REQUISITION & PROPOSAL

Similar documents
Highway Commissioner, Mike Lesperance reserves the right to reject any or all bids and waive technicalities.

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Invitation to Bid. Bid #09-16 SKID STEER WITH STANDARD BUCKET FOR PUBLIC WORKS

T550 COMPACT TRACK LOADER SPECIFICATIONS

REQUISITION & PROPOSAL

S130 SKID-STEER LOADER SPECIFICATIONS

325 COMPACT EXCAVATOR SPECIFICATIONS

S530 SKID-STEER LOADER SPECIFICATIONS

REQUISITION & PROPOSAL

T190 COMPACT TRACK LOADER SPECIFICATIONS

NACA WWTP. Bid Tabulation on Skid Steer Loader. Belva Plumlee. December 13, Springdale Tractor. Kubota SVL75 Skid Steer Loader

753 Skid-Steer Loader

August 25, 2016 NOTICE FOR BIDS

S185 SKID-STEER LOADER SPECIFICATIONS

TL8 Compact Track Loader

S250/S250H Skid-Steer Loaders

MT55 Mini Tracked Loader A3WU A3WU /02/2010

TL12 Compact Track Loader

LARGE FRAME SKID-STEER LOADERS S220 S250 S300 S330

Those in the know, know Takeuchi. TL12V2 Track Loader TL12V2

319E COMPACT TRACK LOADER

COMPACT TRACK LOADER. From World First to World Leader

COMPACT TRACK LOADER. From World First to World Leader

SKID STEER LOADER From World First to World Leader

INVITATION TO BID (ITB)

TS80V2 Skid Steer Loader

BID ONE (1) COMPACT TRACK LOADER & HIGH FLOW MULCHING CUTTER HEAD

TS80V2 Skid Steer Loader

RAMIRENT E19. Excavators Specifications. Dimensions

TS80V2 Ski d Steer Loader

TL12V-2 COMPACT TRACK LOADER. Operating Weight: 5,985 kg. From World First to World Leader

TL6R COMPACT TRACK LOADER. Operating Weight: 3,395 kg. From World First to World Leader

GEHL V400 SKID LOADER

TL8 COMPACT TRACK LOADER. Operating Weight: 3,915 kg. From World First to World Leader

TL10V-2 COMPACT TRACK LOADER. Operating Weight: 4,660 kg. From World First to World Leader

SKID STEER LOADER From World First to World Leader

TELESCOPIC ARTICULATED LOADERS T750

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

TL12R-2 COMPACT TRACK LOADER. Operating Weight: 5,710 kg. From World First to World Leader

TRACK LOADERS RADIAL LIFT 1750RT NXT2 2100RT NXT2 2500RT

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

CRAWLER EXCAVATORS EH160 LC. Specifications.

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Operator s Manual. Operator s Manual BC-O-742

From World First to World Leader

RAMIRENT E62. Excavators Specifications. Dimensions

DX420LC TECHNICAL DATA

T B. Telescopics Specifications. Dimensions

S P E C I F I C A T I O N S

TB240 Compact Excavator

INVITATION TO BID (ITB)

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

T300. Compact Track Loader

DX140LC TECHNICAL DATA

The new standard of design, productivity and comfort!

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

From World First to World Leader

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

From World First to World Leader

CONTROL. No. of shoes on each side No. of carrier roller on each side No. of track roller on each side No. of rail guard on each side.

Invitation to Bid BOE. Ground Maintenance Equipment

Doosan Infracore DX225LL TECHNICAL DATA

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

CX17BCOMPACT EXCAVATOR

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

Request for Proposal. Articulated Loader

Compact Track Loader. Compact Track Loader

DL350 TECHNICAL DATA

The new standard of design, productivity and comfort!

CX80C EXCAVATOR DOZER BLADE TIER 4 FINAL CERTIFIED

CX130C. Swing mechanism. Swing torque 24,400 lb ft (33,000 N m) Length 12 ft 4 in (3.76 m) Track gauge 6 ft 6 in (1.99 m)

Undercarriage. Lubricant and Coolant Capacity. Travel System

RADIAL-LIFT TRACK LOADERS RT175 RT210

Pressure system with spin-on filter & cooler Dual-stage dry type with safety element and evacuator valve

121F COMPACT WHEEL LOADER TIER 4 FINAL CERTIFIED

DL250 TECHNICAL DATA

TL12 Compact Track Loader

With Tier 4 Interim Engine installed. hyundai heavy industries

21F COMPACT WHEEL LOADER TIER 4 FINAL CERTIFIED

Lubricant and Coolant Capacity

303E CR. Mini Hydraulic Excavator

Number of rollers Top, each track 1 Bottom, each track 5 Number of shoes Triple grouser each side 39. Gradeability 70%

CX75C OPERATOR ENVIRONMENT

CX80C OPERATOR ENVIRONMENT

With Tier 4 Interim Engine installed HYUNDAI HEAVY INDUSTRIES

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

EXCAVATOR STANDARD & DOZER BLADE EQUIPPED TIER 3 CERTIFIED

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

BIG PERFORMANCE. BIG POWER. BIG PRODUCTIVITY.

Doosan Infracore DL220 TECHNICAL DATA

NET HORSEPOWER 62.6 kw rpm OPERATING WEIGHT 4330 kg 9,546 lb CK30-1 COMPACT TRACK LOADER. Photos may include optional equipment.

ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp)

JCB LOADALL / /

521F/XT/XR ARTICULATED

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp)

Worldwide Support. More value for your money than any other brand in the world!

303E CR. Mini Hydraulic Excavator. Engine Gross Power 18.5 kw 24.8 hp Net Power 17.5 kw 23.5 hp

JOHN DEERE COMMERCIAL PRODUCTS COMPACT UTILITY TRACTORS (MY2013) 1025R Sub-Compact Utility Tractor (18 PTO hp) Equipment for Base Machine

Transcription:

REQUISITION & PROPOSAL DATE: 10/18/11 MCDUFFIE COAL TERMINAL DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE This Requisition solicits proposals to provide the following equipment for McDuffie Coal Terminal s Clean Up Station OR APPROVED EQUAL: COMPACT TRACK LOADER VERTICAL LIFT ARM PATH 2570 LBS RATED OPERATING CAPACITY WITH REMOTE CONTROL CAPABILITY WITH THE FOLLOWING SPECIFICATIONS: Please direct all inquiries about the bid item to Scott McAfee @ 422-1801 PURCHASE OF (1) TRACK LOADER FOR C/U STATION Recommended: Kimberly Jones, Cargo Movement Supervisor Bulk Division Approved: Randy Gossett, Superintendent, McDuffie Terminal Raymond Dearmon, Manager Bulk Operations Ron Adler, General Manager Operations Brad Ojard, Vice President Operations H. S. Smitty Thorne, Executive Vice President & COO James K. Lyons, Director & CEO Page 1 of 17

Dimensional Specifications: Angle of Departure 31 Dump Angle. 42 Dump Height with Standard Bucket..96.3 (2447 mm) Reach @ Maximum Height...34.2 (870 mm) Ground Clearance 8.1 (207 mm) Height to Hinge Pin.124 (3149 mm) Cab Height..81.3 (2065 mm) Length without Attachment..108.4 (2753 mm) Length with Standard Bucket.136.8 (3474 mm) Overall Operating Height.... 158.5 (4026 mm) Carry Position..8.6 (218 mm) Rollback Angle @ Carry Position..31 Turning Radius with Standard Bucket.87.7 (2228 mm) Length of Track on Ground.... 59 (1499 mm) Overall Width 12.6 Tracks. 72.9 (1851 mm) Bucket Width 74 (1880 mm) Overall Width 17.7 Tracks 78 (1981 mm) Bucket Width 80 (2032 mm) Performance: Solid-Mounted Undercarriage Roller Suspension Undercarriage/Optional Rated Operating Capacity (per ISO 14397-1 2570 lbs. (1166 kg) 2350 lbs (1066 kg) Rated Operating Capacity with Counterweight Option With 200 lb. weight kit 2670 lbs. (1211 kg) 2450 lbs. (1111 kg) With 300 lb. weight kit 2745 lbs. (1245 kg) 2525 lbs. (1145 kg) Tipping Load (per ISO 14397-1) 7343 lbs. (3331 kg) 6714 lbs. (3045 kg) Operating Weight (SAE J732) 9440 lbs. (4282 kg) 10378 lbs. (4707 kg) Travel Speed 6.6 mph (10.6 km/hr) 6.6 mph (10.6 km/hr) Travel Speed 2 Speed Option Low Range 6.1 mph (10.6 km/hr) 6.1 mph (10.6 km/hr) High Range 10.7 mph (17.2 km/hr) 10.7 mph (17.2 km/hr) Lift Breakout Force 6400 lbs (2903 kg) 6800 lbs. (3048 kg) Tilt Breakout Force 5500 lbs. (2495 kg) 5800 lbs. (2631 kg) Push Force 6400 lbs. (2903 kg) 7280 lbs. (5486 kg) Ground Pressure with 12.6 Track 5.8 psi (0.04 MPa) 6.3 psi (0.044 MPa) Ground Pressure with 17.7 Track 4.4 psi (0.03 MPa) 4.6 psi (0.032 MPa) Page 2 of 17

Engine/Electrical: Loader shall have a 4 cylinder, liquid cooled diesel; 74.3 hp (55.4 kw) at 2400 governed RPM. Loader engine shall have a minimum torque of 195 lbf-ft (264.4 N-m) at 1600 RPM. Loader engine shall be turbo charged. Loader shall be equipped with a hydraulically driven, variable speed cooling fan. Engine must meet EPA Interim Tier IV Emission Standards. Spark arrestor muffler, dual element air cleaner and glow plug cold weather assist shall be provided as standard equipment: Cold weather assist shall be automatically activated Air cleaner shall be a dry replaceable cartridge with safety element Engine coolant shall include propylene glycol anti-freeze with freeze protection to -34 F (-37 C). Loader shall be equipped with a dual path cooling system which brings cool, clean air from above the machine for engine and hydraulic system cooling. While at the same time removing hot air from the engine and hydrostatic area. Battery shall be a 12 volt with a minimum of 950 cold-cranking amps. Alternator shall be a minimum 90 amp. Starter shall be a 12 volt; 4.02 hp (3.0 kw), gear type. Engine accessory belt shall not require any adjustments. Engine shutdown shall be provided as standard equipment and shall monitor engine coolant temperature, engine oil pressure and engine RPM to help prevent engine damage. Engine block heater shall be provided as optional equipment to provide easier starting during cold weather operation. Catalytic exhaust purifier shall be provided as optional equipment. Air intake pre-cleaner shall be provided as optional equipment. Drive System: Shall have a fully hydrostatic track drive. Transmission shall be infinitely variable tandem hydrostatic piston pumps, driving two fully reversing hydrostatic motors. Hydrostatic piston pumps shall be belt driven from the engine. Drive belt shall not require any adjustment. Undercarriage shall be solid mounted to loader main frame. Shall use triple flange forged steel rollers. Shall use single flange forged steel idlers Steel rollers and idlers shall be permanently sealed and lubricated requiring no routine Maintenance. Shall use austempered ductile iron sprockets. Grease cylinder shall be used for adjustment. Track tension shall be adjusted by adding grease to the tensioning cylinder. Rubber track shall have steel cables and embeds. Parking brake shall be spring applied, pressure release multi-disk brake. Tracks: 12.6 rubber tracks 17.7 rubber tracks Page 3 of 17

Hydraulic System Pump type shall be a gear type pump for standard and high flow hydraulics. Hydraulic pump capacity for standard flow shall be capable of providing 23 gpm (87.1 L/min) for bucket, lift arm and attachment operation. Hydraulic pump capacity for high flow shall be capable of providing 30.5 gpm (115.5 L/min) for high flow hydraulic attachment operation. System pressure at the quick couplers shall be 3500 psi (24.2 MPa). Variable flow auxiliary hydraulics shall be standard equipment Shall include flush-face pressure release quick couplers. Shall include dual direction detent. Control valve shall be three-spool, open center, series type. Lift spool shall include a detent position for lift arm float function. Front auxiliary hydraulic spool shall include a detent function in both forward and reverse directions Cylinders shall be a double-acting type. Dual tilt cylinders shall have a cushioning feature on dump and roll back. Hydraulic system shutdown shall be provided as standard equipment and shall monitor hydraulic oil temperature and hydrostatic charge pressure. A hydraulic oil cooler shall be standard equipment. Auxiliary hydraulic hoses shall be routed inside the lift arm. Shall have inertia welded rods and bases at the end of the cylinders. Shall have rear auxiliary hydraulics as an option and include: Electric finger controls on left joystick Hydraulic bucket positioning shall be available as an option. Shall include on/off switch inside operator cab. Ride control shall be available as an option. Lift circuit port relief valve shall be standard equipment. Auxiliary hydraulics circuit port relief valve shall be available as an option. A feature for draining pressure from the auxiliary hydraulics circuit shall be provided by pressing and holding the quick couplers. Cylinders shall meet the following minimum specifications: Function # of Cylinders Bore Diameter Rod Diameter Stroke Lift 2 3.00 (76.2mm) 1.75 (44.5 mm) 24.93 (633.2 mm) Tilt 2 3.00 (76.2mm) 1.63 (41.4 mm) 13.97 (354.8 mm) Operator Controls Loader direction, steering and travel speed shall be controlled by two independent steering levers. Loader lift and tilt functions: Standard shall be controlled by separate foot pedals Optional Shall be selectable between foot pedals or hand lever controls Optional Selectable Joystick Control (SJC) system shall be available to allow operator to switch between ISO control pattern (loader direction, steering and travel speed on left hand joystick; loader lift and tilt functions on right hand joystick) or H-Pattern (left hand joystick controls lift function and left side drive function; right hand joystick controls tilt function and right side drive function). Page 4 of 17

Speed Management shall be available on SJC equipped loaders to allow the loader to be maneuvered at a slower travel speed, even during maximum movement of the joysticks. Drive Response shall be available on SJC equipped loaders to change how responsive the loader s drive and steering systems are when the operator moves the joysticks. Steering Drift Compensation shall be available on SJC equipped loaders to be used to reduce steering drift to maintain a desired travel path in both forward and reverse directions. Horsepower Management shall be available on SJC equipped loaders to allow the engine to operate at maximum horsepower and torque. Standard front auxiliary hydraulics shall be controlled by electrical switches located on the right steering lever handle or right hand joystick. Operational rear auxiliary hydraulics controlled by electrical switches located on the left steering lever handle or left hand joystick. Engine speed shall be controlled by a hand lever mounted on right hand cab post. Engine speed shall be controlled by a foot pedal with optional Selectable Joystick Controls. Parking Brake shall be controlled by a finger operated rocker switch on left hand cab post. Engine starting and shutdown functions shall be controlled electrically with a key switch or optional keyless start. Operator Comfort Shall have an enclosed cab available as an option. Air conditioning shall be available as an option without changing loader profile. Cab heat shall be available as an option without changing loader profile. Front door shall be a one piece design and curved. Enclosed cab shall be pressurized. A suspension seat shall be standard equipment An air ride seat shall be available as an option. Arm rest shall be standard equipment. Cup holder kit shall be available as an option. Engine throttle shall be located directly in front of the operator. The optional Selectable Joystick Control systems shall be mounted to the seat and shall be able to adjust independently of the seat. Sound reduction kits shall be available as an option. Top and rear windows shall be available as standard equipment. Front and rear window wipers shall be available as an option. Shall have special application polycarbonate doors and windows available as an option. Dome lights shall be available as an option. Front and rear operating lights shall be available as standard equipment. Side windows shall be mounted on the outside of the cab. Side and rear window defrost shall be provided in the heat or air conditioned options. An AM/FM Radio shall be available as an option. 12 volt power ports shall be available as an option. Clean out holes in the foot well shall be provided as standard equipment. Page 5 of 17

Capacities: Fuel tank shall have a minimum capacity of 27.3 gal. (103.3L). Cooling System without heater shall have a minimum capacity of 3.0 gal. (11.4 L). Cooling System with heater shall have a minimum capacity of 3.1 gal (11.7 L). Hydraulic Reservoir shall have a minimum capacity of 2.7 gal. (10.2 L). Hydrostatic System shall have a minimum capacity of 11.0 gal. (45.L). Standard Loader Instrumentation: The loader conditions shall be monitored by a combination of gauges and warning lights in the operator s line of sight that monitor the following functions. The system shall alert the operator of monitored loader malfunctions by way of an audible alarm and visual warning lights. Gauges Warning Lights Indicators Data Display Screen Engine Coolant Temp Engine Coolant Temp Seat Bar Battery Voltage Fuel Level Engine Malfunction Lift & Tilt Valve Drive Response Setting Fuel Level Parking Brake Engine Preheat General Warning 2-speed Engine RPM Hydraulic Malfunction Seat Belt Maintenance Clock 3-Point Shoulder Belt Turn Signals Hour meter Service Codes Speed Management Steering Drift Deluxe Loader Instrumentation The following features of the Deluxe Instrumentation Panel with Keyless Start are in addition to the Standard Instrument Panel: Additional Displays for: Coolant Temperature & Oil Pressure Engine RPM Hydraulic Oil Temperature Hydrostatic Charge Pressure System Voltage Keyless Start Multi-language Display Password Lockout High Flow Lockout 2-speed Lockout Attachment Control Additional Features: Diagnostic Capability Digital Clock Engine/Hydraulic Systems Shutdown Function Help Screens Job clock Page 6 of 17

Attachments: All attachments shall be mounted on a quick-change mechanism. No attachment will be considered unless it can be removed or mounted by an experienced operator in two minutes or less. The quick change mechanism will incorporate two handles that drive spring loaded, wear compensating wedges into the attachment ensuring a tight attachment fit-up. The quick change mechanism shall be driven by hydraulics and be available as an option. Backhoe operation shall be possible with the lift arms in the down position. A remote attachment control device shall be available for specified attachments to start the loader and operate the attachment from outside the operator control area. A single control unit shall be provided which will control all available attachments. Standard flow hydraulics shall be available as standard equipment. High flow hydraulics shall be available as optional equipment. Serviceability: Access shall be available to the following through the rear door/tailgate and rear screen: Air cleaner Alternator Battery Cooling system (engine oil and hydraulic oil coolers) for cleaning Engine oil and fuel filters Engine oil drain and dipstick Starter Easy access shall be available to all lift arm grease points. Quick-Tach pivots shall have replaceable wear bushings. Rod end of the tilt cylinder shall have a replaceable bushing. Tailgate shall have an optional lock for vandal proofing. Tailgate shall be equipped with doorstop to hold door open while servicing. Tip-up operator cab shall give access to certain hydraulic system components. Safety Equipment: An enclosable operator cab with side screens shall be provided as standard equipment. Cab shall meet SAE standards J1040 and J1043 for Rollover Protective Structure and Failing Object Protective Structure. Minimum inside cab width of 33 (838 mm). A seat belt and an electric switch operated parking brake shall be furnished as standard equipment. A 3-point seat belt shall be available as standard equipment on loaders equipped with 2-Speed option. A 3-point seat belt shall be available as optional equipment. Additional operator protection shall be provided by a seat bar or similar device which restricts lift arm operation when not in use. A lift arm support device shall assist in servicing the loader and be provided as standard equipment. Grab handles shall assist the operator in mounting and dismounting the loader will be provided as standard equipment. Page 7 of 17

Loader shall be equipped with an interlock control system which requires that the operator be seated in the loader with the seat bar down in place and the engine running before the hydraulic lift, tilt and the traction drive system can be operated. The auxiliary hydraulics shall deactivate when the operator raises the seat bar. Should the engine not start or a system problem occur with the lift arms raised, the lift arms can be lowered by turning the lift arm by-pass control knob clockwise ¼ turn. Then pull up the hold until the lift arms slowly lower. Shall have operational instructions and warnings by decals with pictorials and international symbols plus some messages in four basic languages: English, French, German and Spanish Shall have a weather resistant operator handbook written in English attached to the loader. Loader shall include an alarm package including a horn and backup alarm. Strobe lights or rotating beacons shall be available as an option. 4-way flashing lights shall be available as an option. FOPS Level II shall be available as an option. Fire extinguisher shall be available as an option. Training Resources: A comprehensive Compact Track Loader Operator Training Kit shall be available. The kit shall include a video, classroom and hands-on training. This kit shall also be available in Spanish. A comprehensive Service Safety Training Kit shall be available. The kit shall include a video, classroom and hands-on training. Page 8 of 17

REQUISITION & PROPOSAL MCDUFFIE COAL TERMINAL DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: DATE: ORIGINATING DEPT NO. McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE ASPA reserves the option to purchase up to two (2) additional Compact Track Loaders as specified in this bid package over the next twelve (12) month period at the same pricing, terms and conditions as stated herein. FOB - Alabama State Port Authority McDuffie Coal Terminal, Mobile, Alabama. LUMP-SUM PRICE FOR TWO: $, STATE DELIVERY A.R.O. WEEKS PLEASE NOTE TRACK LOADER ON THE OUTTER ENVELOPE WHEN RETURNING YOU BID. Page 9 of 17

REQUISITION & PROPOSAL MCDUFFIE COAL TERMINAL DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: DATE: ORIGINATING DEPT NO. McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE Bid opening will be November 22, 2011 @ 1:30 p.m. in the McDuffie Terminal Conference Room. NO BIDS WILL BE ACCEPTED AFTER THIS TIME. PLEASE SEE ATTACHED INDEMNIFICATION SHEET & DISCLOSURE STATEMENT Company Representative Phone Email FOR ALL BIDS $7,500 AND OVER STATE OF ) ) SS. ) On this day of, 20, before me appeared, to me personally known, who, being by me duly sworn, did say that such person executed the foregoing instrument as the free act and deed of such person, having been duly authorized to execute such instrument in such capacity. IN WITNESS WHEREOF, I have hereunto set my hand and official seal. Notary Public, State of Print Name My commission expires: Page 10 of 17

REQUISITION & PROPOSAL MCDUFFIE COAL TERMINAL DEPARTMENT DATE: ORIGINATING DEPT NO. TO: Prospective Bidders Please procure the following and DELIVER TO: McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE Alabama State Docks/Port Authority Bid Description: Purchase & Delivery of Compact Track Loader Bids to be Open: 11/22/11 @ 1:30 p.m. The following paragraph shall be considered a part of the above referenced bid: Indemnification Clause The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence arising from operations under the contract, whether such operations are performed by himself or by any subcontractor or by anyone directly or indirectly employed by either of them occurring on or about the premises, or the ways and means adjacent during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract. Page 11 of 17

REQUISITION & PROPOSAL MCDUFFIE COAL TERMINAL DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: DATE: ORIGINATING DEPT NO. McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE Please use this as a guide only for proper delivery. Sender Name & Address Alabama State Port Authority McDuffie Coal Terminal Postal Address for US Mail Physical Address for Courier Service Sealed Bid: (Description) Bid Opening Date: Page 12 of 17

REQUISITION & PROPOSAL MCDUFFIE COAL TERMINAL DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: DATE: ORIGINATING DEPT NO. McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE Please return one copy of this proposal, duly signed, by 1:30 p.m. on November 22, 2011. When all bids are publicly opened, UNIT PRICES AND EXTENSIONS shall be entered opposite each item below on which you are prepared to bid for delivery FREE OF CHARGE TO - McDuffie Coal Terminal (FOB) No consideration will be given bids unless on this form or a written attachment. If not prepared to submit a bid, please state over the firm signature and return so that it may be known it was brought to your attention; otherwise your name may be dropped form the list of prospective bidders. The right is reserved to reject any an all bids deemed for the interest of the Alabama State Port Authority, to strike out any item or items in the proposals, and to waive any defect or irregularly not a violation of law or to make any modification in the several conditions herein stipulated that are deemed to be in the best interest of the Alabama State Port Authority, including the separation of items of a class in making awards. In general, awards will be made to the lowest satisfactory bidder. No Allowance will be made for errors, either of omission or commission, on the part of the bidders. It must be assumed that bidders have fully informed themselves as to all conditions, requirements, and specifications before submitting proposals and they can not expect to be excused or relieved from the responsibility assumed by their proposals on the plea of error. In case of error in extension of prices the unit price will govern. The Port Authority reserves the right to refuse to issue a proposal form or a contract to a prospective bidder for any of the following reasons: a) Failure to pay, or satisfactorily settle, all bills due for labor and materials on a former contract in force with the Port Authority. b) Contractor default under a previous Contract with the Port Authority. c) Proposal withdrawal or Bid Bond forfeiture on a previous project with the Port Authority. d) Unsatisfactory work on a previous contract with the Port Authority. Port Authority may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish all such information and data for this purpose as the Port Authority may request. The Port Authority reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Port Authority that such bidder is properly qualified to carry out the obligations of the Contract. Page 13 of 17

REQUISITION & PROPOSAL MCDUFFIE COAL TERMINAL DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: DATE: ORIGINATING DEPT NO. McDUFFIE COAL TERMINAL RECEIVING WHSE 1760 YEEND LOOP MOBILE, AL 36602 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE ACCESS POLICY IMPORTANT NOTICE TO BIDDERS REGARDING ACCESS TO ASPA RESTRICTED FACILITIES: Successful bidders requiring access to the Alabama State Port Authority's Restricted Facilities to fulfill any obligations set forth in this bid must comply fully with the Authority's Access Policy found in its entirety at http://www.asdd.com/portaccess_policy.html The Port Authority's Access Policy requires all persons permanently employed at the port, including ASPA staff, tenants and their employees, surveyors, agents, stevedores, longshoremen, chaplains, contract labor and persons requesting temporary access to the port, including delivery persons, vendors, contractors, and temporary workers must obtain and display an ASPA issued photo ID badge or visitor badge at all times when accessing or working on port property. In order to obtain an ASPA credential, applicants must also obtain a Transportation Worker Identification Credential (TWIC) and undergo mandatory Security Awareness Training. Information on the TWIC can be found at http://www.asdd.com/portaccess_twicregs.html Information on Security Awareness Training classes and scheduling can be found at http://www.asdd.com/portaccess_securitytraining.html ALL PROSPECTIVE BIDDERS ARE ENCOURAGED TO REVIEW THESE POLICIES AND CONSIDER THESE REQUIREMENTS IN PREPARING BID SUBMISSIONS. Page 14 of 17

Page 15 of 17

Page 16 of 17

IMPORTANT NOTICE TO BIDDERS REGARDING EMPLOYMENT PRACTICES: Effective October 1, 2011, the Beason-Hammon Alabama Taxpayer and Citizen Protection Act ( the Act ) requires that any business entity contracting with or approving any grant or incentives to the state, including the Alabama State Port Authority, certify compliance with the Act. Alabama s new law requires business entities conducting business with the state register with E-Verify on or before January 1, 2012. E-Verify is an Internetbased system that allows an employer to determine the eligibility of that employee to work in the United States. The E-Verify system is operated by the Department of Homeland Security in partnership with the Social Security Administration. E-Verify is available in Spanish. For more information about this system, plese log on to http://www.dhs.gov/files/programs/gc_1185221678150.shtm. All Bidders must certify such compliance by executing the enclosed Affidavit and returning it to the Alabama State Port Authority with your bid package. The Affidavit must be notarized. STATE OF ALABAMA : COUNTY OF MOBILE : AFFIDAVIT AND CERTIFICATE OF COMPLIANCE Before me, the undersigned authority, a Notary Public in and for said State and County, personally appeared, who is known to me and who, being by me first duly sworn, deposes and says as follows: 1. My name is. I am the of ( Company ), a company that contracts with and/or provides goods or services to the Alabama State Port Authority (ASPA) in Mobile, Alabama. 2. Company certifies that it does not knowingly employ, hire for employment or retain the services of any person who is not authorized to work in the United States as defined in 8 U.S.C. 1324a(h)(3). Company further certifies that it is in full compliance with all federal and State of Alabama laws and regulations concerning the employment of non-citizens of the United States of America and will continue to remain in full compliance throughout the period Company contracts with or provides its goods or services to the Alabama State Port Authority. 3. Company further certifies that it is currently enrolled or will be enrolled in the E-Verify program administered by the United States Citizen and Immigration Services, the Department of Homeland Security and Social Security Administration or that it participates in the program through the Alabama Department of Homeland Security on or before January 1, 2012. STATE OF ALABAMA : COUNTY OF MOBILE : The foregoing instrument was acknowledged before me this day of, 2011. Page 17 of 17 NOTARY PUBLIC State of Alabama