HomeMy WebLinkAboutResolution No. R25-15RESOLUTION NO. R25-15
j
WHEREAS, the City of Laurel (hereinafter "the City') is in need of a Diesel -Powered
Mini Excavator (hereinafter "the Mini Excavator") for the Public Works Department,
WHEREAS, the City has complied with its procurement policy and Montana law by
utilizing a competitive bid process to ensure the Mini Excavator cost and company selected is
in the best interests of the City in both quality and price;
WHEREAS, the City sought bids from qualified companies from whom to purchase the
Mini Excavator by publicly advertising the bid pursuant to Montana law;
WHEREAS, the City received a responsive bid from Bobcat of Big Sky, Inc.
(hereinafter 'Bobcat of Big Sky, Inc.") for the Mini Excavator;
WHEREAS, Bobcat of Big Sky, Inc.'s bid to complete the Mini Excavator is for the
total cost of One Hundred Eight Thousand Three Hundred Seventy Eight Hundred Dollars and
Forty Six Cents ($108,378.46);
WHEREAS, Bobcat of Big Sky, Inc. was the lowest qualified bidder, and such bid is
attached hereto and incorporated by reference herein; and
WHEREAS, the City currently possesses adequate funds to purchase the Mini
Excavator and/or can make appropriate and reasonable lending arrangements, and it is in the
City's best interests to proceed with the purchase of the Mini Excavator.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Laurel,
Montana, that the City Council accepts the bid with Bobcat of Big Sky, Inc., and the Mayor is
authorized to execute all contract and related documents with Bobcat of Big Sky, Inc. for the
purchase of the Mini Excavator, pursuant to the terms and conditions contained in the attached
bid for the total cost of One Hundred Eight Thousand Three Hundred Seventy Eight Hundred
Dollars and Forty Six Cents ($108,378.46).
Introduced at a regular meeting of the City Council on the l Ith day of February, 2025,
by Council Member Mize.
PASSED and APPROVED by the City Council of the City of Laurel the 1 lth day of
February, 2025.
APPROVED by the Mayor the 1 Ith day of February, 2025.
R25-15 Accepting Bid and Authorizing Mayor to Execute Contract Documents for Purchase of Mini Excavator
CITY OF LAUREL
Dave Waggoner, Mayor
ATTEST:
�el"ir �//- kir, `Clerk --Treasurer
Michele L. Brauki-nann, Civil City Attorney
R25-15 Accepting Bid and Authorizing Mayor to Execute Contract Documents for Purchase of Mini Excavator
CITY HALL
115 4V. I Sr ST. City Of Laurel
PLANNING: 628-4796
WATER OFC.: 628-7431
COURT: 628-1964 P.O. Box 10
FAX 628-2241 Laurel, Montana 59044
Office of Public Works Director
To: City Council
From: Matt Wheeler, Public Works Director
Date: February 4, 2025
Subject: Award Bid for Mini Excavator
Staff have reviewed the bid specifications on the three bids submitted to the City for a mini
excavator.
It is Staff's recommendation the City purchases the Bobcat F60. It is the only bid that
meets the minimum specifications.
The Bobcat has an extendable boom which allows up to three feet of extra reach. It also
meets the minimum operating weight, horsepower, motor, hydraulic, and optional.
equipment.
The CAT 305 does not meet the extendable boom specification. It is a smaller machine and
does not have the reach or horsepower capabilities necessary.
The Deere 60 also does not have an extendable boom option and has a shorter digging
depth. It is also the most expensive bid received.
A
Please indicate YES or NO if the machine offered can or cannot meet the desired configuartion
Any "NO" must be clarified on a separate sheet if the bidder desires support for any alternate
specification.
WEIGHT.
Minimum weight with all options no less than 12,000 lbs
Four-stroke, four cylinder, water-cooled, wet sleeve, turbo charged diesel
engine
Open access tilt hood for engine
Engine coolant block heater
Single radiator cooling system
Wet sleeve cylinder liners
Diesel fuel thermal start -aid
12-volt direct electric starting and charging system
19 gallon fuel tank
Fuel -Water seperator
hand throttle
Dry -type, dual element air cleaner with precleaner and automatic dust
ejector
Air cleaner service indicator
Antifreeze with protection to -40 degrees fahrenheit
Spin -on, full -flow oil filter; spin -on fuel filter
Engine enclosures (side panels) with lockable side doors
BACKHOE:
Extendable Stick
Excavator style boom
Two handle pilot control S.A.E Controls
t Multi brand backhoe quick coupler
Hydraulic Thumb for 24 inch bucket
Outerbox extendible dipperstick for trench protection
24 inch excavator bucket with teeth
! 18 inch excavator bucket with teeth
30 inch or greater smooth grading bucket
Felco industries 18 x 32 semgented roller bucket
COMPLY YES 1 NO
r
.6
• Ue")
tl — —
DESCRIPTION
HYDRAULICS:
ELECTRICAL
SYSTEM & LIGHTS
i
(ARRANTY
,i
Closed center hydraulic valves
Load -sensing pressure compensating, variable -displacement piston pump
Non -vented hydraulic tank, completely enclosed system
Full -flow spin -on hydraulic oil cooler and reservoir
Separate and specific hydraulic oil cooler and reservoir
O-ring face seal hydraulic fittings for leak protection
12-volt electrical system
160 amp alternator
Automatic back-up alarm
"ROPS" fully enclosed cab
Flat glass in all cab windows
Rubber floor mat
Sound suppressed cab; 85 dB(A) maximum
Heater/pressurized/air conditioner W/R134A refrigerant
Cloth covered, full suspension, fully adjustable seat
Front; upper and lower rear windshield wipers
Seatbeit
Electronic monitoring system with the following indicators: brake on; engine
coolant; and engine oil pressure
Gauges shall include engine coolant temperature, fuel level, tachometer,
torque converter oil temperature, volt meter and service hour meter
Tool box
AM/FM Radio
New 2-way radio purchased & installed by Industrial Communications, Billings
Warranty will include 12 months parts, labor, and travel time/mileage
coverage, and inclusive 5 years/5,000 hour (whichever occurs first) bumper -
to -bumper parts and labor warranty. (Excluding glass, tires, batteries, and
wear items). Please see attachment
Bid Total:
Bid Grand Total:
COMPLY YES / NO
QL-
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
CONTRACT/BID DOCUMENTS ATTACHED:
INTENT AND SCOPE OF OPERATIONS
. •. r.r s •;rr',
r:a r• r► s► • :s r
INSTRUCTIONS TO BIDDERS
CONTRACT SPECIFICATIONS:
STANDARD TERMS AND CONDITIONS
INVITATION TO BID
FORM OF AGREEMENT
FORM OF PROPOSAL (BID PROPOSAL)
INTENT AND SCOPE OF OPERATIONS
This bid is for the purpose of entering into a contract for a new diesel -powered mini
excavator for the City of Laurel Public Works Department. The successful bidder agrees
to provide the City of Laurel with acceptable quality of equipment/services, performance
and workmanship as determined by the City of Laurel.
It is the purpose of this bid to obtain the best quality of equipment at the most favorable
price to the City of Laurel. Consideration will be given for the level of service offered
and ability to meet stated specifications as outlined in the contract document.
END: INTENT AND SCOPE OF OPERATIONS
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
Sealed bids entitled: NEW DIESEL -POWERED MINI EXCAVATOR
For the City of Laurel Maintenance Department, Laurel, Montana
Will be received addressed to City Clerk of Laurel, Montana, at the office of the City
Clerk, City Hall, Laurel, Montana 59044, until 9:00 a.m. January 29, 2025. Call the Clerks
Office at 406-628-7431 prior to stopping by City Hall to ensure Staff is onsite.
More specific additional information regarding the NEW DIESEL -POWERED MINI
EXCAVATOR may be obtained by contacting Matt Wheeler, Public Works Director, at 115 W.
First Street, Laurel, Montana, phone number of 406-6284796 or visit
https://cityoflaurelmontana.com/rf ads.
Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid
Bond payable to the City of Laurel, Montana, in an amount not less than ten percent (10%) of the
total amount of the bid. The bid bond will be retained by the City Clerk until the successful
bidder enters into a contract with the City of Laurel. If the successful bidder enters into no
contract within 30 days the bond will be forfeited to the City of Laurel. Bid bonds will be
returned to the unsuccessful bidders immediately after final action on the bid by the City
Council.
No bids may be withdrawn after the scheduled time for the public opening of bids, which
is at 09:00 a.m. January 29, 2025 at 115 W. 11' Street Laurel, MT 59044.
The right is reserved to reject any or all proposals received, to waive irregularities, to
postpone the award of the contract for a period of not to exceed thirty (30) days, and to accept
that proposal which is in the best interests of the City of Laurel, Montana.
The City of Laurel is an Equal Opportunity Employer
Published 1.10.2025, 1.17.2025
Kelly Strecker, City Clerk/ Treasurer
END: CALL FOR SEALED BIDS: NOTICE TO BIDDERS
IQ
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
INSTRUCTIONS TO BIDDERS
EXAMINATION OF DOCUMENTS
Before submitting the proposals, the bidder shall:
(a) Carefully examine the Standards and Specifications as well as all other attached
documents.
(b) Fully inform themselves of the existing conditions and limitations.
(c) Include with the bid sufficient information to cover all items required in the
specifications.
It shall be the responsibility of the bidder to see that all bids are sealed and submitted to
the office of the City Clerk at City Hall, 115 W. First Street, Laurel, Montana 59044, before
09:00 a.m. January 29. 2025.
BID PROPOSAL MODIFICATIONS
Proposals shall be made on form provided herein; they shall not contain any recapulation
of the work done. Modifications, additions or changes to the terms and conditions of this
invitation to bid may be cause for rejection of the bid. Bids submitted on other forms may be
rejected. No oral, telephone, or telegraphic bids or modifications will be considered.
CERTIFICATION OF ALTERATION OR ERASURE
A bid shall be rejected should it contain any material alteration or erasure, unless, before
the bid is submitted, each such alteration has been initialed in INK by the authorized agent
signing the bid.
INTERPRETATION PRIORITY
Should a bidder find discrepancies in, or omissions from, the specifications, or be in
doubt as to their meaning, bidder shall notify the department head, Matt Wheeler at the address
noted above, who will send written instructions or addenda to all bidders. The City will not be
responsible for oral interpretation. All addenda issued prior to bid opening shall be incorporated
into and become part of the contract agreement upon award. Question received less than ninety-
six (96) hours before the bid opening cannot be answered.
SIGNATURE
All bids shall be typewritten or prepared in ink and must be signed in longhand by the
bidder or bidders agent or designee, with his/hers usual signature. A bid submitted by a
partnership must be signed with the partnership name to be followed by the signature and
designation of the partner signing. Bids by corporations must be signed with the legal name of
the corporation, followed by the name and signature of an authorized agent or officer of the
corporation. Bids submitted by a proprietorship must be signed by the owner; name of each
person signing shall be typed or printed legibly below the signature.
Bidders may withdraw their bid either personally or by written request at any time prior
to the time set for bid opening. No bid may be withdrawn or modified after the time set for
opening, unless and until award of the contract is delayed for a period exceeding thirty (30) days.
CERTIFICATION
The bidder certifies that the bid has been arrived at by the bidder independently and has
been submitted without any collusion designed to limit independent bidding or competition. The
bidder further certifies that the materials, products, services and/or goods offered herein meet all
requirements of the stated specification and are equal in quality, value and performance with
highest quality, nationally advertised brand and/or trade names.
x EVIDENCE OF QUALIFICATION
Upon request of the City of Laurel, a bidder whose proposal is under consideration for
award may be required to manifest satisfactory evidence of his financial resources, experience,
the organization and equipment as well as service provisions bidder has available. In
determining the lowest responsible bidder, in addition to price, the following considerations may
be addressed:
(a) The ability, capacity, character, integrity, and skill of the bidder to perform
the contract or provide the service required.
(b) Whether the bidder can perform the contract within the time specified.
(c) The quality of performance of previous contracts, agreements, services and/or
performance.
(d) Previous and/or existing compliance by the bidder with laws relating to the
contract or services.
(e) Such other information, which may be secured having a bearing on the
decision to award the contract.
Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid
Bond payable to the City of Laurel, Montana, in an amount not less than ten percent (10%) of the
total amount of the bid. The bid bond will be retained by the City Clerk until successful bidder
n
enters into a contract with the City of Laurel. If the successful bidder enters into no contract
within thirty (30) days the bond will be forfeited to the City of Laurel. Bid bonds will be
returned to the unsuccessful bidders immediately after final action on the bid by the City
Council.
5
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
111 i �! t a �♦
KEYLESS START
HYDRAULIC THUMB WITH FINGER CONTROL
HYDRAULIC QUICK COUPLER
CAB WITH HEAT AND AIR CONDITIONING
BOOM SWING FINGER CONTROL
18 INCH EXCAVATING BUCKET
24 INCH EXCAVATING BUCKER
FELCO INDUSTRIES 18 X 32 SEGMENTED ROLLER BUCKET
END SPECIFICATIONS
CITY CLERK
_ CIT`T'OF
LA4REL
III
P. ! BOX 10
•f..
STANDARD TERMS AND CONDITIONS — PACE I
This contact includes the following Standard Terms and Conditions and includes, but is
not limited to, the Invitation to Bid, CaII for Sealed Bids, Specifications, Forms of Agreement,
Instruction to Bidders, and Form of Proposal.
The contractor will not be liable for any delay in furnishing or failure to furnish service
due to fire, flood, strike, lockout, dispute with workmen, act of Cod, or any cause beyond
reasonable control.
In case of default by the successful bidder or failure to deliver the goods or services
within the time specified, the City Purchasing Authority, after written notice, may procure them
from other sources and hold contractor responsible for excess costs occasioned thereby.
The specifications attached to the instructions to bidders establish a standard of quality
desired by the City of Laurel. Any bidder may submit quotations on any article, which
substantially complies with these specifications as to quality, workmanship and service. The
City of Laurel reserves the right to make its selection of materials or services purchased, based
on its best judgment as to which articles substantially comply with the requirements of the
specifications.
No alteration in any of the terms, conditions, delivery, quality, or specifications will be
effective without prior written consent of the City of Laurel.
No exception to delivery or service dates shall be allowed unless prior written approval is
first obtained for the City of Laurel.
All payments to the contractor shall be remitted by mail. The City shall not honor drafts,
nor accept goods on a sight draft basis. Furthermore, the provisions or monies due under this
contract shall not be assignable unless prior written approval is first obtained from the City of
Laurel.
All goods, materials or services purchased herein are subject to approval by the City of
Laurel. Any rejections of services, goods or materials, whether held by the City or returned, will
be at the contractor's risk and expense.
The contractor agrees to assume all expense, protect and hold harmless the City, its
officers, agents and employees against all claims and expense including, but not limited to, suits
or proceedings for patent, trademark, copyright, or franchise infringement arising from the
purchase, installation or use of the goods, material or services purchased herein.
The contractor further agrees to assume all expenses and damages arising from such
claim, suits or proceedings.
7
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PAGE 2
Contractor agrees that the waiver, acceptance, or failure by the City to enforce any
provisions, terms, or conditions of this contract shall not operate or be construed as a waiver of
prior or subsequent breaches or the right of the City to thereafter enforce such provisions.
The contractor warrants all articles supplied under this contract conform to specification
herein. The contractor will deliver a warranty stating that articles supplied under the contract are
fit and sufficient for the purpose manufactured, merchantable, and free from defects.
In the event the City is entitled to a prompt payment or cash discount the period of
computation shall commence on the date of delivery, or receipt of correctly completed invoices,
whichever is later. If an adjustment in payment is necessary, the discount period shall
commence on the date final approval for payment is authorized.
The contractor agrees not to be discriminate against any client employee or applicant for
employment or for services, because of race, creed, color, national origin, sex or age with regard
to, but not limited to, the following: employment upgrading; demotion or transfer; recruitment
advertising; layoffs and termination; rates of pay or other forms of compensation; selection for
training; rendition of services. It is firrther understood that any contractor who is in violation of
this shall be barred forthwith from receiving awards of any purchase order for the City unless a
satisfactory showing is made that discriminatory practices have terminated and that a
reoccurrence of such acts are unlikely.
The City reserves the right to cancel and terminate this contract forthwith upon giving
thirty (30) days written notice to the contractor. (This provision does not apply to the purchase
of materials and equipment. A purchase order for materials and equipment is a binding
contract.)
Contractor agrees that in the event suit is instituted by the City for any default on the part
of the contractor, he shall pay to the City all costs and expenses expended or incurred by the City
in connection therewith, and reasonable attorney fees.
Where applicable, possible or required, bidder is required to submit descriptive literature,
sample material, design sketches and detailed shop drawings. Failure to submit required items
may result in rejection of the bid or termination of contract.
The successful bidder may not make any advertising or sale use of the fact contract items
are being used by purchaser and other approved agencies, under penalty of contract termination.
The Advertisement for Bids, the accepted Proposal, and the specifications, together form
the contract and they fully act as if hereto attached or herein repeated.
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PAGE 3
This contract shall be governed by and construed in accordance with the laws of the State
of Montana.
The contractor may not assign or subcontract the agreement or the right to receive
reasonable performance of any act called for by the contract shall be deemed waived by a waiver
by City of a breach thereof as to any particular transaction or accurence.
Regardless of FOB point contractor agrees to bear all risks of loss, injury, or destruction
of goods and materials ordered herein and such loss, injury, or destruction shall not release
contractor from any obligation hereunder.
6
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
INVITATION TO BID
RETURN TO: City Clerk, City of Laurel, P.O. Box 10, Laurel, Montana 59044
Please bid net prices at which you will agree to furnish required services. To receive
consideration, this form must be signed in full by a responsible, authorized agent, office,
employee or representative of your firm.
BID ITEM: cRo')"s—
Enter full Company Name and Address
Ij *U
Lk
.-N
-<V/0
CONDITIONS AGREEMENT
We have read and agree to the conditions and stipulations contained herein and to the
Standard Terms and Conditions contained on the attached.
We further agree to furnish the services specified at the prices stated herein, to be
delivered to the location an that date set forth herein.
Signature
�% IvA61(-
Ti6e
Date
10
CITY CLERK
CITY OF LAUREL
P. 0. BOX 10
LAUREL, MONTANA 59044
manximak
AGREEMENT, made on the Qb day of�o.'C'-� "J'cs 2021, by and between
A
the City of Laurel and
WITNESSTH that the above named company and the City of Laurel, for consideration,
hereinafter naive agree as follows:
SCOPE OF OPERATION: The contractor shall provide material and equipment, perform the
work and do everything required by the specifications entitled:
CONTRACT SPECIFICATION:
TIME OF COMPLETION: Delivery of goods, equipment, and/or services shall be expected
within thirty (30) days of the award of bid.
FOLLOWING IS AN ENUMERATION OF THE CONTRACT BID
Intent and Scope of Operation
Call for Sealed Bids: Notice to Bidders
(Bid Bond/Performance Bond)
Instructions to Bidders
Contract Specifications
Standard Terms and Conditions
Invitation to Bid
Form of Agreement
Form of Proposal (Bid Proposal)
IN WITNESS WHEREOF, the parties hereto have executed this agreement to day and
year above written.
'&L-Ilux C� *\&�t��x
Contractor
By:
Title �,a\e.j
11
FORM OF AGREEMENT — PAGE 2
r—CITY OF LAUR
BY:
MAYOR If
ATTEST:
Approved as to form
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
A
'SEkL.
12
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
The undersigned hereby submits the following proposal: Having carefully examined the
specifications entitled CONTRACT SPECIFICATIONS: MINI EXCAVATOR for the City of
Laurel Maintenance
Department, as well as all other conditions affecting the bid, the undersigned proposes to furnish
all equipment and services necessary to complete the work required.
11,1b �Nvf�) Uvyl
Time and date of Delivery
(INSERT DESCRIPTION OF BID ITEM(S)
Net FOB Laurel, Montana
11 1 1 1 HIIH 1 1 1111144111 14411 H! 11111 H! 111111-4411 1111114-++++44 ..... 4+
(OPTIONS OR PAYMENT PLANS, IF APPLICABLE)
Title-'* &mcl
L/
v
Company cc,
Date ;U)
, QW122freffinsimil!''1111 1, WIN
I I "I MESS!=
X I•I 1� 4- I. '
13