Loading...
HomeMy WebLinkAboutRDO Bid Submittal 2013 Mini Excavator 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 2012/2013 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 . ILIN071 checkmark. Exception must be listed and explained; additional sheets of 1piperare 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 X No Exceptions Engine displacement will be no less than one hundred thirty four (134) cubic inch Yes X No Exceptions Engine rated net power will be no less than thirty eight (38) horsepower Yes X No Exceptions Daily check points will be accessible from ground level Yes X No Exceptions Under-hood engine air cleaner will be dry type, dual element, restriction sensor and in-cab restriction warning light Yes X 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 X No Exceptions Engine coolant will be extended life type Yes X 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 X 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 X No Exceptions The hydraulic oil tank will have an oil level sight gauge Yes X No Exceptions Investment Proposal for: Dan Lingen CITY OF BOZEMAN 257 Laura Louise Lane PO.BOX 1230 Bozeman,MT 59718 BOZEMAN,MT 59771 Phone:(406)551-5141 Phone: (406)582-2334 Mobile:(406)855-6504 EQUIPMENT CO. Fax:(406)551-2147 Thank you for allowing me the opportunity to quote you this equipment.We appreciate your business.Dan Equipment:NEW 2012 HITACHI 50D Key Features 2890FF ZX501-13 COMPACT EXCAVATOR 3125 400MM RUBBER TRACK 4150 SUSPENSION SEAT-CLOTH 7120 5'7"(1.69M)LONG ARM/LNG LEAD 8185 CAB WITH HEATER&AIR CONDIT Serial Number TBD (0 Approximated Hours) Equipment Price $64,865.00 Attachments NEW 2012 HITACHI NEWMODEL 24"HVY DUTY BUCKET 5.2 CU F No Serial# NEW 2012 HITACHI NEWMODEL CLAMP INSTALL LABOR,LONG ARM No Serial# NEW 2012 HITACHI NEWMODEL 60ZU HYD CLAMP KIT(NU) No Serial# Warranty Information Hitachi/Full Extended/60 Months/5000 Hours 1$0.00 Deductible/Expires 12/01/2017 $0.010 Additional Items Outside Parts and Labor ENGINE COOLANT HEATER $0.00 Outside Parts and Labor AMIFM RADIO $0.00 Outside Parts and Labor FIVE FROST TEETH AND PINS $0.00 Guaranteed Maintenance-Months:60 Hours:5000 Guaranteed Maintenance $0.00 Other MANUALS $0.00 Outside Parts and Labor Oil Sample Bottles $0.00 PROPOSAL SUMMARY .......... .................. ............ . ...................... . Equipment Total $64,865.00 Sub Total $64,865.00 Applicable sales taxes to apply Total Investment $64,865.00 Dan Lingen Sales Professional RDO EQUIPMENT CO. DLingen@rdoequipment.com This proposal was created on November 7,2012 and Is valid until December 7,2012 D522386 02334006 Pape 1 of 2 and is subject to prior sale.After that date the quote and terms in the proposal may Coat hook, operator manual storage compartment, rearview mirror and a twelve (12) volt power point shall be provided Yes X No Exceptions Unit shall be equipped with illuminated electronic gauges with warning for engine; engine coolant temperature, oil temperature and fuel level Yes X 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 X No Exceptions The mini-excavator will have a digital monitor for diagnostics (including diagnostic messages and fault code readings), calibrations and machine information Yes X No Exceptions Ignition key will be compatible with other equipment of the same manufacture Yes X No Exceptions Unit shall have display for., engine rpm, engine hours, system voltage, and hydraulic oil temperature Yes X No Exceptions The machine will have factory installed heater/defroster and air conditioning Yes X No Exceptions The seat wilt be fabric, with fully adjustable armrests and lumbar support Yes X No Exceptions Wrist rests will be standard Yes X No Exceptions Section 7 General Specifications Diagnostic fluid sample ports will be included Yes No X Exceptions is not equipped with fluid sampling poi4s, A control pattern changer valve will be provided (excavator to backhoe control) and will display the selected pattern Yes X 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 X No Exceptions Section 5 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 X No Exceptions Unit will include a front windshield wiper and washers, factory installed Yes X No Exceptions Unit will include factory installed AM/FM/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 X Exceptions Two halogen lights, one on boom and one on operator's station Section 6 Operator Station Unit shall be equipped with factory installed enclosed ROES cab Yes X No Exceptions Unit will not exceed an interior noise level of eighty (80) decibels Yes X No Exceptions A horn will be standard Yes X No Exceptions Factory installed retractable seat belt shall be provided Yes X No Exceptions Engine hood, toolbox, hydraulic reservoir, and fuel filler will be lockable y. Yes X No Exceptions A rear counterweight will be supplied to meet digging arm and accessory specifications. Yes X No Exceptions An easy to read periodic maintenance and grease chart will be posted at eye level promlhen4'. displayed on the frame Yes X No Exceptions Fluid levels should be easily checked by sight gauges, dipsticks or overflow tank Yes X No Exceptions A motion alarm with cancel switch will be standard Yes X No Exceptions Fuel tank capacity shall be able to allow the machine to operate for a minimum of eight.(8) hours of operation Yes X No Exceptions Section 8 Frame and Structures Unit shall have built-in vehicle tie-down hook holes Yes X No Exceptions Machine will be equipped with an exterior mounted, ground level accessed and lockable storage compartment Yes X No Exceptions Section 9 Mini-excavator Unit shall be equipped with two (2) lever pilot mini-excavator controls with backhoe/excav' at6r' pattern selector feature Yes X No Exceptions The mini-excavator digging depth will be at least twelve (12) feet deep Yes X No Exceptions A two foot (2') wide digging bucket will be standard with flat shank teeth Yes X No Exceptions Bucket shall have an additional set of frost teeth Yes X No Exceptions Unit shall have dozer blade with float function Yes No X Exceptions Blade does not have float capability. Mini-excavator shall be equipped with a factory installed and hydraulically operated them,b Yes X No Exceptions Overall width of mini-excavator shall be no more than six (6)feet eight (8) inches Yes X No Exceptions Unit shall be equipped with standard rubber tracks Yes X No Exceptions Section 111 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 servigtng dealer for down time or a comparable machine must be supplied at no additional cost to the City of Bozeman during down time. Yes X 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 delive're' d to the City of Bozeman for this bid Yes X 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 X No Exceptions 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-train ng Yes X 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 X No Exceptions Successful bidder agrees to allow the City of Bozeman Vehicle Maintenance Departmehf access to any and all on line applications as used by the manufacturers repair facilities Yes X No Exceptions Successful bidder agrees to allow the City of Bozeman Vehicle Maintenance Department access to any and all Computer/PC based trouble shooting/diagnostic programs as used by the manufacturers repair facilities Yes X No Exceptions Section 16 Delivery The complete unit is F.O.B. City Vehicle Maintenance Complex, 1812 North Rouse, Bozeman, Montana Yes X 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 mim- excavator is delivered Yes X No Exceptions The Bidder agrees to furnish the City of Bozeman one (1) 201212013 mini-excavator for the Water/Sewer and Street Division, meeting or exceeding the specification, or with ex 'ti6 C ns,491P , modifications, etc- as noted, F.O.B. City Vehicle Maintenance Complex, 1812 North' Rcruse 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 PURCHASE AGREEMENT THIS AGREEMENT is made this day of 20_, by and beivvcedthe CITY OF BOZEMAN, a municipal corporation organized and existing under the lairs of the State of Montana, 121 North Rouse Ave., Montana 59715, hereinafter referred to as ' and with a mailing address of hereinafter referred to as ("Seller"). In consideration of the mutual promises and agreements hereinafter contained, the"p,allies agree as follows: 1. PROPERTY PURCHASED: Seller agrees to sell and City agrees t6 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 Agreernentt by this reference. By accepting this Purchase Agreement, Seller hereby agrees that the satc'; use err 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 herel 2. SPECIFICATIONS: The Seller agrees that all material and workmans'Illp 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 Forin 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 performan' c�e.bf 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 Bozcman's Purchase Agreement Page I of 4 City Shop Complex (814 North Bozeman. Ave., Bozeman, NIT 59715), or at a placeatherwise selected by City. If delivery of the Property and/or performance 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 fail, to deliver the Property or perform required services within the time specific or to the cify'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 Nvaiver 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 Pwpert 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 mad to Seller at the address previously stated unless Seller provides a different address it writing. Invoices must be mailed to: John Alston, Superintendent of Sewer and Water, PO Box 1230, Bozeman, NIT 59771-1230. 5. NONDISCIrIMINATION: Seller will not discriminate in the perfornance of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, tnatitkinal origin, or because of actual or perceived sexual orientation, gender identity or disability aW_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 tollPizng 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 ootstandmg 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 h6rein. 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. �i 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 Purcte 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 revoke, 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 perfonnance reflecting the change, whichever occurs first, shall be Seller's acceptance of the change without any price tier 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 PROPER'T'Y 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 SPE.C.IF-IED9 FREE FROM ALL DEFECTS IN DESIGN, MATERIAL AND WORT MANSUHP";'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:"NfO 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 make any representations, statements, warranties or agreements not herein expressed and all modifications or amQi-,idMQnts of this Agreement, including the appendices, must be in writing and signed by an aui.horizcid 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 RD© Equipment Co. SELLER(Type Name Above) By By Dan Lingen ti Chris A.Kukulski, City Manager Print Name: Print Title: APPROVED AS TO FORM: 5 By Greg Sullivan, City Attorney `Y Purchase Agreement Page 4 of 4 CITY OF BOZEMAN MINI EXCAVATOR NON-DISCRIMINATION AFFIRMATION FORM RIDO Equipment Co. [name of entity submitting]hereby aflirtns it will not disc.rirnii'tdte can the basis of race, color,religion, creed, sex, age,marital status,national origin, orbecause 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 descried above and that this prohibition shall apply to the hiring and treatmen of the RDO Equipment Co. [name of entity submitting] employees and to all subc�x�tracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder. Person authorized to sign on behalf of the.t�idd& %i �✓i� /' ////a J1 1 PROM AWAYr it WI 0 i qu o " ���� rr ��.. � �.;,; �✓����� �����/iii%,,,;� I �, � ,, ��%�r�%//,,/i, rill✓�,,;��i�i j%%" % �'�i�/'/%���% 1409 Tot,„ pC" mjNm;,IiN r ,, / ; , Tl �C� r it fl�i/Orr%i��ii�/%/�//�/%///✓r,/f/,//%//////�// 1 /ai/� / ;ter/ : ✓ r� � io�1' II, tl� ,i � %� ,:��ii"//!iii,j%Oi„ ,,, ,;;,, „ - ,„� ,,;;r„ ,,,: „ , ,. ,,,,, ; coolly r r ,� rr;�,,///rr/ r r � �� �r �r � /%�//„/,�,,,,, /// t� 1r� y tr ��Cr r � �� %i�/ � / rill � ( 1 1 � ✓,,,,,,, ,p ,// ��/�� ” l,n0y{� �✓/ii/// r% /%///i' //i oil/ y ey �y w�y p y N'4rr�WA �,.�/ir� // i/ II�Y M" i,rq.# w '+ / �;//� ,,,, ,,r r�'/iii/r�/✓%/%//,//%����iiiii/r,/ � ,,r� r // // /' r/ / ✓ice%... r r/��/%��i,/�%/., %':./%"q� , � N1 � N�� NN" , '�G� � � h' �y Page 2 of BID FORM (Purchase Agreement) PROJECT: CITY OF BOZEMAN MINI EXCAVATOR PURCHASE THIS BID SUBMITTED TO: Bozeman City Clerk, City of Bozeman, MT, 121 N. Rouse Ave., Bozeman, MT 5.9715, 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 *ithin 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 '.fbrrnal. Purchase Agreement with City. The bid must be accompanied by Bid Security payable to the City of Bozenian, for ten percent (10%) of the total amount of the bid,,.illcluding 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 conforinity 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 kidder 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." rofits P 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 4,,h6uld 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 I 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 I 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 hidder'lias not colluded, conspired, connived, or agreed, directly or indirectly, with any 1 idder 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. SUBMITTED on the 5th day of February 20 13 Bidder's Tax ID # 450 455 407 IF BIDDER is: An Individual: (Name typed or printed) By: (SEAL) (Individual's Signature) Doing business as: Business Address: Telephone# FAX # A Partnership: (Partnership Name) By: JSEAL) (Signature) (Naive typed or printed) Business Address: Telephone# FAX 9 Bid Form Page 2 of 7 A Corporation: RDO Equipment Co. SEAL) (Corporation Name) State of Incorporation: Delaware Type (General .Business, Professional, Service, Limited Liability): Umited Liability By. (Signature of Authorized Representative) Print Marne and Title: A l� r oc, cr- f j Attest, �� "" " (Carparttte Seal) (Signature of Secretary) Business Address: 257 Laura Louise Lane. Bozeman, MT 59718 Telephone# (406) 551-2141 FAX# (406) 551-2147 Tate of Qualification To Do Business Is: 411/1968 A Joint Ventage: Each Joint Venture Must Sign Joint Venture Name: _(SEAL) (Name) By (Signature of Joint Venture Partner) Naine: (Name,printed or typed) Title: Business Address: Telephone# FAX # A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name,printed or typed) Title:. Business Address: Telephone# FAX# Address of Joint Venture for Receipt of Official Communication: Address: Bid Form Page 3 of 7 Telephone# FAX # (Each .Faint Venture inust sign. The manner of signing for each individual., partnership and corporat4)9' that is a party to the joint venture should be in the manner indicated above.) 4 9 5 Bid Form Page 4 of 7 Sentry Insurance-Surety Bond Department ."""North Point Drive o� ���r | p.0, Box 8022 ��8���� � x�_�» { Stevens Point,wu544a1 INSURANCE Phone: 800.624-8369 gel Sentry Select Insurance CorDp@OV | SURETY BOND FOR THE, PROPOSAL OR BID ON A CONTRACT Bond Number: BN83Q21 Date Bond Executed: February 1, 2013 (must not bo later than bid opening dote Surety Principal Name: Sentry � 9 Name: ROO Equipment Address- 18Q0Nodh Point Dr. Primary Address: 5221kNi��|mndRD Co. Stevens Point,VV|54481 Billings, MT 58101 Incorporated: St�eofVV�oumuin State of Incorporation: North Dakota Telephone: 1'800'624-8309 Type pfOrganization: Corporation PENAL SUM OF BOND BID lDENTIFICATION PERCENT OF AMOUNT NOT TO EXCEED BID DATE BID PRICE INVITATION NO. Million(s) Hundred(s) ---ffe-nts 10% 00 6 940 00 2/6/2013 50D FOR� Equipment DBL|BAT]ON� vV* the Principal and Q a> are firmly bound tu the City of Bozeman (hereinafter called the "Obligee") For payment of the penal sum,we bind ourselves, our heirs,executors, administrators,and successors,jointly and severally. However, where the Sureties are corporations active as co-sureties, we, the Sureties, bind ourselves in such sum"jointly"and"severally"as well as"severally"only for the purpose of allowing a joint action or actions against any or all of us. For all other purposes, each Surety binds itself,jointly and severally with the Principal, for the payment of the sum shown opposite the name of Surety, lf no limit of liaboity is indicated, the limit of liability is the full amount of the penal sum. CONDITIONS: The Principal has submitted the bid identified above. THEREFORE: The above obligation ie void if the Principal (a) upon therein for acceptance (sixty(60)days if no period is specified), executes the further contractual documents and gives the bond(s) required by the terms of the bid as accepted within the time specified (ten (10) days if no period is specified)after receipt of the forms by the principal; or(b) in the event of failure to execute such further contractual documents and give such bonds, pays the Obligee for any cost of procuring the work which exceeds the amount of the bid, Each Surety executing this instrument agrees that its obligation is not impaired ~' any="e"sio ' the time for acceptance ow the bid that the Principal maygranttntheOb|igme Notice 10 the mu/ety(iee) of ^^~~~o°'=)are waived. However,waiver of the notice applies only to extensions aggregating not more than sixty(60) cWendar days bid. ='uuu/w ,' p ,v'nepenndoug/naUyoHovmyd§oraooeptaop*mfthe WITNESS: The Principal and Surety(ies)executed this bond and affixed their seals on the above date. SURE PR|NC �%A (,,x/*,u Name and "u/c) 0 (Printed Name �^ Authorized Countersignature(Wher 80-3337 )Vq '(111111100-1 8-11 Exhibit 3 Receipt of Addendum (if applicable). Bidder acknowledges receipt of the following addenduin of revisions or additions: Addendum Number Date Issued Authorized. Si nature:+prvFach l 3 ,n 7 Bid Form. Page 7 of 7 9 Exhibit 1 Bid Securi ty Attached. ., ry 3 Bid Form Page 5 of 7 Exhibit 2 Bid Sheet Attach a completed Bid Specification Form, The Bidder must state the Total Bid Price here. $54,868 Total Bid Price (Written out and in dollar amount): ' d o l l cv7 s a l off, z e-r-c C z il.�S 3 .-i `l Bid Form Page 6 of 7 r r I a� 1� I ,I t �