Bid Specifications and Bid Form *Note: your bids must be submitted on this form.* Bid Specifications for one (1) New 201212013 Mini Excavator The mini-excavator described herein shall be a new 201212013 production and shall be in first class running condition. All parts and accessories which are required to compose a complete unit shall be furnished whether herein stipulated or not. Unless otherwise noted in these specifications, all equipment cataloged as standard shall be furnished and included in the purchase price of the unit. All specification requirements must be met by using the 10,500-12,000 lb operating weight class (such as the Caterpillar 305,5, Hitatchi Zaxis 50U-3 and Case CX55B) using the required bucket sizes, standard manufacturer's equipment and standard manufacturers optional equipment. Any exceptions from requested specifications would require a "No" checkmark. Exception must be listed and explained; additional sheets of paper are acceptable and must be included with the bid form. No alterations to quoted machine are allowed in order to meet any specifications. The City of Bozeman reserves the right to accept or reject any or all bids for any reason determined to be in the best interest to the City of Bozeman and its staff. Literature on machine and attachments must be included with the bid. Mink excavator brand bid must be one that the City of Bozeman has owned or had the opportunity to operate during a four day demonstration. We will not consider bids of brands we have never owned or demonstrated, Section I Engine Four (4) cylinder, diesel engine designed and built by the manufacturer Yes No Y, Exceptions �anfno_r -b-tesek ILAS Engine displacement will be no less than one hundred thirty four (134) cubic inch Yes No Exceptions Engine rated net power will be no less than thirty eight (38) horsepower Yes No Exceptions Daily check points will be accessible from ground level Yes No Exceptions Under-hood engine air cleaner will be dry type, dual element, restriction sensor and in-cab restriction warning light Yes No Exceptions The mini-excavator will have a coolant block heater and automatic cold weather pre-heat Yes X No Exceptions Engine shall have a factory installed fuel filter with water separator Yes X_ _ No Exceptions Section 2 Cooling Engine coolant will be rated to negative thirty four (-34) degrees Fahrenheit (negative thirty seven (-37) degrees Celsius) Yes No Exceptions Engine coolant will be extended life type Yes % No Exceptions Section 3 Power Train Two (2) speeds will be standard with auto-shifting when travel motors encounter heavier load Yes X No Exceptions The swing brake shall be automatic and maintenance free Yes X ... .. No Exceptions Section 4 Hydraulic System The hydraulic system will be closed center load sensing with one variable displacement pump and one fixed gear pump Yes I No Exceptions The controls shall be hydraulic, pilot operated for boom, arm, bucket, swing, boom-swing swing, blade, travel and auxiliary functions Yes X No Exceptions The minimum swing speed shall be nine (9) RPM Yes No Exceptions The hydraulic oil tank will have an oil level sight gauge Yes 1, No Exceptions 7 A control pattern changer valve will be provided (excavator to backhoe control) and will display the selected pattern Yes _% .. . No Exceptions Auxiliary hydraulics with convenient flat face quick couplers that connect and disconnect under pressure shall be standard which allow for the connection of attachments. Yes No Exceptions Section 6 Electrical The mini-excavator shall have a twelve (12) volt system Yes X No Exceptions Switches and electrical connectors are sealed from moisture and dirt to help prevent corrosion Yes Y�' No Exceptions Unit will include a front windshield wiper and washers, factory installed Yes No Exceptions Unit will include factory installed AMIFM[Weather Band radio Yes X No Exceptions Unit shall be equipped with halogen work lights front and rear; the lights will be adjustable Yes __ No Exceptions Section 6 Operator Station Unit shall be equipped with factory installed enclosed RAPS cab Yes X No , Exceptions Unit will not exceed an interior noise level of eighty (80) decibels Yes No Exceptions A horn will be standard Yes No Exceptions Factory installed retractable seat belt shall be provided Yes Y No Exceptions I Coat hook, operator manual storage compartment, rearview mirror and a twelve (12) volt power point shall be provided Yes No Exceptions Unit shall be equipped with illuminated electronic gauges with warning for engine; engine coolant temperature, oil temperature and fuel level Yes )� .. . .. .... ...... No Exceptions The monitoring system will have warnings; engine air restriction, low alternator voltage, engine oil pressure and temperature, and hydraulic filter restrictions. The seat belt will have a visual warning Yes No Exceptions '%sWet Se4 &A Wqr1%]LA_6 The mini-excavator will have a digital monitor for diagnostics (including diagnostic messages and fault code readings), calibrations and machine information Yes No _ 1, Exceptions Wo '6, Ignition key will be compatible with other equipment of the same manufacture Yes No Exceptions Unit shall have display for: engine rpm, engine hours, system voltage, and hydraulic oil temperature Yes No V, Exceptions PO - The machine will have factory installed heater/defroster and air conditioning Yes No Exceptions The seat will be fabric, with fully adjustable armrests and lumbar support Yes X .............. . No - Exceptions Wrist rests will be standard Yes No , Exceptions Section 7 General Specifications Diagnostic fluid sample ports will be included Yes No— X Exceptions �Jak ko';�AQW_ Engine hood, toolbox, hydraulic reservoir, and fuel filler will be lockable Yes No., . , 'A Exceptions �__?t> A rear counterweight will be supplied to meet digging arm and accessory specifications. Yes No Exceptions An easy to read periodic maintenance and grease chart will be posted at eye level prominently displayed on the frame Yes No Exceptions a-GirA "1:;r to -t Ca� Fluid levels should be easily checked by sight gauges, dipsticks or overflow tank Yes No Exceptions A motion alarm with cancel switch will be standard Yes Y No Exceptions V,)C) CPV�C_41 cth Fuel tank capacity shall be able to allow the machine to operate for a minimum of eight (8) hours of operation Yes No Exceptions Section 8 Frame and Structures Unit shall have built-in vehicle tie-down hook holes Yes No Exceptions Machine will be equipped with an exterior mounted, ground level accessed and lockable storage compartment Yes No Exceptions h2o J-$ke-r�ar '_AorQ3c Section 9 Mini-excavator Unit shall be equipped with two (2) lever pilot mini-excavator controls with backhoe/excavator pattern selector feature Yes L No Exceptions The mini-excavator digging depth will be at least twelve (12) feet deep Yes Nil No Exceptions 51 A two foot (2) wide digging bucket will be standard with flat shank teeth Yes No. Exceptions Bucket shall have an additional set of frost teeth Yes No Exceptions Unit shall have dozer blade with float function Yes No Exceptions �G Tkaa_ Mini-excavator shall be equipped with a factory installed and hydraulically operated thumb Yes Y, No Exceptions Overall width of mini-excavator shall be no more than six (6) feet eight (8) inches Yes No Exceptions Unit shall be equipped with standard rubber tracks Yes Y, No Exceptions Section 11 Warranty Five (5) year/five thousand (5000) hour total machine warranty with no charge for travel time or mileage to be repaired no more than ten (10) miles from the City of Bozeman Shop Complex. Any major repairs while under warranty must be completed within twenty four (24) hours of ordered repair or there will be a charge of five hundred dollars ($500.00) per day to servicing dealer for down time or a comparable machine must be supplied at no additional cost to the City of Bozeman during down time. Yes No Exceptions Section 12 Service For the successful bidder, all servicing technicians must be trained by the manufacturer they represent, and authorized to work on any machine and attachments sold and delivered to the City of Bozeman for this bid Yes No Exceptions Section 13 Oil Analysis Scheduled Oil Sampling bottles will be provided upon delivery for all necessary sampling during the warranty period based upon one thousand (1000) hours per year Yes No Exceptions 6 Section 14 Training A minimum of eight (8) hours operation and safety, and four (4) hours of service training will be required by a factory trained (by the manufacturer he/she represents) Certified Trainer. Training will be completed upon delivery of the new machine at a facility determined by the City of Bozeman and will include general service, maintenance, operator orientation and safety training Yes No Exceptions Section 15 Manuals One (1) service manual, one (1) parts manuals and two (2) extra operator manuals in paper format (hard back) as used in the manufacturer's repair facilities Yes No Exceptions MctmoA Ov, Line Successful bidder agrees to allow the City of Bozeman Vehicle Maintenance Department access to any and all on line applications as used by the manufacturers repair facilities Yes No Exceptions Successful bidder agrees to allow the City of Bozeman Vehicle Maintenance Department access to any and all ComputerIPC based trouble shooting/diagnostic programs as used by the manufacturers repair facilities Yes No X Exceptions Section 16 Delivery The complete unit is F.O.B. City Vehicle Maintenance Complex, 1812 North Rouse, Bozeman, Montana Yes No Exceptions Successful bidder must deliver new mini-excavator within one hundred twenty (120) days of being awarded the bid or must provide the City of Bozeman with a mini-excavator that has less than two thousand (2000) hours or is less than two (2) years old free of charge until mini- excavator is delivered Yes Y, No Exceptions The Bidder agrees to furnish the City of Bozeman one (1) 2012/2013 mini-excavator for the Water/Sewer and Street Division, meeting or exceeding the specification, or With exceptions, modifications, etc., as noted, F.O.B. City Vehicle Maintenance Complex, 1812 North Rouse Avenue, Bozeman, Montana. The City of Bozeman reserves the right to accept or reject any and all bids for any reason determined to be in the best interest to The City of Bozeman and its' staff BID FORM (Purchase Agreement) I V 04 1 Ll .111 WIN HOT I V 0 V Do IX"s Bozeman City Clerk, City of Bozeman, MT, 121 N. Rouse Avc., Bozeman, MT 59715. 1. THE UNDERSIGNED BIDDER proposes and agrees that if this bid is accepted, Bidder will enter into a Purchase Agreement with the City in the form included in the bidding documents and will furnish the goods or product to be purchased by the City within the number of calendar days indicated in the Agreement and in accordance with the other terms and conditions of the bidding documents. 2. Bidder has examined, understands, accepts, and abides by all of the terms and conditions of the Invitation to Bid, Instructions to Bidders, Bid Specifications, and Purchase Agreement. 3. Bidder expressly covenants that if Bidder is awarded the bid, Bidder will, after the bid is awarded and within the time specified in the Request for Bid, enter into a formal Purchase Agreement with City. The bid must be accompanied by Bid Security payable to the City of Bozeman for ten percent (10%) of the total arnount of the bid, including alternates, if any. The Bid Security must be in a form specified in §18 -1 -203, MCA, which includes, but is not limited to, certified check, cashier's check, bank draft, bid bond, guaranty bond, or surety bond. The Bid Security is attached hereto as Exhibit 1. 4. This bid will remain subject to acceptance for sixty (60) days after the bid opening, or for such longer period of time that Bidder may agree to in writing upon request of City. 5. Bidder further represents that this bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other bidder or over City. 6. Bidder certifies that no employee or official of the City or any member of such employee or official's immediate family has any direct or indirect interest in the pecuniary profits or contracts of the Bidder. 7. Bidder will provide the goods, product, or equipment being purchased by the City in accordance with the Purchase Agreement, for the price stated on the completed Bid Specifications sheet attached hereto as Exhibit 2. S. Bidder understands that the unit prices shall govern in checking the bid, and should a discrepancy exist in the total estimated price and total amount of unit prices bid as listed on the Bid Sheet after extensions are checked and corrections made, if any, the total amount of unit prices bid as corrected shall be used in awarding the contract. Bid Form Page 1 of 7 9. Bidder certifies that Bidder is a responsible bidder. 10. Bidder agrees that the good, product, or equipment to be purchased by City will be delivered and ready for final payment in accordance with the Purchase Agreement. 11. If applicable, Bidder certifies receipt of City's revisions or additions made subsequent to the advertised proposal, which are specifically acknowledged on Receipt of Addendum, attached hereto as Exhibit 3. 12. Bidder represents that the bid is genuine and not collusive or a sham and that bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding. Bidder further represents that Bidder has not sought by agreement or collusion, directly or indirectly, with any person, to fix the bid price of any other bidder, or to fix any overhead, profit, or cost element of said bid price or that of any other bidder, or to secure any advantage against the City or any person interested in the proposed bid. Bidder affirms that all statements in this bid are true. '3 SUBMITTED on the ZZ day of 1_SaVWLsAV,4 ,20 1 Bidder's Tax ID4 q5_015"M IF BIDDER is: An Individual: By: Doing business as: Business Address: Telephone # A Partnership: By: Business Address: Telephone # 2 (Name typed or printed) (Individual's Signature) WE WE (Partnership Name) (Signature) (Name typed or printed) FAX Bid Form Page 2 of 7 (SEAL) (SEAL) A Corporation: ��—L&i lyv'r'� , (SEAL) (Corporation Name) State of Incorporation: a�i'\ Type (Cie era ttsit ess, P io i Service, Limited Liability): LAnc By-, (Signature of Authorized Representative) Print Name and Title: Attest: (Corporate Sea]) (Signature of Secretary) Business Address: C r P r) T56'L'tjhatN' Inj Telephone # rj FAX # Date of Qualification To Do Business Is: 6-5-IqLo A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: By: Name: Title: Business Address: Telephone 9 (Name) — (SEAL) (Signature of Joint Venture Partner) (Name, printed or typed) A Joint Venture: Each Joint Venture Must Sign [am. Joint Venture Name: (Name) (SEAL) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Telephone 4 FAX # Address of Joint Venture for Receipt of Official C(11111111111iCatiOrl: Address: Bid Form Page 3 of 7 3 Telephone 4 FAX 4 (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) Bid Form Page 4 of 7 Bid Security Attached. Exhibit I Bid Form Page 5 of 7 Exhibit 2 Bid Sheet Attach a completed Bid Specification Form. 00 The Bidder must state the Total Bid Price here: A(01)04-1 - Total Bid Price (written out and in dollar amount): S*%A� A-WO k� OtASQJ ' O'rAj seotv% ack\CkO an t 7,V'0 CeYN+5 Bid Form Page 6 of 7 Exhibit 3 Receipt of Addendum (if applicable). Bidder acknowledges receipt of the following addendum of revisions or additions:. Addendum Number Date Issued Authorized Signature For Each 1 2 3 4 5 Bid Form Page 7 of 7 BID PURCHASE AGREEMENT THIS AGREEMENT is made this day of . ..._ 20_, by and between the CITY OF BOZEMAN, a municipal corporation organized and existing under the laws of the State of Montana, 121 North Rouse Ave., Montana 59715, hereinafter referred to as "City," and , with a mailing address of hereinafter referred to as ("Seller"). In consideration of the mutual promises and agreements hereinafter contained, the parties agree as follows: A. PROPERTY PURCHASED: Seller agrees to sell and City agrees to purchase the property requested and described in the City's Bid Specifications, as modified by the parts of Seller's response accepted by City, all of which is incorporated into this Purchase Agreement by this reference. By accepting this Purchase Agreement, Seller hereby agrees that the sale, use, or incorporation into manufactured products of all machines, software, hardware, materials and other devices furnished under this Purchase Agreement which are not of the Seller's design, composition, or manufacture shall be free and clear of infringement of any valid patent, copyright, or trademark. Seller shall hold the City harmless from any and all costs and expenses, including attorney fees, liability, and loss of any kind growing out of claims, suits, or actions alleging such infringement, and Seller agrees to defend such claims, suits, or actions. The property being purchased ("Property") consists of Mini Excavator as shown on the Bid Specifications. TOTAL PRICE: [include price here 2. SPECIFICATIONS: The Seller agrees that all material and workmanship in and upon this Property complies with the City's Bid Specifications as shown on the Seller's Bid Form and the Seller's response thereto as accepted by the City. Unless otherwise agreed to by the City, the City's Bid Specifications as shown on the Seller's Bid Form govern in the event of inconsistencies with the Seller's response to the same. 3. PRICE: The City agrees to pay Dollars as the purchase price. All prices are less any applicable local, state or federal taxes that may be applied to the Property to be purchased. This price is firm and not subject to escalation under agreed to in writing by the City. 4. DELIVERY AND PAYMENT: Time is of the essence in the performance of this Purchase Agreement, Seller assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other served associated with delivery of the Property. Seller agrees to deliver the above-described Property to the City within one hundred twenty (120) days of the receipt of City's order. Delivery will occur at the City of Bozeman's Purchase Agreement Page 1 of 4 City Shop Complex (814 North Bozeman Ave., Bozeman, MT 59715), or at a place otherwise selected by City. If delivery of the Property and/or perfon-nance of services required under this Purchase Agreement cannot be made Seller shall promptly notify the City of the earliest possible date for delivery or performance. Notwithstanding such notice, if Seller for any reason fails to deliver the Property or perform required services within the time specific or to the City's satisfaction the City may terminate this Purchase Agreement or any part therefore without liability except or good or services previously provided and accepted. The City's receipt or acceptance of any part of a non-conforming delivery or service shall not constitute a waiver of any claim, right or remedy the City has under this Purchase Agreement or applicable law. Upon delivery and for a reasonable period thereafter, City has the right to inspect the Property to ensure that it meets Bid Specifications as modified by Seller's responses accepted by City. If the Property meets the modified Bid Specifications, City shall tender the purchase price stated above to Seller through the City's normal claim process. Unless otherwise agreed in writing, payment terms shall be net thirty (30) days from the date of receipt of invoice or acceptance of goods and services by the City, whichever occurs last. Payment will be made to Seller at the address previously stated unless Seller provides a different address in writing. Invoices must be mailed to: John Alston, Superintendent of Sewer and Water, PO Box 1230, Bozeman, MT 59771-1230. 5. NONDISCRIMINATION: Seller will not discriminate in the performance of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability and shall ensure this provision applies to all subcontracts let by the Seller in fulfillment of this Purchase Agreement. 6. DEFAULT/ TERMINATION/ REMEDIES: In the event of Seller's breach of this Purchase Agreement, including if Seller fails to deliver the Property as set forth herein or fails to meet City's Bid Specifications, City may, at its option, take any or all of the following actions without prejudice to any other rights or remedies available to the City by law. (i) declare the Seller in default and immediately cancel and rescind this Purchase Agreement; (ii) require Seller to repair or replace any equipment or materials used in the Property, and upon Seller's failure or refusal to do so, repair or replace the same at Seller's expense; (iii) reject any material or equipment included in the Property containing defective or nonconforming equipment or material and return for credit or replacement at Seller's option; or (iv) cancel any outstanding deliveries and treat such breach by Seller as Seller's repudiation of this Purchase Agreement. Thereafter, City may procure substitute property to replace the Property described herein. In such event, Seller is liable to City for the difference between the price set forth herein and the price paid by City for the replacement property. Additionally, the City may pursue any other remedy it has at law or in equity. In the event of the City's breach hereunder, Seller's exclusive remedy shall be Seller's recovery of the material or equipment or of the Purchase Price or portion of the Purchase Price payable for equipment and material delivered to the City prior to such breach. Purchase Agreement Page 2 of 4 7. CHANGE ORDERS: The City shall have the right to revolve, amend, or modify this Purchase Agreement or the equipment or material included in the Bid Specifications at any time. Seller's receipt of City's written change order without response received by the City within 10 (ten) business days or Seller's shipment or other performance reflecting the change, whichever occurs first, shall be Seller's acceptance of the change without any price or other adjustment. 8. "WARRANTY: THE SELLER SHALL WARRANTY THE PROPERTY FOR A MINIMUM OF TWO (2) YEARS AND SHALL ALSO ASSIGN TO THE CITY ALL WARRANTIES FOR ALL COMPONENT PARTS OF THE PROPERTY NOT WARRANTIED BY SELLER. IN ADDITION, THE SELLER AGREES THE PROPERTY IS COVERED BY IMPLIED WARRANTIES FOR MERCHANTABILITY AND FITNESS FOR THE PARTICULAR PURPOSE FOR WHICH IT HAS BEEN PURCHASED. IN ADDITION TO ANY OTHER EXPRESSED OR IMPLIED WARRANTIES AND UNLESS OTHERWISE AGREED IN WRITING, SELLER ALSO WARRANTS THAT ALL EQUIPMENT DELIVERED HEREUNDER WILL BE NEW, SUITABLE FOR USE AS DESCRIBED, OF THE GRADE AND QUALITY SPECIFIED, FREE FROM ALL DEFECTS IN DESIGN, MATERIAL AND WORKMANSHIP; IN CONFORMITY WITH ALL SPECIFICATIONS FURNISHED; IN COMPLIANCE WITH ALL APPLICABLE FEDERAL, STATE AND LOCAL LAWS AND REGULATIONS AND FREE FROM ANY LIENS AND ENCUMBRANCES. THESE WARRANTIES SHALL NOT BE DEEMED TO EXCLUDE SELLER'S STANDARD WARRANTIES OR OTHER RIGHTS OR WARRANTIES WHICH THE CITY MAY HAVE OR OBTAIN. 9. ASSIGNMENT: Seller may not delegate, subcontract, or assign any duties and services or assign any rights or claims under this Purchase Agreement without the express written consent of City. 10. ENTIRE AGREEMENT: This Agreement, including its appendices, if any, embodies the entire understanding between the parties relating to the subject matter contained herein. No agent or representative of either party has authority to mare any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this Agreement, including the appendices, must be in writing and signed by an authorized representative of each of the parties hereto. 11. APPLICABILITY: This Agreement and any extensions hereof shall be governed and construed in accordance with the laws of the State of Montana, and the same is binding upon the parties, their heirs, successors, and assigns. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by Purchase Agreement .Page 3 of 4 their duly authorized representatives the day and year first above written. CITY OF BOZEMAN By Chris A. Kukulski, City Manager APPROVED AS TO FORM: B Greg Sullivan, City Attorney SELLER (Type Name Above) By Print Name: Print Title: Purchase Agreement Page 4 of 4 CITY OF BOZEMAN MINI EXCAVATOR 190190" 24 IN : � 4 l � :I 91-TWEIT1111351 [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the City of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the ':LN-arl (Ao6 xrgcq Inc. [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: PeA agu"�th�®rd to sign on bebalf of the bidder DESIGNATION OF SIGNING AUTHORITY 1, Steven Noack, General Counsel and Secretary of Titan Machinery Inc., hereby designate authority to Art Logan, Government Accounts Manager of Titan Machinery to enter into and sign bid documents on behalf of Titan Machinery Inc. \ Y->- Dated this W "day of December, 2012. TITAN MACHINERY INC. By: St An Noa'ck A)etx_" Its: General Counsel & Secretary John Alston From. Brian Carey Sent: PM To: John Vandelinder; John Alston; AJRominger Subject: yNiniExcavetor -exneptiono This isa list of the current bid exceptions: H|[atch: - 5) Unit is not equipped with rear halogen work lights - 7\ Unit is not equipped with fluid sample ports - ( Section10) Unit does not have float function Case - [Section 6) Does not have seat belt warning ' Section 6) Does not have digital display - Section 6) Unit doesn't display engine RPM - (Section 7) Unit ya not equipped with fluid sample ports - /3eot|on788\ Unit dnesot have a tool box Section 7\ Motion alarm doesn't have a cancel switch - (S8ctiun1Q) Unit does not have float function - � Section 15) Parts manual is on-line - ( Section 15\ Diagnostic troubleshooting is only available during warranty period and although they checked yes |n Section 4 for the minimum speed of9 RPM their specs show that they fail bomeet the minimum Untitled Page ENGINE Engine make I model Emission Rating Net Power - hp (kW) Rated rpm - rpm Net Peak Torque - Ibf J ft (Nm) Max speed - mph (kph) Max. Drawbar pull - Ibf (kN) UNDERCARRIAGE Track shoe width - inches (mm) Ground Pressure - Std. Pad - PSI (kPa) HYDRAULIC SYSTEM CASE JOHN DEERE CX 558 50D Page 1 of 2 BOBCAT E60 Yanmar 4 TNV 88 Yanmar 4 TN'V 88 Yanmar 4 TNV 98 Tier 4 Interim Tier 4 Tier 4 39.2 (29.3) 38.1 (28.4) 50 (37.3) not published not published not published 102.7 (139.3) not published 151.9 (206) 2.8 (4.6) 2.7 (4.2) 2.4 (3.9) 12409.4 (53.2) not published not published 15.7 (400) 4.5 (31.3) Main pumps total flow - gallons (US) d min (itimin) 30.1 (114.2) Relief pressure- main - PSI (bar) 3338.8 (230) SWING SYSTEM Swing Speed - rpm BOOM Boom length - Win (m) REFERENCE ARM Arm length - ft/in (mm) Arm breakout force normal - Ibf (kN) Rating standard WORKING RANGES Max. Dig Depth - Win (mm) Reach at ground level - Win (mm) Depth of 8ft bottom - Win (mm) Dump Height - Win (mm) LIFTING CAPACITIES AT GROUND LEVEL 16 (406) 4.06 (28) 33 (124.9) not published 8.9 9 15.7 (400) not published 13 (49.3) not published :1u 9 ft 9 in (2.98) 9 ft 4 in (2850) not published 5 ft 5 in (1660) 4 ft 6 in (1380) not published 11240.4 (50) 8273 (36.8) 8969.8 (39.9) not published not published not published 12 ft 10 in (3910) 11 ft 8 in (3550) 12 ft 3 in (3725) 19 ft 11 in (6070) not published not published not published not published not published 13 ft 9 in (4200) 13 ft 5 in (4089) not published http : / /www.casece .coin /en_us /Comi)ariso.n/ layouts /CaseCe /Co pareSpeesPrinterFriendly.... 2/5/2013 Untitled Page Page 2 of 2 Lift over end 10' (3 050 mm) radius - lbs (kg) 4894.2 (2220) 5258 (2387) not published Lift over end- Max. reach - Ibs (kg) not published 5269 (2392) not published Lift over side- 10'(3050 mm) radius - lbs (kg) 2998,2 (1360) 2301 (10451 not published Lift over side- Max. reach - lbs (kg) not published 2306 (1047) not published BUCKET Bucket breakout force normal - 1bf (kN) Blade std or opt DIMENSIONS Tail Swing Radius -Win (mm) Ground Clearance - inches (mm) WEIGHTS Operating Weight - lbs (kg) na = Not Applicable, np = Not Published 5597.7 (24.9) 5401 (24) not published Standard Standard not published 4 ft 2 in (1280) 3 ft 3 in (1000) 3 ft 7 in (1102) 13.7(350) 13.4(340) 12.5(320) 12295.1 (5577) 10811 (4904) 13556.2 (6149) This Case website contains records of competitive equipment. CN14 assumes no responsibility or liability for any information, specifications, condition reports, photography, availability, pricing, taxes or duties, or warranty information of the competitive equipment. CNH is not responsible for the information contained or not contained regarding the competitive equipment, The User agrees to indemnify CNH, its officers, agents, employees, and other personnel under its control against any and all liability, expenses, attorney fees, and damages arising out of or relating to the use of any record of competitive equipment obtained from this website, including any claims alleging facts that if true would constitute a breach by the User of these terms and conditions. For more information, view our full legal terins trod conditions. http://w-ww.casece.conilen—usIComparisonl—layoutsICaseCelCompareSpecsPrinterFriendly ... . 2/5/2013 NIZIMM Model Yanmar 4TNV88- BXPYBD Cylinders __­. ___._ _ _____ 4 _. Bore /Stroke 3,46 in x 3.54 in­ Brake (88 x 90 mm) Displacement __.__.._ -134.2 in(2.2 L)�. Fuel injection������.�l7iract (57.1 Umin) Fuel injection pump _ Mechanical m Fuel Diesel Fuel filter m�mFul'if w, paper element Cooling T" i4u d.__ Horsepower per'TPZ J1349 ___.___ Net 39.3 hp (29.3 kW) @ 2400 rpm Maximum torque @ 1440 rpm Net 102.7 lb-ft (139.3 N•m) Boom Swing 70 ° left/60° right Length 9 ft 9 in (2.98 m) Length 5 ft 6.5 in (1.66 m) UhIDERCARRIAGE Number of rollers Top, each track 1 Bottom, each track 5 Gradeability HIFOIRAULICS Pumps Tandem variable displacement Control valves - - -- 11 spool Pilot control for left/right track travel„ boom, arm, bucket & swing Manual control for breaker & backfill blade Swing /Dozer blade Motor (1) axial piston pump Capacity - axial piston design Maximum 2 x 15 gpm Brake (2 x 57.1 Umin) Auxiliary Flow 15.0 gpm Tail swing overhang (57.1 Umin) System relief pressure -- Standard 3,336 psi (23.0 MPa) Pilot control hydraulic system - Pump (1) Gear pump Maximum capacity 4.0 gpm reduction (15.2 Umin) Relief pressure 514 psi (3.5 MPa) Control valves - - -- 11 spool Pilot control for left/right track travel„ boom, arm, bucket & swing Manual control for breaker & backfill blade Swing /Dozer blade Motor (1) Fixed displacement Total system axial piston design Speed 0 -8.9 rpm Brake Hydraulic brake Tail swing radius 4 ft 2 in (1280 mm) Tail swing overhang 0 ft 11.7 in (299 mm) Travel) - Motor (2) 2 -speed axial piston design Final drive Planetary gear reduction Travel speeds - Forward /Reverse Low 1.7 mph (2.7 km /h) High 2.9 mph (4.6 km /h) Page 1 of 4 Boom cylinder (1) Bore diameter Rod diameter Stroke Arm cylinder (1) - Bore diameter Rod diameter Stroke Bucket cylinder (1.) Bore diameter Rod diameter Stroke 3.94 in (100 mm) 2.17 in (55 mm) 26.8 in (680 mm) 3.54 in (90 mm) 1.97 in (50 mm) 28.9 in (735 mm) 2.95 in (75 mm) 1.57 in (40 mm) 21.4 in (543mm) Voltage 12 volts, negative ground Batteries ( 1_. ) j..__.�_..._.._�,.w.,. „.. ..,...._ ,. ...,_.,,.._,. 2V Low - maintenance Hydraulic tank Refill capacity 9 gal (34 L) Total system 16 gal (61 L) IEngine oil w /filter change 2 gal (7.4 L) Fuel 19.8 gal (75 Q Radiator..... 1,6 gal (6.0 L)._.., OPERAIrIN G W.itH,'K iHT°° 247 Ib (112 kg) bucket, full fuel and standard equipment 12,295 lb (5577 kg) LIFT CAPACITIES Canopy model - 5 ft 6.5 in (1.66 m) Arm Lift capacities calculated using 15.7 in (400 mm) shoes, 24716 (112 kg) bucket, blade down Load jLift 5 ft 7.5 ft loft 12,5 ft 15ft 1716 ft Point) (1,5 m) (23 rn) (3.0 m) (3,8 M) I (4.6 m) j (5.3 m) Height END SIDE END SIDE END SIDE END SIDE END SIDE END SIDE ;15 ft 1,800 IV 1,800 IV (4.6 m) 810 kg- 810 kg" +12.5 ft 1.640 IV 1,64016' 1,880 IV 1,740 lb (3.8 M) 740 kg` 740 kg- 840 kg- 780 kg +10 It 8 l'sw Iw 1,830 IV j 1,&-,0 IV 1,750 lb (M m) 930 kg- 830 kg' 830 kg- 790 kg +iz ft 3,840 IV 3,840 IV 2,670 IV 2,670 IV 2,230 1W 2,230 IV 2,030 IV 1,710 lb (2.3 rn) 1740 kg' 1740 kq' 1210 kg 1210 kg 1010 kg" 1010 kg* 920 kg* 770 kg +5ft 3,730 IV 3,140 lb 2,740 IV 2,230 lb 2,280 IV 1,6W lb 2,060 IV 1,28O lb (1.52 ml 1690 kg* 1420 kg 1240 kg* 1010 kg 1030 kg- 750 kg 930 kg* 580 kg +2.5 ft 4,5501E 2,980 lb 3,1901E 2,140 lb Z530 IV 1,620 lb 2,160 IV 1,260 lb (0.8 M) 2060 kg" 1350 kg 1.440 kg- 970 kg 1140 kg' 730 kg 970 kg- 570 kg Ground 3,710 IV 3,710 IV 4,910 IV 2,900 lb 3,480 IV 2,080 lb 2,700 IV 1,680 lb Level 1680 kg- 1680 kg* 2220 kg- 1310 kg 1570 kg- 940 kg 1220 kg- 710 kg -2.5 It 4,1301b" 4,13016* 5,94016" 4,630 lb 4,910 IV 2,890 lb 3,560 IV 2,060 lb 2,710 IV 1,570 lb (-oa M) 1870 kg* 1870 kg" 2690 kg* 2100 kg 2220 kg- 1310 kg 1610 kg' 930 kg 1220 kg' 710 kg -5 It 6,320 IV 6,320 IV 6,730 IV 4,700 lb 4,570 IV 2,920 Ila 3,330 IV 2,070 lb (-1.5 M) 2860 kg- 2860 kg* 3050 kg* 2130 kg 2070 kg' 1320 kg 1510 kg- 930 kg -7,5 It 9,160 IV 9,1501E 5,450 IV 4,810 lb 3,750 IV 2,990 lb (-23 M) 4150 kg' 4150 kg* 2470 kg' 2180 kg 1700 kg 1350 kg -loft 2,670 IW 2,670 IV (-3.0 M) 1210 kg- 1210 kg- loads are hydraulic limits rather than tipping [cad limits, Cab model - 5 ft 6.5 in (1.66 m) Arm Lift Capacities Calculated using 15.7 in (400 mm) shoes, 2471b {1 12 kg) bucket, blade down. Load (Lift 5 7.5 ft loft 12.5 ft l6ft 17.5 ft Point) (1.5 M) (2.3 M) (3-0 M) (3,81 M) (4.6 m) (5.3 m) Height END SIDE END SIDE END SIDE END SIDE END SIDE END SIDE 115 ft I'Soo IV 1,800 IV (4.6 rn) 810 kg* 810 kg +12zft 1,5401E 1,640 IV 1,860 IV 1,810 lb (3.8 M) 740 kg* 740 kg* 840 kg' 820 kg +10 It 1,830 IV 11,830 IV 1,850 IV 1,810 lb (10 M) 830 kg* 830 kg* 630 kg' 820 kg +7.6 It 3,840 IV 3,840 IV 2,670 IV 2,670 IV 2,230 IV 2,230 lb- 2,0.30 IV 1,780 lb (2.3 rn) 1740 kg* 1740 J<g* 1210 kg* 1210 kg' 1010 kg' 1010 kg 920 kg' 800 kg +5 ft 3,730 IV 3,250 lb 2,7401E 2,310 lb 2,280 IV 1,730 lb 2,060 IV 1,340 lb (1.52 M) 1690 kg" 1470 kg 1240 kg* 1040 kg 1030 kg- 7130 kg 930 kg- 600 kg +Z5 ft 4,550 IV 3,100 lb 3,190 IV 2,230 lb 2,530 IV 1,690 lb 2,160 IV 1,320 lb As M) 2060 kg' 1400 kg 1440 kg' 1010 kg 1140 kg' 760 kg 970 kg* 590 kg Ground 3,71016* 3,710 IV 4,910 IV 3,020 lb 3,480 IV 2,170 lb 2,7001E 1,650 lb Level 1680 kg- 1680 kg 2220 kg" 1360 kg 1570 kg' 980 kg 1220 kg' 740 kg -24 ft 4,13011* 4,130 IV 5,9401E 4,a10 1b 4,910 IV 3,010 lb 3-550 IV 2,150 lb r 2,7101E 1,640 lb (-O.a M) 1670 kg' 1870 kg- 2690 kq* 2180 k9 2220 kg- 1360 kg 1610 kg- 970 kg 1220 kg- 740 kg -5 It 6,320IE 6,320 lb- 6,7301E 4,880 lb 4,570 IV 3,030 lb 3,3301E 2,160 lb (-14 M) 2860 kg* 2860 kg' 3050 kg' 2210 kg 2070 kg* 1370 kg 1510 kg* 970 kg -7.5 ft 9,156 IV 6,150 W 5,460 IV 4,990 lb 3,7661b; 3,116 lb (-2.3 ni) 4150 kg' 4150 kg* 2470 kg' 2260 kg 1700 kg' 1410 kg -loft 2,67011' 2,670 IV (-3.0 M) 1210 kg* 1210 kg* 'Rated loads are hydraulic limits rather than tipping load limits. CX55MTSB - Page 2 of 4 i 14 0 01 DIMENSIONS A. Overall height _._._8 ft 4 in (2.55..mj - -- BOuera[I length _ _ 17 ft 10 in (5.42 m) C. Width of upperstructure 6 ft 4 in (1.94 m) D. Track overall length 8 ft 1 in (2.98 m) E. Track overall width w/15.7 in (400 mm) shoes 6 ft 5 rn (1.96 m)_... F. Track shoe width ­_...... ..m.—... ..—­..__15,7 _n (40 ­m_rm 0 mm} G._ Center to center (idler to sprockety 6 ft 6 in (1. 00 m) -- H. Upperstructure ground clearance J24.5 in (625 mm) J. Minimum ground clearance 1 ft 2 in (350 mm) K. Tail swing radius 4 ft —2 in (1.28 m) L. Backfill blade height 1 ft 2 in (345 mm) Working weight 12,295 lb (5577 kg) Ground pressure 4.5 psi (31.3 kPa)w Left 70 °/ Right 60 °— Tail swing overhang 11.7 in (299 mm) PERFORMANCE PEGS [4--E� 5 ft 6.5 in (1.66 m) Arm M. Maximum dig radius 20 ft 5 in (6.22 m) N. Dig radius at groundline 19 ft 11 in (6.07 m) P. Maximum dig depth 12 ft 10 in (3.91 m) 0. Dump height R. Overall reach height . Bucket rotation 13 ft 10 in (4.20 m) 18 Ft 11 in (5.76 m) 178° T. Vertical straight wall dig depth 10 ft 0.5 in (3.06 m) Arm digging force 5,598 ibf (24.9 kN) Bucket digging force, 2 position bucket 11,240 ibf (50.0 kll} CX55M7SB • Page 3 of 4 STANDARD EQUiPMENT OPERATOR'S COMPARTMENT .,� ..,...., .. ROPS /FOPS four post canopy Operator's controls: Pilot operated hand controls and foot pedals Display includes: Engine oil pressure, water temperature lamp, air filter lamp, water separator detection lamp, low fuel warning lamp, battery charge lamp, glow plug indicator lamp, water temperature gauge, fuel gauge and hourmeter Adjustable seat with seat belt Two -piece floor mat Fold - open/ -up front window (cab) Arm rests Yanmar 4TNV88- BXPYBD diesel 4 -cycle Water cooled Direct injection One -touch decelerator Engine access under rear hood Dry-type air cleaner Glow plug starting aid EQUIPMENT OPTIONAL OPERATOR'S COMPARTMENT -'_,_ _, Cab with heat and AC ELECTRICAL 12 -volt electrical starting system Heavy -duty battery Horn HYDRAULICS Auxiliary hydraulics (single /bi- directional) and plumbing to arm Large hydraulic oil cooler Control pattern selector valve TRACK DRIVE Rubber tracks Automatic 2 -speed gravel Fully hydrostatic drive system Sealed and lubricated track rollers Track tension adjustment (grease -type) Disc -type parking brake (auto - release and - apply) UPPER STRUCTURE., - -* —._..._,,.._- ,, --_.. .,._- Minimal tail swing Swing lock Swing brake Swing shock valve OTHER Steel tracks Mechanical coupler Rigid thumb Hydraulic thumb 2nd auxiliary hydraulics 4 -way hydraulic dozer blade OTHER Swing boom (70° left /60° right) Hydraulic backfill blade Eco- friendly diesel fuel drain Reinforced boom work light Boom cylinder guard Thumb bracket Width SAE Heaped Capacity Weight Ti in (3a5 mm) 3.0 ft' (0,.085 m') 314 lb (142 kg)..... _ _ _ - a 18 in (4 57 mm) 4,5 ft (0.127 m') 362 1 (164 kg) . .. _ . _ _. _ m . ........ ....._.. _....m. _ _._435..Ip.1..g7 k._._,.,. 24 in (610 mm) 6.3 ft' (0.178 m') g) 36 in (914 mm) _ .��......� � 9.8 ft' (0.277 m3) ... a.._-.,. �.......,....... �...-.......__........,.._..___ wm� __......_____�- .,a....- 525 -tb (238 kg) ..� I jyhYl f NOTE: All specifications are stated in accordance with SAE Standards or Recommended Practices, where applicable. NOTE: All engines meet current EPA emissions requirements. IMPORTANT: Case Construction Equipment Inc. reserves the right to change these specifications without notice and without incurring any obligation relating to such change. Case Construction Equipment Inc. does not warrant the safety or reliability of attachments from other manufacturers. Case is a registered trademark of CNH America LLC. Any trademarks referred to herein, in association with goods and/or services of companies other than CNH America LLC, are the property of those respective companies. Form No, CCE201103GX55B Printed in U.S.A. Replaces form no. None CX55MTSB • Page 4 of 4 1gil:'aff wt) All Case construction equipment is biodiesel ready. www.casece.com 2011 CNH America LLC AIll Rights Reserved FIPJ iM CONTRACTOR: Titan Machinery, Inc. and Subsidiaries West Fargo, ND OWNER: City of Bozeman AMCO Insurance Company Nationwide Mutual Insurance Company Allied Property & Casualty Insurance Company 1100 Locust St., Dept 2006 Des Moines, 1A 50391-2006 (866) 387-0457 SURETY: Nationwide Mutual Insurance Company 1100 Locust St,, Dept. 2006 Des Moines, IA 50391-2006 BOND AMOUNT: 10% Ten percent of amount of bid PROJECT: I Case Mini Excavator CX55B The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof. or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be a Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 28th day of January 2013 .Titan (Prim (Witness) Nationwide M (Surety) (Witness) This document conforms to American Institute of Architects Document A310, 2010 edition (Se'll) KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as the "Companies," each does hereby make, constitute and appoint: Sandra Alitz, Andy Andersen, Megan L. Bartlett, Bill R. Breckenridge, Anita R. Calderon, Laura Cateron, Kerry Christensen, Dana R. Clark, Keith E. Clements, Morgan Collins, Susan K. Corey, Jeff Cose, Janette Duffy, Janet Dutcher, Paulette M. Dyson, Melissa Evans, Matthew Gilmer, Grant R. Goodenow Cristopher Hansen, David E. Harbeck, Jesse Huston, Aaron J. Jamison, Peter Karney, Diana Kelly, Mike Kuper, Ben Lewis, John Linnenbach, Beth Miller Jeff Mohr, Elizabeth Moore, Stephen Moore, Becky Nichols, Ryan J. O'Lear, Michael Paez, Amy J. Palmer, Spencer Pads, Andy Roby, Ashlee Schuling, Joshua Severson, Larry D. Slegh, Richelle L. Smith, Ben Tebo, Jeff Thielen, Patricia M. Vermar-e, Kim Wells, Carmon R. Wilson each in their individual capacity, its true and lawful attorney-in-fact, with full pourer and authohtyto sign, seal, and execute on its behalf anyand all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND N Oil DO DOLLARS ($S,ODD,OOO.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity ofpersons holding positions of public or private trust, and otherwritings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company," "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 22��day of Egbrua 29-11. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies finis 28tb day of January 20 13 Secretary This Power of Attorney Expires 03/24/2014 B DJ 1 (02-11) , Gary A. Douglas , President and Chief Operating Officer of Nationwide Agribusiness Insurance Company and Farmland Mutual Insurance Company: and Vice President of Nationwide Mutual Insurance Company, �SEALI` 0 Ad S AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance Ar '1 Company * ii o ACKNOWLEDGMENT IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies finis 28tb day of January 20 13 Secretary This Power of Attorney Expires 03/24/2014 B DJ 1 (02-11) STATE OF IOWA, COUNTY OF POLK: ss this 23'ddav -e F brug 2Ql before �SEALI` o..,,SEAL, n of ly me came the shave named officer for the Companies aforesaid, to me known, to be the described in '1 personally officer and who executed the preceding instrument, and he * ii o acknowledged the execution of the same, and being by me duly swam, deposes and says, that he is the officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, PUN, and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Companies. F MAL RW Notadd Seal ca�,� r� 157pe Nota� Public <r7 My Commission Expires CERTIFICATE March 24, 2014 1, Robert W Homer III, Secretary of the Companies, do hereby oertify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies finis 28tb day of January 20 13 Secretary This Power of Attorney Expires 03/24/2014 B DJ 1 (02-11)