- - I.iPE:_1'•al:~:I) F}riLi F-i~ ~~ti_Y r1l I?~3 FaE_UliIf FE..IF~ i~;t`:it~ll} t~•af~ala iJ•Et:tU _: }_1~'(-11~:1_r=li=r~•a F z~tJ}? i=t 1_~i?U'=;F"i CF'i.1.4`t='}_~h~ F'i`r;?(';'-il!!__.It_. 1 }'~I_ll_,i: _ ~- _ C_ ~ _I ry ii E~: `r C.~ R , r•a 1~ Lt I.+ H ~• E.. h~1 ~=~ } E-. R I. Fl F_ FUR :':~ i 1=1 I'•1 Fr: L.. E=: 7. C:; I-4 -1r~u i~~.1~~ ~'f~~~~~~; ~= C ~ n Si i. l.j r_? r~' F' ~~ ~t:' i l ii' ~J 1 i:j '_~ 1~1F_i~t~~'i~r7 I:nclt_t=.t.ri~t`1. 1:-_i_} t!. 1 ~:11iV ~3 T't'C 't7::'~ .}. t' fi I_. (] ITl 1 C} W t.. C+ . ~ G '}" `~ ct rt 1-3 n ~:~ Ct n ]. Ci q ~ ?C y c rt C{ l: •! ,k; i_nr. rat= F~~r,rt~~r~i.c~k =.t_~~t~r-'eIa ..~x. I. ~ ~J f] Tl li: o ~~ I O l'1 !i4 i~ Cj f? l7 V t~~ C? 4T1 4Al ~ to 1 u Tl ~ r~ 1-1 C) .{. 1? 1•(: i tTl ~7 ,, 5 e C tJ Tl ~~f-.1 L-I }.:i 'r` CCYmmisi.ont-r-' Clee'tier, *.t-,e C;cYt_'r^t unani~ously approved by a vote Of ~F!$-$~ ~;O r-"e?"c'r' '~:fiE' L]i.d~> ~;C? 'CiiF.• ~C~i..in'l';J f:-::nC77.nE:'rr~ ctrtCj t:~1t~ _ : -- - _ , t_; C} 1.1 n L 'v ~-~ G ct C~ F-i t~ Tft ). T1 7. c., 'I:~ r" CK t ~ 'r^ y ~_ ~ Ci Tl cc r"' C~ L.2 i~ E' TiT 'i' Ct r'' 1" It r"' ?_ n E r" r"' f, V I F, W .'t Tl C{ C C~ Til +'? L) %t C` k ~~ r 'r: Fl ? l_, t) t_t r" 't 4~d X t ~'l .r ~t P.. 1 r' r ^' C_' O Tfl Ip ~? 1-1 Ci i~t 1; 7 is T-t ~: . C~MMISS ~~NERS' COURT AG_E-~~DA REQUES T _~pFASE FURNISH ONE OR I G I Nt1L AfJD FIVE COPIES ~~~!= 1-f-31 S PEOUEST At~D DOCUMENTS TO DE R1-_V-IFWE~..E~Y_TI_I[- ~~~~I ~':~T____ ____ ~~~ ~~• Franklin Johnston, P.E. •, D E B • . - ---- -- - -- - - '``FETING DATE: November 3, 1992 (il I~ i ~ I Road & Bridge SUBJECT: (PLEASE BE SPEC 11= I C) Opening of Bids (1) Base Material (2) Trailer Mounted (3) Hydraulic Conveyor '~,ECUTI VE SESSION RE~UES-I-EI): Yf=:~ ~`E,ASE ST,~TE REi-1SON Opening of sealed bids ~,~ XX --^ ~TIr1A T ED LENGTH OF PRESEN-I~i\-I-ION: 10 minut.es- ~`~RSON~'~'EL MATTER - IJ,~ME ol= E:f 11-~I.01'C:: .____ '' `•'`'E 0. P_RSOh ADDRLS.~ I N~~ 1111- ~(~(JI~ I Franklin Johnston ~;~,e for sutimitting this request .or Court t~~ ,rssure that lii~~' r... ~~~~-.~: ~' '~ ~~__~-.=- •,ti~'th Artlcie 6252-17 1s as~follows: '~eetings held on second Monday: 1 2:00 f~.t 1. previous 1~lecln~sc~ '-'eetings held on Thursdays: x:00 p.l~i. prc~,~ious Thrusd,~~.i V ~'S RE~~UEST RECEI1~~h I, 1': ---__-- -- ----..-_ -"-~•-~ ~ S REQUEST RECEIVED ON .. 11 Agenda Requests, :;VIII be screen-~cl I>)~ the (~c~~.,n~ ..-•,' `flee __ ~~`ar~' ~. .,jJquate information his b een {,,-en:~rccl (~r I:li~~ r.~~~r,.~ ~-:~~ ~~~sfde~z~;~~ ~~~' ~ '~~ ,.--.. _. tl~e Of ~~Urt mCr:'r1n~`;. 1.0~J1' ('i~n~~~'~~,l r~lnn `.', 111 ! ,~ `''lrj ~,.~ ~_,..- •~r •-oyi~n~h hnlir~i~ ~'C~i~~' „ ;~~jl ~~ ~ Iii, ~, i~•~ I~,~.~ ~ ''r.: .. -.- ~ - - r. _ . ;'. i. ~~R N~, 21156 ~ Bz~ `~ ~ OPIl~ ~ gRID~ DE~~I~R CK ~R R~ S~ Yp~PE~~~-~, F~ OR, ~g PAS z~x ~ 3 ! 1992 Noveml~ vol S~ Page 111 ~eoNOi~ i ""°„r ~ 0 bd®a ~~lYf~~~~1U~11+ ~~o aM '? ~ II'ILLKLLLLb - BID BOND i~s•a u Know a I I men by these presents: ~,• 2 ~ K e~ih .~.i ~, ~.~. ~~ ~ ~ sue, ~ ~~ (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to KP~L ec~w~,y 2Q.ace ~ ~ (hereinafter called the Obligee) in the full and just sum of ( ~zu~ /~ehcent try%~ ~ ~,~ ~.cv~ cu~tczcsrr~ ~,-i-c~ Dollars good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this `3O~ day of ~~ 19 92 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for ~~~ IYIa'~~ ~ S u~zcl? ~'~m (~c~iL 2oact?iL according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANI' (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. 2 & K e~ ' ~ ~ .~~. ~~ ~L ~2iti~ ~,~•~on2 Witness: ~ • ~ incipal• m~ -`. ,. .. ~- ._ , : g a MBE S• ~ ON~D ~ C ANY (Mutual) • Wayne D. Searcey, Julie Molinare and/or Relda Henderson Austin, Texas ~~~ o .. : c~ ~ ry •-- ~~ . , . f, 30~.1i ~~V ~`~' , t~~ o fr? n , ~; P1c~o,B.e~ 92 N~ , '~> ~,.. . December 31, 1993 b 0 D O l(~1 [~V]~~(]`~`~ ROAD BASE MATERIAL FOR STONELEIGH ELM PASS ROADS OCTOBER 1992 KERR COUNTY ROAD & BRIDGE DEPARTMENT 101 SPUR 100 KERRVILLE, TEXAS 78028 512-257-2993 NOTICE TO CONTRACTORS PROJECT: 5,000 TONS # 2 ROAD BASE MATERIAL FOR STONELIEGH ROAD 2,500 TONS # 2 ROAD BASE MATERIAL FOR ELM PASS ROAD BID DATE AND TIME: OCTOBER 30, 1992 at 5:00 p.m. Sealed Bids for the above referenced project will be received by the Kerr County Clerk, at 700 Main Street, Kerrville, Texas 78028. All bids must be on the Bid Form, attached to all Bid Documents. Bids received. after time shown will not be accepted. Bids will be opened publicly and read aloud in Commissioner's Court, November 2, 1992, at 10:00 a.m. Bids will be awarded or rejected at the regular Road & Bridge Day in Commissioner's Court, November 9, 1992, at i 0:00. a.m. Contract Documents may be obtained from Kerr County Road & Bridge, 101 Spur 100, Kerrville, Texas 78028. Bidders must have the ability to deliver 800 - 1,000 tons of material per day. For Bids greater than $ 25,000.00, Performance & Payment Bonds are required. BiD SECURITY and ACCEPTABLE SURETY information is specified in Special Instructions to Bidders, Page 3, Paragraph 5 and 6. Bidders shall place the following on the outside of their sealed bid envelope: "Sealed Bids for #2 Road Base FOB Stoneleigh & Elm Pass Roads" "Opening date: November 2, 1992 at 10:00 a.m." "Name and Address of Contractor" Payments wiU be made as specified in General Gonditions ofi Agreement, Measurement & Payments, Page 9, paragraph 5.03 and Page 10, paragraph 5.06 thru 5.09. Franklin Johnston, P.E. County Engineer PROPOSAL TO KERR COUNTY ROAD & QRlDGE DEPARTMENT PROJECT: 5,000 TONS #2 ROAD BASE MATERIAL FOR STONELEIGH AND 2,500 TONS #2 BASE MATERIAL FOR ELM PASS , IN KERR COUNTY, TEXAS The undersigned, as bidder, certifies that the Contractor has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for the above- captioned road construction; that he has carefully examined the form of contract, instructions to bidders, profiles, grades, specifications, and the plans therein referred to, and has carefully examined the locations, conditions and classes of materials of the proposed work; and agrees that he will provide all the necessary machinery, tools, apparatus, and the other means of construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the Road Administrator as therein set forth. It is understood that the following quantities of work to be done are approximate only, and are intended principally to serve as a guide in determining the low bidder. It is further understood that the quantities of work to be done and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the County Engineer or County Road Administrator, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be pertormed at the unit prices set forth below except as provided for the specifications. Accompanying this proposal is a Bid Bond, or cashier's check in the amount of 5% of the total combined amount bid (if total combined price of all items bid is greater than $25,000.00) or bank money order on a State or National Bank, payable to the order of Kerr Cou{n-ty xas, ~ ~ _ for: t_' ~'C. -rZ(~L-tiT ~J`~~ ~~ C- ln~- c.ll~(.l.Gu ~.'i ' -~i i ~~eZ' E ~ l ~i~ ~~' ~,~ ~~ Dollars ($ ). This check accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to execute a contract with the required Insurance Certificates, Performance Bond, or Payment Bond, within the prescribed time after its acceptance, in which case the check shall become the property of Kerr County, and shall be considered as payment for liquidated damages due to delay and other inconveniences suffered by said Kerr County Road & Bridge Department on account of failure of the bidder to execute contract. It is understood that the Kerr County Road & Bridge Department reserves the right to reject any and all bids. BID PROPOSALS MUST NOT BE DISASSEMBLED BASE MATERIAL SPECIFICATIONS AND BID FORM 1. Specifications: Base material shall conform to the requirements in Texas Highway Department Standard Specifications, Item 248, Felexible Base. Bids are to be in cost (in dollars) per Ton, delivered to job site, Kerr County Texas. 2. Bid Form: Job Site Ouanitv ____ Bid Unit Cost Stoneleigh 5,000 Tons $ ~~~_/Ton Elm Pass 2,500 Tons $ ~.9~ _/Ton I do hereby certify that I have read the attached Special Instructions to Bidders and prices quoted are for material delivered to job site. --- - --------------- -> >~ ~-~ 9 ~ -- Signatu Date Firm Name and Address: '~~ ~ I~ ~ C' ~ ~ ~ I~-~t~ + 1 ~ t,; ~~. ~ I ,~~ -r~- -.~_ Seml if Corporation Phone: (~ ~ ~) ~~'L_-s11 `[~ TABLE OF CONTENTS POR SPECIAL INSTRUCTIONS AND GENERAL CONDITIONS OF AGREEMENT Page SPECIAL INSTUCTIONS TO BIDDERS 1. Receipt of Bids ...................................... 3 2. Accuracy of Bids ...................................... 3 3. Award of Contracts ...................................... 3 4. Form of Proposal ...................................... 3 5. Bid Security ...................................... 3 6. - Acceptable Surety ...................................... 3 7. Conflicts and, Ambiguities ................................... 3 8. Reservation of Rights ...................................... 3 9. Withdrawal and Amendment ................................ 3 GENERAL CONDITIONS OF AGREEMENT 1. DEFINTTION OF TERMS 1.01 Kerr County and Contractor ................................. . 1.02 Contract Documents ...................................... 1.03 Sub-Contractor ...................................... 1.04 Written Notice ...................................... 1.05 Work ...................................... 1.06 Extra Work ...................................... 1.07 Working Day ...................................... 1.08 Calendar Day ...................................... 1.09 Substantially Completed ................................... . 2. RESPONSIBILITIES OF KERR COUNTY AND THE CONTRACTOR 2.01 Inspection by Ken County ................................. . 2.02 Payment for Work ..................................... 2.03 Lines and Grades ..................................... 2.04 Contractor's Duty and Superintendence ....................... . 2.05 Contractor's Understanding ................................. . 2.06 Sanitation ..................................... 2.07 Shop Drawings ...................................... 2.08 Preliminary Approval ..................................... 2.0 9 Defects and Their Remedies ................................. . 2.10 Changes and Alterations .................................. . 4 4 4 4 4 4 4 4 4 5 5 5 5-b 6 6 6 7 7 7 Special Instructions & General Conditions Page 1 3. GENEkNL OBLIGATIONS AND RESPONSI~,~i,ITI£S 3.01 Accessibility of Plans and Specifications .................... 8 3.02 Ownership of Drawings ..................................... 8 3.03 Discrepancies and Omissions ................................ 8 3.04 Equipment and Materials .................................... 8 3.05 Performance and Payment Bonds ............................. 8 3.06 Losses from Natural Causes ................................. 8 3.07 Protection of Adjoining Property ............................ 8 3.08 Protection Against Claims of Sub-Contractors, etc 8 3.09 Protection Against Royalties or Patented Invention 9 3.10 Laws and Ordinances ..................................... 9 3.1 1 Assignment and Subletting .................................. 9 3.12 Indemnification ..................................... 9 3.13 Insurance ..................................... 9 3.14 Certificate of Insurance .................................... 9 4. PROSECUTION AND PROGRESS 4.01 Time and Order of Completion ............................... 1 0 4.02 Extension of Time ..................................... 10 5. MEASUREMENT AND PAYMF..NT 5.01 Quantities and Measurement 5.02 Estimated Quantities 5.03 Price of Work .................................... 11 5.04 Partial Payment .................................... 1 1 5.05 Use of Completed Portions ................................. 1 2 5.06 Final Completion and Acceptance ........................... 1 2 5.07 Final Payment .................................... 12 5.08 Payments Withheld .................................... l2 5.09 Delayed Payments .................................... 12 6. EXTRA WORK AND CLAIMS 6.01 Change Orders .................................... 13 6.02 Minor Changes .................................... i3 6.05 Extra Work .................................... 13 7. ABANDONMENT OF CONTRACT 7.01 Abandonment by Contractor ................................ 1 4 7.02 Abandonment By Owner ...................................... 1 5 Specitil lnatructions Xr. Genoa! Condiri~ms Page 2 Sr cCIAL INSTRUCTIONS TO BIDDEF,,, 1. RECEIPT OF BIDS. Sealed bids will be received at the place and until the time indicated in the Advertisement for Bids. All bids received will thereupon be opened and read aloud, except as provided in Paragraph 2 below. 2. ACCURACY OF BIDS. Each bid received will be presumed to be accurate and free from error, unless clear and convincing evidence to the contrary be presented. No bid will be accepted from any bidder who shall have failed to perform in the past after being awarded a contract, unless permitted by Commissioners' Court. 3. AWARD OF CONTRACTS. The contract will not be awarded at the bid opening, but will be awarded at a subsequent meeting of the Kerr County Commissioners' Court. The Commissioners' Court will generally award a Construction Contract to the low bidder, but is not bound to do so. In deciding whether to award the contract to a particular bidder, the Commissioner's Court will consider not only the adequacy of his equipment, his organization, his experience, his financial condition, and his prior record of performance including, in particular, his prior record of performance on contracts with Kerr County. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 4. FORM OF PROPOSAL. Each bid must be submitted on the form of Proposal prescribed by Kerr County, a copy of which is included in the Contract Documents. All money amounts shall be shown both in words and in figures; in case of discrepancy, the amount shown in words wiH govern. 5. BID SECURITY. Each bid must be accompanied by bank cashier's check, or by a Bid Bond on the form prescribed by Kerr County, a copy of which form is included in the Contract Documents, in the amount of five percent of the largest possible total bid or bids, including consideration of alternates. Such sum will be paid to Kerr County as liquidated damages in the event that the bidder, if awarded the Contract, should fail within ten days following the award to execute and return the Agreement, together with the Performance and Payment Bonds (if required) with acceptable surety. 6. ACCEPTABLE SURETY. By "acceptable surety" is meant an insurance company licensed by Texas State Board of Insurance to act as surety, and having an unblemished record, in the opinion of Kerr County, for faithful performance during the preceding five years of all undertakings to Kerr County. 7. CONFLICTS AND AMBIGUITIES. Kerr County will not be bound by any oral or other informal explanation of the requirements of the Contract Documents. Any prospective bidder detecting a conflict or ambiguity in the Contract Documents should call the same to the attention of the County Engineer and request the issuance of clarifying addendum. Absent such notice, it will be presumed that the bidder has thoroughly reviewed the Contract Documents and warrants that the project can be constructed as bid. 8. RESERVATION OF RIGHTS. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 9. WITHDRAWAL AND AMENDMENT. Any bidder may withdraw or amend his bid at any time before the time for closing receipt of bids. Any such amendment must be in writing and signed by the bidder. Special Instructions cot Gcnt:ral Conditions Page 3 GEi~cRAl CONDITIONS OF AGREEME~~ I' 1. DEFINITIONS OF TERMS 1.01 KERR COUNTY and CONTRACTOR. Kerr County, and the Contractor are those persons or organizations identified as such in the Agreement and are referred to throughout the Contract Documents as if singular in number and masculine in gender. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), the Plans and Specifications, the General Conditions, and any Special Conditions, and all modifications thereof incorporated in any of the documents before the execution of the agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans and specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation far whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide all materials, equipment, labor and other items necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified all materials shall be new and both workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood to mean and include ali that may be required by KERB COUNTY to be done by the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the plans, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven(7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work or adjustment. Special Inatructionq & Gcnerel Conditions Page 4 2. RESPONSIBILITIES OF KERB COUNTY AND THE CONTRACTOR 2.01 INSPECTION BY KERR COUNTY. Periodic visits will be made to the site for familiarization of the progress of the executed work and to determine if such work meets the performance and design features and the technical and functional engineering requirements of the Contract Documents. Notwithstanding any other provision of this agreement or any other Contract Document, KERB COUNTY shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S or subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.02 PAYMENT FOR WORK. KERB COUNTY shall review CONTRACTOR'S applications for payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing payment to CONTRACTOR in such amounts. 2.03 LINES AND GRADES. Unless otherwise specified, all lines and grades shall by furnished by the CONTRACTOR. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR and shall be replaced at the CONTRACTOR'S expense. 2.04 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of the contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR in his absence and all directions given to him shall be as binding as if given to the CONTRACTOR. The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, methods and manner of performing such work, so long as such methods do not adversely affect the completed improvements, KERR COUNTY being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection to the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the' adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Special Tnstructione c4c General Conditicros Page 5 Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by KERB COUNTY, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract or for the purpose of enabling the CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety of means and designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by KERB COUNTY shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.05 CONTRAGTOR'S UNDERSTANDING. It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract, including the plans and specifications. 2.06 SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by KERR COUNTY, and their use shall be strictly enforced. 2.07 SHOP DRAWINGS. The CONSTRACTOR shall submit to KERR COUNTY, with such promptness as to cause no delay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of ali shop and/or setting drawings and schedules required for the work of the various trades, and KERR COUNTY shall pass upon them with reasonable promptness, making desired corrections. The CONTRACTOR shall make any corrections required by KERB COUNTY, file with them two corrected copies and furnish such other copies as may be needed. KERR COUNTY'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called KERR COUNTY'S attention to such deviations at the time of submission, nor shall it relieve him form responsibility for errors of any sort in shop drawings or schedules. it shall be the CONTRACTOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by KERR COUNTY shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. Special lnetructions & General Conditic~n~ Page 6 2.08 PRELIMINARY APFr~OVAL. No failure or omission of KL, ,r~ COUNTY to discover. object to or condemn any defective work or material shall release the CONTRACTOR from the obligations to fully and properly perform the contract, including without limitations, the obligation to at once tear out, remove and property replace the same at any time prior to final acceptance upon discovery of said defective work or material; provided, however, that KERR COUNTY shall, upon request of the CONTRACTOR, inspect and accept or reject any material furnished. Any questioned work may be ordered taken up or removed for re-examination by KERB COUNTY prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re-examination and replacement to proper specification shall be borne by the CONTRACTOR, otherwise the expense incurred shall be allowed as EXTRA WORK, and sha11 be paid for by KERR COUNTY. 2.09 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by KERR COUNTY as unsuitable or not in conformity with the specifications, the CONTRACTOR shall, after receipt of written notice thereof forthwith remove such material and rebuild or otherwise remedy such work so that it sha11 be in full accordance with this contract. 2.10 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that KERR COUNTY may make such changes and alterations as KERR COUNTY may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. If the amount of work is increased, and the work can fairly be classified under specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, otherwise, such additional work shall be paid for as provided under Extra Work. 2.11 WARRANTY. Contractor affirms that he has reviewed in detail the Plans and Specifications, the Special Conditions, and all other documents relating to the design and construction of the work and warrant that there are no design defects and that the work can be completed as called for in those documents. Special lnstruction9 & Gcnrral Conditi~~ns Pugs 7 3. GENErsAL OBLIGATIONS AND RESPONSI~~LITIES 3.01 ACCESSIBILITY OF PLANS AND SPECIFICATIONS. KERB COUNTY shall furnish the CONTRACTOR with an adequate and reasonable number of companies of all plans and specifications without expense to him, and the CONTRACTOR shat! keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished by KERR COUNTY shall not be reused on other work, and with the exception of the signed contract sets, are to be returned upon request, at the completion of the work. 3.03 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice. 3.04 EQUIPMENT AND MATERIALS. The CONTRACTOR shall be responsible for the care, preservation, conservation and protection of alt materials, equipment, and parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.05 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the greed that this Contract shall not be in effect until such performance and payment bonds are furnished and approved by KERR COUNTY. 3.06 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 3.07 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. 3.08 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRACTOR agrees that he will indemnify and save KERR COUNTY harmless from all claims growing out of the lawful demands of sub- contractors, laborers, mechanics, materialmen, and #urnishers of machinery and equipment parts thereof, and all supplies incurred in the furtherance of the performance of this contract. When so desired by KE~iR COUNTY, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. Special Instructions cec General Conditiams Page 8 3.09 PROTECTION AGAi-vST ROYALTIES OR PATENTED IN ~ ~NTION. The CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright rights and shalt indemnify and save KERR COUNTY harmless from any loss on account thereof. 3.10 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply with all Federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless KERR COUNTY against any claim arising from the violation of any such laws, ordinances, and regulations whether by the CONTRACTOR or his employees, except where such violations are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify KERB COUNTY in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the CONTRACTOR performs any work contrary to such laws, ordinances, rules and regulations, and without such notice to KERR COUNTY, he shall bear all costs arising therefrom. 3.11 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of KERB COUNTY, and that no part or feature of the work will be sublet to anyone objectionable to KERR COUNTY. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the CONTRACTOR from his full obligations to KERB COUNTY, as provided by this Agreement. 3.12. INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless KERB COUNTY and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorney's fees and expenses, arising out of or resulting from the performance of the work. 3.13. INSURANCE. The CONTRACTOR at his own expense sha11 purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations under the Contract, whether such operations be by himself or by Subcontractor or by anyone directly employed by any of them, or by anyone for whose acts any of them may be liable. 3.14. CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRACTOR shall file with KERR COUNTY valid Certificates of Insurance and copy of the policy acceptable to KERB COUNTY. Such Certificates shall contain a provision that coverages afforded under the policies will not be cancelled until at least fifteen days' prior written notice has been given to KERR COUNTY. The CONTRACTOR shall also file with KERR COUNTY valid Certificates of Insurance covering all sub-contractor. Special 1nslructionH Rc General Cnnditi~~n~ Page 9 4. PROSECUTION AND PROGRESS 4.01. TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, that the CONTRACTOR shall be allowed to prosecute his work at such times and seasons, in such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also that when KERB COUNTY is having other work done, either by his own force. The CONTRACTOR shall submit, at such times as may reasonably be requested, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. 4.02. EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion of the work by any act or neglect of KERB COUNTY, or of any employee of either, by other contracts employed by KERR COUNTY, or by changes ordered in the work or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the CONTRACTOR'S control, or by any cause which KERB COUNTY shall decide justifies the delay, then an extension of time shall be allowed for completion the work, sufficient to compensate for the delay, the amount of the extension to be determined by KERB COUNTY, provided, however, that the CONTRACTOR shall give KERR COUNTY prompt notice in writing of the cause of such delay. Spccinl lnytructions & Gencr;il C nc~~ t«~„ rahl~~ err ~. .. - help, pR~I~tit ~i~U tri~ni dl~~h3C~~C _~ ~•f'.i~'~ ~~hen teed~n~~ the chipper ^ Bolt-Down Disc Corer. 1r'~ ~~~>~~ t~~ remo~•e, and yet, ~li~cnurage~ "earh" a~cr~~ hefure the cutting disc has time tr ~t~ ~E~. ~'uu also ha~•e locks to hold dins and cutnn~~ wheels in position during maintenance ~ ~r when changing kniveti. ^ The Length of the Feed Table. Nobody puts more distance between you and the feed rollers than Vermeer! This extra measure of safety - a Vermeer exclusive - helps keep you away from the cutting action. The heavy-duty table gives you extra leverage and support when feeding heavy limbs into the machine. You can also fold it up for transport and lock out the "curious and uninvited" when the machine is idle. (Plus, it makes a nice, smooth surface far creating highly ansible transit signage to ac{vertise your tree care services.) Vermeer 1220 and 1250 Models: ~~_ Big, Hydraulically-Controlled, Self-Feeding r Brush Chippers With The Extra Built-In Protection Smooth disc-style cutting action with brush handling capacities up to 12 inches in diameter. Chippers that "think," featuring optional feed sensors that monitor the engine and automatically adjust feed rate. Vertical hydraulically controlled self-feeding rollers which eliminate wrapping problems common to horizontal style units. A 270°-swing discharge chute that needs no tools to make adjustments. These are the machines designed for heavy commercial applications, with the extra long feed tables built in to help protect your crew and equipment. The ones used by municipalities, utilities, tree service firms and contractors to dispose of large-scale brush and limbs. MQdd X254' F2"' ~ ..-*. The top-of--the-line 1250 is the standard of the industry. It's constructed with 6-inch channel frame and rides on a rugged, 6000-1b rated torsional rubber type axle. Power comes from a 100hp Ford gas, an optional 81hp Perkins diesel engine or the Perkins 102hp Turbo for bigger brush-handling appetites. The big, heavy-duty, 7-gauge foldup feed table gives you over 6 feet of distance to the feed rollers ... and lots of waist-high leverage for longer, heavier, bulkier limbs and branches. The powerful 41-inch diameter cutting disc (11/z-inch thick steel plate!) is machined and balanced to exact tolerances. It generates up to 134,000 ft/Ibs. of kinetic energy! The chipper knives (A-8 chipper grade steel) are modified to 8% chrome and hardened to 56-58 Rockwell C. This is the one everyone's talking about ... the one that's built to last. did 12Z~ ttf" You get the same kind of power and performance from the newer, lighter, more economical Model 1220 -the larger feed table, vertical variable-speed feed rollers, 270° discharge chute, plus aflip-up engine hood that makes it easy to access for service. Closed loop hydraulics provide low maintenance. And "live hydraulics" let you control the feed rollers, even when the cutting disc is jammed. Discover the extra features and quality in each of these high- production machines. No wrapping problems here! Ilrrge-diameter, vertical self-feeding rollers spring open to give you an aggressive bite on material and help prevent "wrappirt~' problems which often happen with viney material. A hydraulically pivoting tongue assembly, a feature on the Vernieer 1250 Brush Chipper (shown below) ,allows you to feed the chipper curbside, away from oncoming traffic. And, wren you're ready to move on to a dif ferent jobsite, the foldup and lockable feed table (shown, at right) makes both 1220 and 1250 Models compact and easy to transport. Lockable battery/toolboxes and feed tables Quality construction! 6-inch channel frame. A simple, easy-to-understand control and help reduce theft [USSes, discourage the "curious." Adjustable tongue extension. 6,000-Ib rated axles. itutrument panel mctlces it easy to operate. ? ~ enneer 1~IrxIe1 1?r't~' ~ i>i+et) and .'~faxiel 1250 Brush Chippers Tilt-up hood ~naes v~>u cr>mplete ac cess to the ~nnre I~ pacer unit. ,~ E~~lt-d~~aa~n cutting disc cr,aer discourages "early" enm befrn-e the cutting disc has time to stop. I-ock pins hold the disc ashen changing knives. Heavy-duty discharge chute pn~~ ors up to 'i ~~° (away from the feed t~lhl< area) to give you plenty of maneuverability u-hcn ha~ldling chips. Deflecurr adjusts the flow up crr dua~n. 'Vo ux~ls required. Injinite[y variable speed hydrostatics! Plus, "live hydraulics" means the feed rollers are amnected directly to the hydraulic pump on the enk~ine, allowing you to reverse the f low of material in the event the cutting disc jams. ~lermeer 620 and 935 Models: For Tight-Fisted Budgets & Profit-Driven Rental Centers Don't need the size and power of the bigger commercial Vermeer models? These two compact, disc-style units are ideal for rental yards, commercial tree service firms, lawn care operations, orchards, golf courses, nurseries, or any municipality or contractor operating on a tight budget. Both Model 620 and 935 Brush Chippers have variable-speed hydrostatic feed drive, including full reverse. The taller, deeper feed tables give you extra leverage, an extra measure of safety and piece of mind you need when operating these powerful self-feeding machines. The feed control bar is right there in front of you as you feed the brush. The foldup feed tables, tool and battery boxes are all Vernteer Brush Chipper Model 935 lockable, and lock-up systems for changing knives are standard on all chipper discs. Both units are easy to maintain and service. Virtually everything is within easy reach. For example, the discharge chute and top housing for the cutting disc pivot for easy access when repairing or replacing knives. You also have built-in emergency shutoff protection in case of low oil pressure or high operating temperatures. The optional feed sensor automatically monitors engine drag and controls the feeding action. And "live" hydraulics allow you to reverse feed even if the cutting disc plugs up. Pick your size. If you're working with brush and debris up to 6 inches in diameter, choose the Model 620. For material up to 9 inches, select the Model 935. Both feature aloes-profile design and a low center of gravity making them easy to tow behind your truck or pickup. ~~; \lermeer 1600A Model: Heaviest-Built Drum-Style Chipper In The Field Today! Want to stick with more ecoaiomical, conventional drum-style chippers? Check out the rugged and reliable Vermeer 1600A. It's all there! Six-inch chipping capacity. A rugged, beefy frame. This heavy-duty workhorse weighs in at over 4560 lbs. It's powered by a Heavy- duty 6 Series Ford gas engine and carries a 25-gallon capacity fuel tank. The big 12-inch diameter discharge chute can be coupled with an optional 1589 dm capacity blower for outstanding chip disposal. The chipping assembly is equipped with aheavy-duty 12"x16° rotor, your choice of 22" or 25" flywheels and 3.35"- diameter tapered roller bearings. Heavy rubber feed table curtains retain the chips and the 59-inch long table distances you firm die actin. Also, check out the exclusive "Feed Stop Gate" opdan available exclusively firm Vermeer. (Unlike the convendorutl dnan braking systems fottnd art otkter chippers, the Vermeer "Feed Stag Gate" immediately shuts of f feed to the rotor without placing tcrido stress loads on the chipper engine and drive system.) Vermeer 1600A. More power. Mare aggt+essive cutting action. A clu~per that's been proven ~- worldwide - by thousands of municipalities, utilities, tree service firms and contractors handling tree limb disposal operations. Handy control bar on the 620 seu the hydraulic: feed rate. Optional feed sensor also available. Wide feed opening cuts doom on chain saw ,1' work. Longer feed table means extra leverage and extra distance from the cutting action. Everything's within easy access on both 620 and 935 Models, including the cutting disc which features afold-down disc cover/chute assembly. Near waist-high table height on Model 935 means less stooping and bending for the operator. SPECIFICATIONS: ~.~. 620 435 1220 12.0 1600A GENERAL W ` 1415 lb/642 kg 3390 ll&/1538 4690 lb/ 2127 kg 5b40 ~ 4560 lb/2068 kg 81"/206 crn 121'/ld2 car 166"/422 cm 1{~'"{36b~c~t, 152"/386 cm ' ~ 90"/229 cm 9f1"/119 cat -' 96"/244 cm 100'125# an 104"/264 cm s.: ' 48"/122 cm b5~`/Ib$ cm- 79.5"J202 nn $~',t~a 88.25"J224 cm T~ Hydraulic feed Hrdr~lc lamd Hydraulic feed Hy~a~C ioeed Manual feed disc-style ~c~1r -' disc-style drum-s le ry Kohler M20S, gas 19 25 h t d ~ 3300 Wiac ~-1770,g~ 3S ! d 41r 300(1 Ford LSG-423, gas 6 h d 300,t~ Fond, 300 GF Ford, gas . p, ra e rp ~ epoe rpm;: p, rate 7 ®3600 rpm 100 , ~d i 7.b0(} Pal~nr 4.236, ~ Sr~pes 100 hp, rated ®2600 rpm ' Harz 2G 30 13a,~t Fat-10ili, di~ael Perkins 4.236, diesel aTilebo 10211p, Perkins 4.236 diesel 20 hp, rated 2® 3000rpm 42 nroad ~ 3000 81 hp, rated ®2640 rpm ]rao~di 2640 81 hp, rated ®2640 rpm air-cooled airaoaled liquid-cooled liquid-cooled Fnet 11 gal. (42 L) 1S t51U 30 gal. (114 L) ail (114I,J 25 gal. (95 L) Cnctiot-~aat 7-gauge "A" style (18 cm) !(" d~{10 an) 6" channel (15 cm) 6' c3r>->~ (#'3 ~ 6" channel (15 crrl) w/11-gauge steel panels w/11-F7~~ send paah w/11-gauge steel panels vv111 aGeel 1~ `. w/11-gau a steel panels wloptioi~ad ~ w/adjustable w w/adjustable `A7r1es - Leaf spring-type 3500-(b rated (1588 Icg) ~u¢ R~. LtAf ~Qr" 35f~0-~ rmed (1588 tongue extension Leaf spring-type 6000-16 rated (2722 kg) 1#1~ CxhilYO[I Toeallortot rvb6er b00(L~ r~oed { _ tongue extension Leaf spring-type 5200.16 rated (235914g} Tim. 18.5x8.5.8 LRC 215/?5R-14 18.5x8.5.8 LRC 2ISrt5R-Z4 ST225/75 R-15 LTZ35/85 II-lb. H78x15 LRD CUTTER WI~ELIFE ED DISCHARGE SYSTE M: C ~ 24" dia x 1.25" wide (61 32 m) dIa x 1,5' ~ruie ~ 38 rp>u} 37" dia x 1.5" wide (94 ctrl x 38 mm) 1' dia:1.5' ~I04 x 38 ' ' 12" dia x 16" wide rotor (30 cm x 41 m) m 1610 rp ~~ ,pro 1200 rpm tpe c 2200 rpm Na of >~ni+~e+t 2 hardened tool steel 2 trod tod ~Be~ 2 or 4 hardened tool steel 4ltada>~ed eod geed' 4 hardened tool steel h~aor. Feted 6" dia/I S cm 9" ~i23 cM 11" dia/28 cm 13` di pK 16" x 8.375" size/41 x 22 cm FaeddTalbie 60°/151 cm 611173 ~ 76"/193 crrl 76'1193 ae 69"/175 cm { (to rotor) Twe~Tsbk 28"/71 nn 2;3'171 aR 26"166 cm 2b"/46 aa~ 35"J89 cm Fixd R~rlfez'.~ae - One, 8" dia, horizontal t3ne,,IB" c~, leaeutmc~! ' Two, 13.25" dia, vertical Tian, i6.5" dii:t, rrnical NA h~l6ed Rye . 0-78 fpm or 0.16} fpm infinitel ari bl 0- .6 0-120 fpm/36.6m/min i fi l bl (L13 .9~' NA y v a e n nlte y varia e - w/full reverse w tevt~e w/full reverse re~e 17ucp~~_-.H,:~eig~til~ ~cwwe~, 90"f229 cm 180° swing, f 2~~~ f ' 96"/244 cm 270° swing, f 100' aa~ 80"-92"/203-234 cm 40° deflector angle away rom operator area (no tools required) away mm ~ {pp ~oD1E ~ away rom operator area (no tools required) away flri4~t {pp ` - STANDARD FEATURES: safety tow chain (A ,lockable tool and battery box (B), electric brakes (C), live hydraulics (D), safety and directional lighting (E), h F f ld f d bl our meter ( ), o -up ee ta e (G) OPTIONS: curbside feeding (H), automatic feed sensor (J), feed stop gate (K), feed chute blower (L), surge brakes (M) FEATURES/OPTIONS A,B,D,E,F,G,J A,$~C'',D,F,E,GJ,M" A,B,C*,D,E,F,G,],M* A,B,L"',D,E,F,G,HJ,M• A,B,C,D,E,F,G,K,L *Brakes are required and are atwilable as an electric or hydraulic surge option. "THE DKGIN' DUTCf-W1AN" ¢rme¢r Vermeer Manufacturing Company P.O. Box 200 • Pella, Iowa 50219 U.S.A. Phone: 515/62p8-~31~41p• FaxM515C/628-7734 Call toll-free: O~./11-029~1J~JJ 1 [n Iowa (515) 628.3141 Vermeer Manufacturing reserves the right to make changes in engineering, design, and specifications, add improvements, or discontinue manufacture at any time without notice or obligation. 7.92 P7' OF T'ES' ANC. EQUIPME~ VERMEER 4455 Director ~S 78219 SAN A lt~l g3 ~00 ~,,~~~~11 _,,..,,~aa, ,:;,moral ~~~ ~ r `~ Dept County Roadks O~f~ge T0: Kerr County Cler Kerr Street X802$ 100 Main Zeus 5 :00 P • ' Kerrville ~ October 30, 1992 „ Sealed gld brush Chipper ~,,~c~--";gym F0 PA C:~6Y ,~ raa~ Gou 4 ~~ w•b ~UV U`vJV V IAr/llt~ ;~~~ TRAILER MOUNTED BRUSH CHIPPER OCTOBER 1992 KERR COUNTY ROAD & BRIDGE DEPARTMENT 101 SPUR 100 KERRVILLE, TEXAS 78028 512-257-2993 BID SPECIFICATIONS TRAILER MOUNTED BRUSH CHIPPER These specifications are designed to describe a new chipper that is capable of processing wood; from small viney material, up to twelve inches (12") in diameter. It shall be a heavy duty industrial unit of the latest design. Used, shopworn, prototype, or discontinaced models will not be accepted. ENGINE: 1. Four cylinder diesel 2. 80 Horsepower (nominal) 3. Battery - two heavy duty, mounted in marine type cases 4. Air Cleaner -heavy duty dry 5. Fuel Filter -primary and secondary spin 6. Oil filters - full flow spin 7. Engine protection system - high engine temperature, low oil pressure shutdown 8. Fuel tank - approximately 30 gallons INSTRUMENT PANEL: 1. Warning lights - Low oil pressure, battery condition 2. Hourmeter 3. Temperature gauge 4. Ignition key switch S. Oil pressure gauge 6. Battery voltmeter TRAILER 1. Frame: a. Heavy 6" welded channel or rectangle tubing mainframe b. Walk plates and fenders of 11 gauge steel, plates covered wit1~ anti- skid material 2. Tongue: a. Hydraulic pivot providing rear or curbside feed b. Telescopic, adjusting to 2 positions c. Safety chains - 3/8" grade 28 proof coil d. Ball type coupler - Z 5/16" e. Jack - skid foot with 2,000 Ib rating 3. Axle and Suspension: a. Rubber-torsion type suspension b. Axle - 6,000 Ib rating c. Brakes -electrically actuated drum and shoe type 12" X 2" non- asbestos material 4. Tires and rims: a. LT 23.5/85 R16 steel belted radial, or nearest manufacturers standard b. l6" X 6" disc wheel S. Lights: Clearance and tag lights in compliance with D.O.T. specifications CHIPPER DISC ASSEMBLY: 1. Dimensions - approximately 1 1/2" X 40" diameter 2. Knives - 4 each, located in pairs, located 90 degrees opposite each other a. A-8 grade steel, modified to 12% chrome b. Knives hardened to 56-_58 Rockwell C. 3. Disc speed - 950 rpm 4. Anvil - 4 edges i~ 5. Shaft diameter__4___(quote) 6. Housing - steel plate ~/ ~~ 7. Front wall thickness_ Yy__(quote) 8 . Back wall thickness_~ v (quote) CHIPPER BODY CONSTRUCTION: 1. Infeed chute - 1 /4" steel plate 2. Exhaust housing - 7 gauge steel 3. Feed table - 7 gauge steel 4. Feed rollers (specify (1) vertical or (2) horizontal mount) L~~~~~~A_l. a. 7 gauge steel b. Approximately 15" X I S" 5. Discharge chute: a. Top - 11 gauge steel b. Sides and bottom - 14 gauge steel c. Rotation - 270 degrees (must not direct chips toward the operator's station) no tool required HYDRAULIC SYSTEM: 1. Tank -approximately I1 gallon, with clean out lid 2. Filter - spin on type 3. Pump: a. Gear Type, engine driven b. Capacity - 7 gallon/minute 4. Valve - Variable flow rate - from 0 to 131 feet/minute 5. Motors: a. 2 each gerolar style h. 24 cubic inch displacement each c. Output torque - 7000 in ]bs 6. Safety bar -Installed at Infeed chute designed to stop or change direction of feed rollers from forward to reverse from either side of unit EQUIPMENT AND ACCESSORIES; 1. Auto-feed system - Automatically stops and starts feed' rollers as engine RPM increases or decreases DEALER-SERVICE MAINTENANCE 1. 90 day safety and maintenance inspection at Kerr County location. 2. Bidder must be factory authorized sales and service dealer. 3. Must provide the following: a. Parts manual, containing illustrated parts list for unit and engine. b. Service manual, containing operating and service instruction for unit and engine. c. Training session for Kerr County personnel on proper use and main- tenance of chipper. d. Vendor must warranty the chipper unit for a period of on year on all parts and labor. If manufacturer's standard warranty exceeds one year, the standard warranty offered will he in effect. e. The warranty will cover defects in materials and workmanship under normal use and service. f. Unit must be delivered to Kerr County freight prepaid. Name and Location of Nearest Dealer-Service Maintenance Facility: MUS'rAN Et i NDUS'~ RJD~I. ~c4u1 Qjdl~rlT _595 _PAL`! ~_.~~~~A.~----- Phone 512 ?f~--22{ BID PROPOSAL FORM BID ITEM: TRAILER MOUNTED BRUSH CHIPPER COUNTY CLERK 700 Main Street Kerrville, Texas 78028 BID DATE & TIME: Friday, October 30, 1992, 5:00 p.m. 1. This Category includes all equipment as shown in Specifications. 2. Pursuant to and in compliance with the Invitation to Bid and the Contract Documents dated October 13, 1992, relating to the above referenced item, the undersigned, hereby proposes and agrees to deliver the equipment in time stated and in strict accordance with the Contract Documents, and the addenda thereto, for the following sum of money: BASE BID: One Trailer Mounted Brush Chipper in accordance with attached specifications. 5~-~E~1 Ti~o_v_SA~•IA~iIE~t ~uNoR~P~N~oltars ( $ ~b.?8q~O0 ---) 3. Kerr County will consider parts, service, warranty, proven reliability, and resale value, not necessarily lowest bid. It is agreed that this Proposal is subjected to Kerr County's acceptance for a period of thirty (30) days from above date. 4. Enclosed is a Certified Check or Bidders Bond in the amount of _ N~-_~, if bid is over $25,000.00, in compliance with the specification requirements. The above Check or Bidders Bond is to become the property of Kerr County 'in the event the Contract (when offered by Kerr County is not executed within the time set forth. 5. The undersigned agrees to the following: a. To furnish specified machinery as shown b. To deliver the machine bid in _I5 __ calendar days. h. Bidder agrees that Ken county has the right to accept or reject any or all bids and to waiver all informalities. Respectfully submitted, FIRM: ~STAN~11!1DUS'~Z~a~-_~.IL~~EI'~"t~ Lo. B y • ---~' Signature Printed Name: Title: (~~fl -if Corporation) Address: City: Telephone: -J~~.~ -------------- ~~u. MANE ------------------- _`~ _5.~.~~ ---- - --------- ~c~c ____State: '~~.__ Zip ~$i19 MUST~N~ >r c~u1PN1~~tT O~~.S 1lN ALT~~.NA7~ MORaAP-k- 20 3b QfLUM STYI.~ $R U SH ~tl'~ P~ p~5~1~ PTi~1~ INFO ~Nt~sED~ ~ (~, og5- ~ Morbark Eeger Beever Model 290 ^ The staggered knife pattern, pioneered on the Morbark Eeger Beever brush chipper, is the most durable and economical design on the market today. It not only reduces disc wear, but also lowers fuel consumption. ^ While competitors' chipper hoods are hinged and pinned, Morbark's chipper hood bolts solidly in place, providing safe, quiet performance even after years of service. Two knife access panels allow easy knife inspection/maintenance. ^ Morbark's two horizontal feed wheels offer more aggressive and economical performance than vertical feed systems. The powerful feed wheels, working with gravity rather than against it, provide excellent compression of limbs and brush. ^ The fuel tank i s mounted inside the frame for a lower center of gravity and easier access to maintenance areas. ^ The frame is constructed of 2" x 6" tubular steel with a 4" x 6" center beam extending the full length of the trailer. ^ Front chipper plate is constructed of 1/2" solid steel and belly band is 3/8" solid steel. ^ Wiring is located inside conduit for protection and a cleaner profile. ~~ MOrbBrk Eeger Beever 290 8507 S. Winn Road Telephone: (517) 866-2381 Manufactured By: P.O. BOX 1000 Fax: (517) 866-2280 The Beevers, Inc. Winn, Michigan 48896 Morbark's Eeger Beever...Compare Features & Benefits Morbark Leger Beever Model 290 Specifications GENERAL Length: 14' Height: 7' 11" Width: 5' 11" Weight Diesel: 5050 lbs. Weight Gas: 4450 lbs. Chipping Capacity: 12" FRAME 2" X 6" Rectangular steel tubing AXLE Single axle, leaf spring suspension 6000 lbs. axle rating 7000 lbs. leaf spring TIRES Diesel & 6 cylinder Ford: 9.50 x 16.5 Gas engines: 7.00 x 15.00 TOWING 2" ball or 2 1!2" Lunet ring FUEL TANK 28 gal.; Located within frame to maintain low center of gravity and easy maintenance; Lockable cap. HYDRAULIC OIL SYSTEM 9.5 gal. tank; 10 micron filter; 6 GPM pump; Lockable cap. CHIPPER ASSEMBLY 37 1/2" diameter x 2" thick disc; 4" shaft at center; 2 7/16" chipper bearings. Staggered knife pattern with 2 knife pockets located 180° opposite each other. (2) 3/8" x 4" x 7 1/4" dual edged knives. INFEED SYSTEM 38" wide x 30" high; 10 gauge steel with 1/2" x 2" reinforcement around shroud opening. (2) 8" x 18" horizontal feed wheels. Length from end of infeed to center of feed wheels: 36" DISCHARGE SYSTEM 360° continuous rotation, no tools required Height adjustment from 95" to 117" HYDRAULICS Shaft driven Vickers V-10 vane pump (2) Char-Lynn Geroler style hydraulic motors 23.1 cubic inch displacement OPTIONS Extra wide infeed: (30" high x 64" wide) Several power options: Gasoline & diesel 4-knife chipper disc Telescoping tongue Swivel to curb infeed Heavy duty lights and/or fenders Custom colors Infeed tray with sides Electric or hydraulic surge brakes i Your Local Morbark Dealer - Compare Features ~~::> ~p~" Morbark Eeger Beever 290 8507 S. Winn Road Telephone: (517) 866-2381 Manufactured By: P.O. BOX 1000 Fax: (517) 866-2280 The Beevers, Inc. Winn, Michigan 48896 IUM :f-yLU (2) Horfzonfal hydraulic feed wheels, 18" long x 8"diameter, handle brush & limbs more effi- ciently than vertical feed wheel systems. Hydraulic pump is shaft driven, eliminating belts, sheaves and flow dividers. Hydraulic pivot arm allows smooth, uninterrupted wood flow. Lowest maintenance of any infeed system. Unique Eeger Beever chipper housing design provides safe, quiet performance even after years of service. Available in PTO unit fo fit three- point hitch arrangements from 50 to 125 HP. 360 degree continuous swivel discharge. Height adjustment from 95" to 117". I(JJ/UG/ 7G .J: G~1 1lUf[Lf1R/~ alVU. ,.ii ~ ~ ~~~,,u u...c MOlt1~ARK "EEGER BEEVER" 290 VS. VERMEER x50 The "BLGLk BEEPER" chipper has been built since 1980 and boasts over 8,000 users nationwide. Although many newcomers have entered the disc chipper market in rncc~t years, Morbark candnues to be the clear market leader.We have listed below several'of the primary teatun;s which set us apart from our closest competitor -- the Vermeer I2S0: ~r~'I •, CHIPPER 750 LBS. (27% Heavier). 590 LBS. DISC 2" thick x 37-1/2'' diameter 1-1/2" thick x 42" dia. (More weight in smallCr ama results . in leas bogging under load and longer bearing life). KT11V1.'S la0U13L1?-EUGF.I7 & intemltangeable SINGL.FrEAGF.D knives ktuves reduce replacement costs by S0~o are not interchangeable. • ~LU 12" x 18" opening STRAIGHT-THRU 'T'apers w i2'' x'12" OPENING to knives eliminates jamming between resulting in ft~cquent mller e~td ktttves. hang-ups in dead space betv+reea rollers & knives. RpLLL1tS HORI24NTAL: Provide 6001bs. down VERTICAL: Crushing pressure using simple weight, gravity, d d bl i S power provided'by pulley an a justa e spr ngs. erra teeth system. Forces brush to on rollers grab wood without slamming left as it moves into to side. chipper. HOUSING 3/8" belly band 1/4" belly band 1I2" infeed spout 1/4" infeed spout l f2" finnt plate TOP & BOTTOM for Top hood i8 1/4" protection from contamination. Lower section ig 5/8" WID1I I 7~" width for access to tight areas 87" width LOADING ' 18"; reduces lifting & allows single 2fi"+; Forces lifting logs HL1GH'z motion feeding of long branches. waist high to feed. TONGUE 2S0 I.BS.: Roduces truck wear and 600 LBS.: Puts consider- VITEIGITT potential for lifting injuries, yet still able sues on truck and useable detached from truck. worker's backs: AISCHARGE 360 do rotation, height 270 degtr~ rotapon, not CHUTE adjusut le & hinged, ht:ight adjustable. TRAP DOOR Allows rocks ~ dirt to drop out of system Noc available A Revolutionary Design from the Leading Manufacturer of Brush Chippers When it comes to designing brush chippers, nobody has more experience or a better track record than Morbark. We've taken that reputation another step forward with the introduc- tion of the new E-Z Mode120/36. Quite simply, we believe the Mode120/36 outperforms any chipper in its class, either disc or drum style. And coming from the company that pioneered disc style chippers more than a decade ago, that's saying a lot. What's unique about the E-Z chipper? Just about every- thing, but the patented design of the drum and chip pockets is the key element that sets this chipper apart. Unlike conven- tionaldrum chippers which use high horsepower and RPMs to force the wood through the chipper, the E-Z chipper runs like its name implies-smooth and easy. It requires much less horsepower and less than half the RPMs of a conventional drum chipper, which means better fuel efficiency. A disc-style chipper forces all the wood to the side of the feed opening, whereas the E-Z chipper has a positive chipping action across the entire width of the drum. Virtually self- feeding, the 20/36 is equipped with only one hydraulic feed wheel, a much safer configuration than two meshed wheels. Because of the unique design ofthe E-Z chip pockets, chips are thrown from the discharge by centrifugal force rather than being blown by fan blades. This means the chips are dis- charged with little or no air movement, dramatically reducing dust levels and virtually eliminating the plugged radiator screens commonly resulting when conventional chippers blow material into a van. All this means a quieter, safer, smoother feeding chipper, lower operating and maintenance costs and less drum and knife wear. ~~ Morbark E-z chipper 2o~3s 8507 S. Winn Road Telephone: (517} 866-2381 {~~~ Manufactured ey: P.O. BOX 1000 Fax: (517) 866-2280 ~/' The Beevers, Inc. Winn, Michigan 48896 Morbark E-Z Chipper Model 20/36 Morbark E-Z Chipper Model 20/36 Specifications GENERAL Length: 13' 5" Height: 7'•g" Width: 5' g" Weight: 4850 lbs. Chipping Capacity: 12" Feed Rate: 85 FPM FRAME 2" x 6" rectangular steel tubing 4" x 6" center beam AXLE Single axle, leaf spring suspension 6000 lbs. axle rating 7000 lbs. leaf spring TIRES 7.00 x 15.00 8-ply TOWING: 2" Ball or 2 1/2" Lunet ring FUEL TANK 35 gallon, lockable cap with sight gauge HYDRAULIC OIL SYSTEM 8 gal. tank; 10 micron filter; 7 GPM pump; lockable cap with sight gauge CHIPPER ASSEMBLY Drum Diameter: 36" Drum Width: 23 1/2" Knife Pockets (4): 10" x 13 1/2" Chipper Knives (4): 10 1/2" x 5" x 1/2" (A-8 Steel) Drum Speed: 1000 RPM INFEED SYSTEM Infeed chute opening: 23" x 43" Throat opening 14" x 21" Length from center line of feed wheel to gro und: 90" (1) 18 1/2" x 21"horizontal feed wheel Folding infeed tray with sides DISCHARGE SYSTEM 180° rotation Discharge height: 92" HYDRAULICS Belt driven Vickers V-10 vane pump (1) Char-Lynn Geroler style hydraulic motor 23.1 cubic inch displacement OPTIONS Several power options: Gasoline & diesel Telescoping tongue Electric or hydraulic surge brakes Custom colors Heavy duty lights and/or fenders Your Local Morbark Dealer - Compare Features Morbark's patented E-Zchipping principle has revolutionized brush chipping. Illustrated by the patent drawings above, the E-Z drum chipper works much like a circular saw blade. Chips are held in the deep chip pocket until discharged by centrifugal force. This allows chipping with less horsepower and chipper wear than ever before. ~,~ Morbark E-z chipper 2o/se 8507 S. Winn Road Telephone: (517) 866-2381 Manufactured By: P.O. Box 1000 Fax: (517) 866-2280 ~ The Beevers, Inc. Winn, Michigan 48896 20M 3-92R The f 4"x 21 "chipper opening is the largest throat in the indus- try, and it has a positive chipping action across the entire width of the drum. The hinged chipperhood allows easy access to the drum for re- versing or changing the knives. The discharge system throws chips with virtually no air move- ment, reducing dust level and eliminating radiator plugging that is common to a blowerdischarge. Single hydraulic feed wheel and large infeed opening handle large material with limbs intact while providing enhanced operator safety. MUKI3AKK E"'L 20/36 VS. VERMEER 1250 9 REASONS WMY THE MORSARK "E-Z" MODEL 20/36 OFFERS SUPERIOR PERhUI~MANCE AND DECRCI~SED MAINTENANCE OVER THE VERMEER 1250 1. 950 Lb. Drum vs. 580 Lb. Dtgc: E•2's 3t3" Diameter x 23-1/2" wide drum packs 950 Lbs. of chipping power to otter slgnltlcantly greater resistance to ;engine "bogging" during tough or large dlatrietor wood chlpping. This 360 Lb. Increase In flywheel power and increased chlpping enorgy is easily noticeable and makes expensive and high-maintenance features such as variable speed slow control and auto-feed sensor totally unnecessary. 2. More efficient, evenly dlatributed chlpping action: E-Z 20/38 chips evenly across the face of the entire drum, resulting In a smooth, consistent slralght- thru feeding action. Compare this to the regularly occurring pulling and whipping action encountered whllo fet3ding the varmeer i250. This whfpping action is due to the location of the vertical anvil on the right side of the chipper unit which tt~e teed system must force all wood towards. As the leading edge of th© material is pulled to the right, the trailing edge whips vlolenUy to the left, often slapping the oporator as It goes past. 3. infood ay~tem desipn~ F•Z ?Cr/;~6 hAx ~nA mASSIvH 1R-t!2" di»meter x 21' Wid9 feedwheel with dual down pressure springs for unmatched crushing and leading power. The absence of a "mesh-point" common to ell dual-feedwheel systems moans that Ute frequently occurtnp dead-wood binding $nti small materl~l wrapping common co those machines is totally eilminated with the E-Z 20136.. The Vermeer 1250 uses a twJn, vertical feedwheel design necessitating the use of a cumt3ersome pulley system to provide crushing and feeding that the E-Z 20/36 accomplishes with gravity and a spring assist. 4. Infeed system mafntenance: Because the E•Z 20/36 uses only one feedwheel, the required moving parts such as hydraulic motors end bearings are cut In halt. This results In reduced maintenance casts and less chance of downtime. 5. Infeed throat: Compare the 2t" wide x 14" high throat openin8 on the E-Z 20/38 to the 12" x 12" taper on the Vermeer 1250. It Is easy to see that Ilmby, crotchy materlat has a much greater chance tv hang-up or Jam in Ilse Vermeer Infeed. 6. "Dead space" betweeh feedwheel(s} and chipper Itnlvas: Tlie distance between the 160tlwheol on the E•z 20!36 and the chipper knives (commonly rt~terred to as the "dead space"j is less than 3". The Vermeer 1250 however, teas a gap exceeding 10" providing a tar greater opportunity for wood to hang-up or Jam In the Infeed area, thus resulting In costly and frustrating down-time to free the lodged material. T. Kntfe design: E•Z 20J36'S double-edged and Interchangeable knife design reduces replacement costs by up to 5o°i° over Varmoar's single-edged knlf© arrangement which uses knlves of two different sizes. The fact that the E-Z 20!36 chips alone the full wldlll of the drum vs. the Vormovr's right-side anvil set-up means morn uniform knife wear resulling In less frequent knife clianpes. $. Chipper width: The E-2 Model 20/36 Is only 6B" wldo allowing for easier access Into 11ght locations than the Vermeer's 87" width. 9. Chipper destgn and construction: Despite the fact that Vermeer boasts to bo heaviest chipper In it's class, iho truth is that the unit is hoavlar because it is so bulky. Tha E-z 20136 puts more steel In the areas that are critical to durability and safety. For example, the 3116" wall, 2 x fi" rectangular tubing usod In the frame of tho E•Z 20/36 !s 15% heavier on a Ibs.Jft. basis than the 6" channel used on the Vermeer. in addition, the 20!36 has a a" x ti" center beam which runs the foil luneth of frame. Also, In the lower area of tt~a chipper housing wham the chipping actually occurs, the !:-Z 20136 uses 314" steel vs. S/t3" on the Vormoor. This Is espoclally importo,nt . In the ovent that a foreign object or place of tramp moral Is accidentally fed into the chtppur. The lower housing must be able to contain shrapnel from shattered knlves to prevent operator Injury. Summary: Don't be fooled by the Vermeer f250's mere size Into believing claims that it Is a superior chipper, Wo Ilko to compare the situation to that o1 a nickel and a dime. Tha nickol fs much larger, but you can do so much more with a dime. Former disc chipper operators who have switched over to the E-Z 20!36 Are reporting up t,o 30% more productivity as compared to the disc chipper, Their names aro available upon _ request, but don't take tholr word for It. Ask your •Morbark dealer for demonstration So you can prove it to yourself. As you comparo those chippers and tholr performance don't forget to take into consldoration an aspect of the E-2 20!36 design that truly • sets It apart from it's competition; it's Simplicity. Look a! the Vermeer 1250 with 1t'S more elaborate hydraulic sysiam, variable speed controls, feodwhevl pulley system, auto-ibeCl sensor, Inefficient knifo design, etc. and consider the high potential for failure and down-time. Then look again at the E-Z 20/36. Thv choice should be ~-Z. ~-_ KERB COUNTY ROAD AND BRIDGE DEPARTMENT KERRVILLE, TEXAS 78028 (512) 257-2993 'I'O: Bidders FROM Franklin Johnston, Leonard Odom, Jr., DATE: October 13, 1992 County Engineer County Road Administrator RE Advertising for Trailer Mounted Brush Chipper Ken County Road & Bridge has placed the following advertisement announcing sealed bids for the purchase of a trailer mounted brush chipper. KERR COUNTY ROAD & BRIDGE ADVERTISEMENT FOR BID ON TRAILER MOUNTED BRUSH CHIPPER Sealed bids will be received at the Ken County Clerks Office, 700 Main St., Kerrville, Texas 78028, until Friday, October 30, 1992 at 5:00 p.m. Bids will be publicly opened and read aloud November 3, 1992, at 10:00 a.m., in Commissioners' Court. Bids will be awarded or rejected in Commissioners' Court November 9, 1992, at 10:00 a.m. Bid forms and specifications are available at the Kerr County Road & Bridge Department, 101 Spur 100, Kerrville, Texas 78028. (512) 257-2993 Bids submitted, should have the bidders name, the item(s) being bid, and "Seal Bid" noted on the envelope. Kerr County reserves the right to reject any or all bids. D~ D o M~ilf~f~`~~ TRAILER MOUNTED BRUSH CHIPPER OCTOBER 1992 KERR COUNTY ROAD & BRIDGE DEPARTMENT 101 SPUR 100 KERRVILLE, TEXAS 78028 512-257-29.93 BID SPECIFICATIONS TRAILER MOUNTED BRUSH CHIPPER These specif cations are designed to describe a new chiQper that is capable of processing wood; from small viney material, up to twelve inches (I2") in diameter. It shall be a heavy duty industrial unit of the latest design. Used, shopworn, prototype, or discontinued models will nor be accepted. INGINE: 1. Four cylinder diesel 2. 80 Horsepower (nominal) 3. Battery -two heavy duty, mounted in marine type cases 4. Air Cleaner -heavy duty dry 5. Fuel Filter -primary and secondary spin 6. Oil filters - full flow spin 7. Engine protection system - high engine temperature, Iow oil pressure shutdowr 8. Fuel tank - approximately 30 gallons INSTRUMENT PANEL: 1. V~arning lights - Low oil pressure, battery condition 2. Hourmeter 3. Temperature gauge 4. Ignition key switch 5. Oil pressure gauge 6. Battery voltmeter TRAILER 1. Frame: a. Heavy 6" welded channel or rectangle tubing mainframe b. Walk plates and fenders of 11 gauge steel, plates covered with anti- skid material 2. Tongue: a. Hydraulic pivot providing rear or curbside feed b. Telescopic, adjusting to 2 positions c. Safety chains - 3/8" grade 28 proof coil d. Ball type coupler - 2 5/16" e. Jack - skid foot with 2,000 lb rating 3. Axle and Suspension: a. Rubber-torsion type suspension b. Axle - 6,000 lb rating c. Brakes -electrically actuated drum and shoe type 12" X 2" non- asbestos material 4. Tires and runs: a. LT 235/85 R16 steel belted radial, or nearest manufacturers standard b. 16" X 6" disc wheel 5. Lights: Clearance and tag lights in compliance with D.O.T. specifications CHIPPER DISC ASSEMBLY: 1. Dimensions -approximately 1 1/2" X 40" diameter 2. Knives - 4 each, located in pairs, located 90 degrees opposite each other a. A-8 grade steel, modified to 12 % chrome b. Knives hardened to 56-58 Rockwell C. 3. Disc speed :950 rpm 4. Anvil - 4 edges 5. Shaft diameter_2__7/16'~quote) 6. Housing - steel plate 7. Front wall thickness 7/2"__(quote) 8. Back wall thickness~2~~ (quote) CZ-~PPER BODY CONSTRUCTION: 1. Infeed chute - 1/4" steel plate 2. Exhaust housing - 7 gauge steel 3. Feed table - 7 gauge steel 4. Feed rollers (specify (1) vertical or (2) horizontal mount) ,~Prt.; c~L a. 7 gauge steel b. Approximately I S" X 15" 5. Discharge chute: a. Top - 11 gauge steel b. Sides and bottom - 14 gauge steel c. Rotation - 270 degrees (must not direct chips toward the operator's station) no tool required HYDRAULIC SYSTEM: 1. Tank -approximately 11 gallon, with clean out lid 2. Filter - spin on type 3. Pump: a. Gear Type, engine driven b. Capacity - 7 gallon/minute 4. Valve - Variable flow rate - from 0 to 131 feet/minute 5. Motors: a. 2 each gerolar style b. 24 cubic inch displacement each c. Output torque - 7000 in lbs 6. Safety bar - Installed at infeed chute designed to stop or change direction of feed rollers from forward to reverse from either side of unit EQUIPMENT AND ACCESSORIES; 1. Auto-feed system - Automatically stops and starts feed' rollers as engine RPM increases or decreases DEALER-SERVICE MAINTENANCE 1. 90 day safety and maintenance inspection at Kerr County location. 2. Bidder must be factory authorized sales and service dealer. 3. Must provide the following; a. Parts manual, containing illustrated parts list for unit and engine. b. Service manual, containing operating and service instruction for unit and engine. c. Training session for Kerr County personnel on proper use and main- tenance of chipper. d. Vendor must warranty the chipper unit for a period of on year on alI parts and labor. If manufacturer's standard warranty exceeds one year, the standard warranty offered will be in effect. e. The warranty will cover defects in materials and workmanship under normal use and service. f. Unit must be delivered to Kerr County freight prepaid. Name and Location of Nearest Dealer-Service Maintenance Facility: __Ver_m_eer _Eq_uipm_ent Of T_e_xas_,_Inc.____ _ 4455 _D_Lre~t~r_Drive ~ _ __ ~_____~ - SaFra--Antop ice,-Te-xis,--7~~1~---.--------- Ph on e (512 ~~7_71QQ - - - -----=--------- ALTERNATE BID: BC1220 BID PROPOSAL FORM BID ITEM: TRAILER MOUNTED BRUSH CHIPPER COUNTY CLERK 700 Main Street Kerrville, Texas 7802$ BID DATE&TI1ViE: Friday, October 30, 1992, 5:00 p.m. 1. This Category includes all equipment as shown in Specifications. 2. Pursuant to and in compliance with the Invitation to Bid and the Contract Documents dated October 13, 1992, relating to the above referenced item, the undersigned, hereby proposes and agrees to deliver the equipment in time stated and in strict accordance with the Contract Documents, and the addenda thereto, far the following sum of money: ALTERNATE BID BASE BID: One Trailer Mounted Brush Chipper in accordance with attached specifications. l' ~ -~-~~ ~ ~r~,c. CC S~~ zC~iL -~ ~? _ ~ ( 15 , 500.00 ~) ---_.Gtl - ~,ccrs,'~x-t~e_.__ D o l l a r s $ -- ot' c~ 1 Icy ~ ~,~ c c~,~~t-~ ~ - - ----- 3. Ken County will consider parts, service, warranty, proven reliability, and resale value, not necessarily lowest bid. It is agreed that this Proposal is subjected to Kerr County's acceptance fora period of thirty (30) days from above date. 4. Enclosed is a Certified Check or Bidders Bond in the amount of __ $0 __, if bid is over $25,000.00, in compliance with the specification requirements. The above Check or Bidders Bond is to become the property of Kerr County in the event the Contract (when offered by Kerr County is not executed within the time set forth. S. The undersigned agrees to the following: a. To furnish specified machinery as shown b. To deliver the machine bid in 10 calendar days. 6. Bidder agrees that Kerr county has the right to accept or reject any or all bids and to waiver all informalities. .. Respectfully submitted, FIRM: Vermeer Equipment Of Texas, Inc. S gnature Printed Name: Title: (~~1 ~if Corporation) Address: City: Telephone: ~. ---- i~~ --------- _ Sales Manager _______ _44.5.~Qir~c~.a~.~riv~--------------- _ San Antonio ~-State: TX __ Zip 78?19 (_.~12_) x.37=7700-___________ pF tE~'+ rNC. urpME~ V~RMEER ER irec~or Drive 4455 ~ TEXAS 78219 5AN A ts12133?'700 fi '(Q: ~''~~ ~. t~'1 ~t~t` ~~~ ~ ~'~ I ~7 ~ ~~ ~ u `~ ' ,~ _ ,;~,Y ~ ~ ;l~~C'~ ~a~ ~ - - ~. ..,, owe