case TEXANA MACHINERY KO8ELC0 TAKEUCHI 7RAMAC Chad H. Meyer Sales Representative 4146 IH-10 East San Antonio, Texas 78219 Tel: (210) 333-8000 12805 Hwy. 290 East Fax: (210) 333-6137 Manor (AUStin)Texas 78653 Mobile: (210) 260-9541 1-800-615-3804 Email: Chad@tezana.biz www.texanamachinery.com .~ BID FORMS for LEASING (2) TWO 420D BACKHOE LOADERS With POWER TILT ATTACHMENTS (or equivalent) Kerr County Road & Bridge 4010 San Antonio Hwy. Kerrville, Texas 78028 830-257-2993 SPECIFICATION # 0041-OS PAGE 2 12/7/05 Invitation For Bid No. 0041-OS Two (2) All Wheel Drive Backhoe Loaders with Power Tilt Attachments Bid Due Date: Thursday, December 22, 5:00 p.m Opening date: December 27, 10:00 a.m This entire bid packet must be completed and returned. I. General A. Kerr County Clerk will accept sealed, competitive bids for the lease of two (2) AWD Backhoe Loaders with Power Tilt Attachments.. B. Bids must be submitted no later than 5:00 p.m., Thursday, December 22, 2005, at the Kerr County Clerk's Office. Bids will be opened at 10:00 a.m., Tuesday, December 27, 2005, at the Kerr County Commissioners Court. Bids must be original and in sealed envelopes clearly mazked "Sealed Bid 0041-05." Bidders are invited to attend the bid opening. C. Bids must be submitted on the Bid Forms as provided with this Invitation for Bids, or a copy thereof. Bidders must provide unit prices for each Item Number on the Bid Sheet. A "No Bid" or blank quote for any Item Number on the bid Sheet will be considered a rejection of the entire bid. A "No Charge" or "Zero" quote will be considered as incurring no cost to the County. D. Kerr County is not responsible for late delivery by the United States Postal Service or any independent carrier. Late bids will be returned unopened without consideration. Facsimile transmittals aze not acceptable. E. Bid award will be made to the responsible bidder offering equipment meeting specifications at the lowest total price as shown on the Bid Form. F. Kerr County reserves the right to accept or reject any or all bids. G. As this bid is expected to exceed $25,000.00, a bid bond often percent (10%) of the bid price must accompany each bid. Bonds submitted by unsuccessful bidders will be returned within ten (10) days of bid opening. The bond submitted by the successful bidder will be returned upon equipment delivery. All equipment ordered by the County must be delivered, at no cost to the County, to Kerr County Road & Bridge, 4010 San Antonio lIwy., Kerrville, Texas 78028. SPECIFICATION # 0041-OS PAGE 3 12/7/05 II. Guaranteed Total Maximum Repair Costs A. The bidder shall state on the Bid Form the guaranteed maximum total costs to the County for repair of the wheel loader specified herein, pursuant to the terms stated herein. B. The County will assume responsibility for all repair costs resulting from damage due to fire, windstorm, flood and rising waters, lightning, theft and pilferage, vandalism, accidents, and operator and mechanic's negligence. Total cost of the repairs due to the above circumstances will not be included in computing the guaranteed maximum total cost of repairs covered under the contract. C. The successful bidder shall pay for all repairs (including parts and labor) to the equipment covered by the manufacturer's warranty, and these costs shall not be included in the guaranteed total costs of repairs. D. The County shall assume, at its expense, all costs including labor to repair or replace all parts and components normally consumed in day-to-day operations such as tires, tubes, tire repairs, lubricating oil, filters of all types, grease fuel, antifreeze, cutting edges, batteries, headlights, glass breakage, belts, brake lining, cleaning and painting. These costs will not be included in computing the guaranteed maximum total cost of repairs under this contract. E. At the termination of the contract, the vendor agrees to pay to the County the cost of repairs that are in excess of the amount bid on REPAIR EXPENSE. F. The County shall maintain the equipment in accordance with manufacturer's recommendations. G. The successful bidder has the right to inspect the equipment during normal department working hours and to make recommendations for repairs and improved maintenance in keeping with the requirements stated by the manufacturer in the shop manual for the maintenance and repair of the equipment. H. Any repairs, other than those covered in subparagraphs B, C, and D of this section, which exceed $100.00 may be repaired by the vendor, at his option. If the vendor chooses to repair the equipment, repairs shall commence within one (1) day after notification by the County. I. The accumulation of charges from County labor and parts, as well as vendor invoices for repairs, other than those covered in subparagraphs B, C, and D of this section shall be the basis for computing the guaranteed maximum total cost of repairs under this contract. SPECIFICATION # 0041-OS PAGE 4 12/7/05 The vendor shall have the right to examine repair costs at any reasonable time. Should a dispute occur between the County and the vendor, as to whether a chazge should be included in computing the guazanteed maximum total cost of repairs, then the entire matter shall become subject to azbitration as set forth in the bid documents. Name of individual authorized to bid: /~~6~7/pr~~/ ~~~L ' Signature: (~.~.e,[(~ f~'~i~ Firm Name: ~~//~ ~'~, I n'~~ Address: 7~~/6 ~ ~Q ~~/ Telephone: Jl0 .33~ - C~f~~~ FAX:(..) -~-- ~~ ~ SPECIFICATION # 0041-OS PAGE 5 12/7/05 DATA SHEET for Kerr County Road & Bridge 4010 San Antonio Hwy. Kerrville, Texas 78028 (830)257-2993 This specification packet must be completed and returned as part of your bid Bidders Name ~jf11/1~" Address: i!/~!6 ,~h' iD cs~~ord.~ ~ 75'd3d Telephone: ~tU x`33 ~Z3 TO BIDDER: We will be accepting bids to lease two (2) All Wheel Drive Backhoes with Power Tilt Attachments in the best interest of Kerr County according to; parts, service, warranty, proven reliability, and not necessarily low bid. This bid is to include atrade-in of a 1985 Ford SSSA Backhoe Loader. All Wheel Drive Backhoe 1. Model New -Current CAT 420D or Equivalent 2. Engine 3. Hydraulics 4. Transmission 5. Front Axle 6. Brakes 7. Standard Lights and Gages 8. Wheels and Tires 9. Canopy 10. Loader Bucket Proposed Specifications C~sc ~~o sw~w nl 89 Horse Power Net ~l0 ~~P ~~ Closed Center/Piston ~4% - ~ /- 4Speed Forwazd &Reverse-Shuttle ~/ ~/!e~ / r~/J ~~/S~~/'~e~c~ All Wheel Drive (4 wheel drive) ~~ ~~ '/"-~~ Hydraulic Inboard Mounted S~ r Including flashers, tachometer, hour meter, and Rotating Beacon Front- 125/80 X 18 Rear - 19.5 - 24 1 OPR ROPS Canopy 1.4 CY General Purpose with 2 piece edge ~~ C ~1~w.rr Id x' ib. f ~~iy .S~hrE c,,.i ~~ Cu7~k f~ SPF,CIFICATION # 0041-OS PAGE 6 12/7/05 11. Controls 12. Counter Weight Excavator Style 1,000 LB Minimum C ~.'Cc~~,7LY' ~f7j U.i ~/elm ~ 13. Stabilizers 14. Operating Weight Reversible street pads Stabilizer Guards 16,700 Lb. Minimum 15. Power Tilt Attachment Power Tilt Attachment For Rear Bucket With necessary hydraulics 16. Backhoe Dig Depth 17. Backhoe Buckets Standard Stick 14' S" Quick Coupler Design Heavy Duty with teeth 36" & 24" 18. Backhoe Bucket Dig Force 19. Machine Warranty 20. Delivery 14,712 LB. Minimum Standard Warranty 60-90 days or sooner FOB Kerr County ,S/rmE S', ~~ S i ~ ~ j S ji ~,~YI i~, gat ~~`~ (,o- `l0 ~~~5 Any specifications that do not meet required specifications will not be considered. Kerr County reserves the right to reject any and all bids. Sealed bids will be accepted until 5:00 p.m., December 22, 2005, at the Kerr County Clerks Office on the main floor of the Kerr County Courthouse. Sealed bids are to be addressed to the Kerr County Road & Bridge Department and be stated "SEALED BID 0041-OS AWD BACKHOES" on the envelope. Bids will be publicly opened and read at 10:00 a.m., December 27, 2005 in Commissioners Court. SPECIFICATION # 0041-OS PAGE 7 12/7/05 Bid Form for Lease of TWO (2) ALL WHEEL DRIVE BACKHOES WITH POWER TILT ATTACHMENT BID DUE DATE: Thursday, December 22, 2005 @ 5:00 p.m. Do not include Federal Tcrx or State Sales Tax. The necessary exemption certificates will be issued upon request. ITEM DESCRIPTION 1. ONE (1) NEW CURRENT BACK/~HOE Manufacturer and Model No: / ~(c S~~ S.pE. /n Warranty: ~T~ ~ ~~ra v /f/L _ ~ ~oc~r'/L > y ~'y.' Time Needed for Delivery: CJ n /~R~°,~ y l ~y E t/}c2 µni~/p 2. Five (5) yeaz Lease (60 months @ $ f 3 ~"l i~~/mo) $ 0 ~f ~ ~ l ` 6y x ` ~ 3. GUARANTEED REPAIR EXPENSE uruF3~ (from delivery to 5 yeazs or 7,500 hours /~ / whichever comes first)--- SHALL NOT EXCEED $ ~ 7 Co O k' (a64t: z