Loading...
HomeMy WebLinkAboutResolution No. 2012-63ouggeSLea oy: tLarmmsGranon ecieyof CI'T`Y OF KENAI KENAI, ALASKA RESOLUTION NO. 2012 -63 A RESOLUTION OF THE COUNCIL OF THE CITY OF KENAI, ALASKA, AUTHORIZING THE PURCHASE OF A TRACKED LOADER WITH A PALLET FORK ATTACHMENT AND EQUIPMENT TRAILER FROM CRAIG TAYLOR EQUIPMENT COMPANY FOR THE TOTAL AMOUNT OF $56,964.75 WHEREAS, the Parks & Recreation Department is in need of a tracked loader with a pallet fork attachment and trailer to facilitate the construction of future trails; and, WHEREAS, funds for the purchase of a Tractor and Attachments for Trail Construction were appropriated in the amount of $50,000 by Ordinance 2646 -2012 and the remaining funds are available in the Trails Construction Capital Project Fund for the purchase; and, WHEREAS, KMC 7.15.050(f) provides for the purchase of supplies, materials, equipment or contractual service under the contract of another governmental agency in which the City is authorized to participate; and, WHEREAS, the City of Kenai has utilized the Alaska Department of Transportation &, Public Facilities' (ADOT /PF) Equipment Fleet purchasing contracts on many occasions; and, WHEREAS, ADOT /PF has undertaken a life- cycle analysis in determining the lowest cost over the life of the equipment; and, WHEREAS, the ADOT /PF Equipment Fleet purchasing contract expires December 31, 2012, and the expectation is that the re- bid /re- negotiation will result in increased pricing; and, WHEREAS, the purchase of a tracked loader with a pallet fork attachment and equipment trailer from Craig Taylor Equipment Company under the ADOT /PF Equipment Fleet Contract is in the best interest of the City. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF KENAI, ALASItiA, authorizes the purchase of a skid -steer loader with a pallet fork attachment and equipment trailer from Craig Taylor Equipment Company for the total amount of $56,964.75. RESOLUTION 2012 -63 Page 2 of 2 PASSED BY THE COUNCIL OF THE CITY OF KENAI, ALASKA, this 21st day of November, 2012. PAT PORTER, MAYOR ATTEST: Sa a Modigh, City Clerk Approved by Finance: Mr.JDate. Purpose of this report is to request approval to purchase a new tracked loader (Model T650) with a pallet fork attachment and trailer. Purchase would be made locally through Craig Taylor Equipment Company. This purchase would be made "piggy backing" the State of Alaska Department of Transportation and Public Facilities (ADOT /PF) Equipment Fleet Contract Awards program. This program, through a competitive process, was designed to determine the overall lowest cost through the life of the equipment. Craig Taylor Equipment Company is an approved vendor. The ADOT /PF Contract Term for a tracked loader and trailer is set to expire December 31, 2012. It is my expectation that the re- negotiated term of contract will include price increases. The tracked loader will facilitate the construction of future trails throughout the City and enable the crews to complete other field work more expeditiously. Throughout the summer 2012, a tracked loader unit was rented on a monthly basis at a cost of $2,800 per month. The new unit would be used annually for a variety of purposes. No new appropriation is required to complete the purchase. The FY 13 budget (Ordinance 2646 -2012) includes $50,000 within the Trail Construction Capital Project Fund (Machinery & Equipment) for the purchase of a tractor and attachments. The remaining balance of $6,964.75 would come from the Trail Construction Capital Project Fund (City -wide Trail Construction). Attached is some information detailing the State's Equipment Fleet Contract Awards along with some general specifications for tracked loaders with attachments and equipment trailers. Attachments 733 E. Whitney Rd Anchorage AK 99501 Attachments: Larry Sweesy 907-276-5050 jor 0 Description Make and Model Craig Taylor PO Total o 2012 BOBCAT S650 SKID STEER incl. 80" GP Bucket, A/C, Cab Heat BOBCAT S650 33,634,00 $ 1 2012 BOBCAT T650 COMPACT TRACK LOADER (12.6" WIDE TRACKS) wl bucket, A/C Bp B, C A T T 6 5 0 $ 42,143.00 $ 42,143.00 1 OPTIONAL 17.7" WIDE TRACKS ADD TO T650 STANDARD PRICE T650 17.7" TRACK OPTION $ 928.00 $ 928.00 0 80" SNOW & LT. MATERIAL BUCKET W/ BOLT ON CUTTING EDGE 80" SNOW BUCKET $ 1,070.00 $ - o 80" 6-WAY DOZER BLADE ATTACHMENT BOBCAT BLADE 80" I ....... . . $ 3,165.00 $ 0 84" ANGLE BROOM W/ WATER KIT ATTACHMENT BOBCAT 84" ANGLE BROOM $ 6,943.00 $ 0 BOBCAT 30H AUGER ATTACHMENT W/ 6", 9", AND 12" AUGERS BOBCAT 30H AUGER ATTACHMENT BOBCAT $ 3,08&00 $ 0 184" SNOW BLOWER ATTACHMENT BOBCA, SB240X84 $ 5,195.00 $ 0 BRUSH CUTTER ATTACHMENT BRUSHWOLF 78001-11F $ 6,772.00 $ 0 BRUSH SHREDDER ATTACHMENT F'CON BH85SS $ 35,588.00 $ 0 72" MOWER ATTACHMENT BOBCAT 72" MOWER $ 3,354.00 $ 1 48" PALLET FORKS PALLET FORKS $ 633.00 $ 633.00 WIDER WIDTH ATTACHMENTS FOR WIDE TRACK LOADERS 0 88" SNOW & LT. MATERIAL BUCKET W/ BOLT ON CUTTING EDGE BOBCAT 88" $ 1,217.00 $ - 96" 6-WAY DOZER BLADE ATTACHMENT BOBCAT 96" BLADE $ 4,167.00 0 84" SNOW BLOWER ATTACHMENT BOBCAT SB240X84 $ 5,195.00 $ 0 90" MOWER ATTACHMENT BOBCAT 90" MOWER $ 3,675.00 $ 0 TRAINING ANCHORAGE $ - $ 0 TRAINING FAIRBANKS $ - $ 0 IPAPER PUBLICATIONS INCL WITH MACHINE PURCHASE PAPER PUBLICATIONS 0 IOPTIONAL ELECTRONIC PUBLICATIONS IN LIEU OF PAPER ELECTRONIC PUBLICATIONS 1§ 7500 I EQUIPMNET TRAILER I 1 1 $ - 1 118'FLATBED EQUIPMENT TRAILER 12012 TOWMASTER T-1 2D I S 6.503.00 1 $ 6.503.00 .751 State Equipment Fleet, Transportation & Public Facilities, State of Alaska Page I of 3 Skit) to Content fan error occurred while processin;~ this Alaska Ueenftmenl. of Ti ansponatlon & Public Facilities, State Equipment Fleet header image Alaska Department ofTransportation & Public Facilities/ State Equipment, Fleet [an error occurred while processing this directive] Doi &PF > Swiewtde M &O > `hate L quipmei�a 1 lecr (SE )> Contract Awards iiiiiiiiiiii IN Pill 111 1111111111 111 111 111 1111111111 Last Updated March 15, 2012 composite image of State of Alaska Equipment. Photo credits: Artem Rupert, Brian Flaherty, Robert Greene, Drew Motsinger, and Peter Kristellar Alaska DOT &PF NoW These contracts are for the sole use of the State Equipment Fleet, the University of Alaska, Alaska Housing Authority or qualified government entities (such as the Municipality of Anchorage). They are published for our customer 's information only. Any questions should be directed to a purchasing agent. CONTRACT DID CONTRACT TITLE VENDOR PRICE AWARD NO. NO, LIST CA 1590 -12 1690 Contract for Flatbeds, Lift Gates, Cranes, Bob's Services Inc. 11/2011 Expires 11/30/2012 Compressors, Misc Items CA 1697 -1 ' 16$7 Contract for AIP Wheel Loaders AER Rental Sales 2017 Expires 11/5/15 & Service CA 1087 13_ 1687 Contract for AIP Motor Graders NC Machinery 1/2612 Expires 115115 1685 Contract for Police Vehicles Alaska Sales ! 1/'011 Expires 11/20/14 CA 1685- 12 1685 Contract for Police Vehicles Kendall Ford 11/2011 Expires 11/20/14 CA 1679 -12 Expires 12 /31/2012 1679 Contract for Compact Slid Steers, Compact Craig Taylor 12/2011 Renewals Tracked Loaders and Equipment Trailers Equipment Expire 12/31/ 14 A i 666_ 12 1666 Contract for 38,000 GVW 4x2 Trucks with Cascadia i l2€?l l Expires 11/30/2012 Optional Stellar Hooklift System and Flooklifl International http:// fleet .alaska.gov /sef/awards.shtml 11/14/2012 State Equipment Fleet, Transportation & Public facilities, State of Alaska CA] 639-11 -1 Expires 9/12/12 CA16 €6 -12 Expires 8/15/12 Renewals Expire 8/15/14 A1612 -1l i Expires 2/28/13 C.A595_I2 Expires 11/7/12 Renewals Expire 11/7/14 UA 1 591 -12 Expires 10/16/12 Renewals Expire 10/16/14 4 A1584 -11 Expires 1/19/12 CA Expires 5/2/12 "A1578-11-1 1 Expires 1/29/13 5'A 1 578 -1 1 Expires 1/29/12 CA 1545 - 11 Expires 3/4/12 >,1`i37 -i1 1 Expires 3/1/12 Bodies 1639 Contract to Purchase and Install Safety Alaska Safety Equipment 1616 Contract for 6x6 Plow Trucks TrailerCraft Inc. 1612 Contract for Self - Propelled Street Sweepers Craig'Taylor 1595 Contract for Wheel Loaders 1591 Contract for AIR Plow Trucks and Sanders 1583 Contract for Agricultural Tractors 1579 Contract for Steam Generators, Van Body Mounted 1578 Contract for Material Spreaders 1578 Contract for Plow Trucks and Tractor Trucks 1545 Contract for 3,000 Gallon ARFF Trucks 1537 Contract for AIP Carrier Mounted Snow Blowers and Brooms i'A 15.3' 3' () -10 ` Expires 7/9/13 1536 Contract for 4x4 Carrier Tractors - AIP 4 A 1515 -111 Contract for Belly Dump and Side Dump Expires 7/11/12 1515 Trailers CA 1500-10 1 2 3 1500 Contract for Motor Graders Expires 4/18/12 1609257 1? Contract for AIP Motor Graders Expires 1/29/12 1427 (47,000 LB. Operating Weight) 1609255 1 2 3 Contract for AIP Towed Airport Runway Expires 1/20/12 1417 Cradling Brooms for Rural Alaska Airports 160801 M ' 2 1242 Full Service Fasteners and Shop Supply Expires 7/9/11 Contract * Pricing is in Contract Award Document * TrailerCraft Inc Yukon Equipment Statewide Petroleum Bob's Services Cascadia International Oshkosh Page 2 of 3 * 11 /201= * * * 11/2011 !112011 Options * Yukon Equipment 03/2012 Yukon Equipment Yukon Equipment 10 /2011 NC Machinery 12 /'2,010 NC Machinery 06/2011 Yukon Equipment 05/201 j Barnes Distribution http : // fleet .alaska.gov /sef /awards.shtml 11/14/2012 HW Tracked Loader October 06, 2011 It is the purpose of this specification to describe a new, and of the manufacturer's latest current model and design, diesel powered, skid -steer loader with attachments including: Quick Attach System General Purpose Dirt Bucket Snow Bucket 6 -way Dozer Blade Angle Broom with water Kit Auger System Snow Blower Rotary Brush Cutter Brush Shredder Dower Attachment Pallet Forks To include all standard equipment and accessories as advertised in manufacturer's current model year specification sheet of model offered, unless otherwise specified herein. APPLICATION: General purpose use. Varying terrain and weather conditions to minus 40 degrees Fahrenheit. DOCUMENTATION REQUIRED: One (1) copy of manufacturer's product brochure (host unit and all attachments) to be provided with bid proposal. In addition, specifications marked with an asterisk (`) require supporting documentation, which indicates specifically what the bidder intends to supply in regard to said items and /or how specifications will be met. in order to help prevent technical errors, following each asterisked is space that may be used to address all of the asterisked items. It is required that a letter of clarification or the space behind the asterisked items be used to supply the required information. You may use the area behind the asterisked item to refer to a product brochure, manufacturer's technical data sheet, or letter of clarification, which indicates specifically what you, the bidder, intend to supply in regard to said items and /or how specifications are met. Also refer to paragraphs 10 and 11 in Section I — Instructions to Bidders. TYPICAL dints. BOBCAT Model T650 or CASE Model 45OCT or CATERPILLAR Model 2890 or JOHN -DEERE Model 329D, Provided all of the following minimum specifications are mete POWER TRAIN, 1.1 Engine: 1.1.1 Diesel Engine must conform to all Federal Emission Standards as set for 2012 model year diesel engines. 1.1.2 (') Diesel Engine, liquid cooled, 4 cylinder minimum, turbo charged, developing a minimum 74.3 Horse power. 1.1.3 Air Intake System: 11.31 To include dual element system, minimum. 1.1.3.2 Air filter restriction indicator, clearly visible from operator's station. 1.1.4 Coolant: To include permanent type antifreeze protection to minus 60 degrees Fahrenheit. 11.5 Block Heater: To include 110 -volt immersion heater. 1.1.6 Fuel Filter to be in line strainer type. Section 1If - Specifications CA 1679 -12 — Compact Tracked Loaders and Skid Steers Page 5 of 14 1.17 Engine must at a minimum meet or exceed all EPA Emissions standards 1.2 Fuel: 1.21 Diesel Fuel 12.2 Tank Capacity minimum 19 gallon 2.0 DRIVE TRAft 211 Rubber OEM tracked drive system. Aftermarket tracks added to skid steer design tires are not acceptable. 22 Drive system to consist of hydrostatic primary with a gear and /or chain final. 2.3 (`) Standard Track width 12.6 inches 2.4 ( °) WIDE TRACT( YVI ®Tli (Optional item Pricino is required. Refer to Section IV - Bid Price Schedule. Track Width 17.7 2.5 ( *) Ground Pressure to be a maximum of 5.8 PSI w/ 12.6 inch tracks, 4.1 with 17.7 inch tracks 2.6 ('} Length of Track on Ground: 59" (inches) minimum 2.7 (') Travel Speed: Five (5) MPH minimum, forward and reverse. Single or dual speed selection range is acceptable (6.6 mph) 3.0 HYDRAULICS: 3.1 ( *) Hydraulics, minimum flow of 30 GPM, to properly operate all attachments provided by the units manufacture and future attachments. (30.5 GPM) 3.2 All controls to be at operator's station. To be dual -hand operated. Foot operated or "T -Bar" types are not acceptable. A rocker switch lock out control option to lock out foot controls and move this function to hand controls would be acceptable. 3.3 Bucket hydraulic controls to include self- leveling (up minimum) and float functions. 3.4 Filtration: To include replaceable, minimum 10- micron, non spillable canister type filter element. 3.5 Hydraulic cylinders are to be double acting. 4.0 PERFORMANCE 4.1 ( *) Tip Load: SAE rated 7343 lbs. F' 4.2 ( *) Operating Capacity at 50% of tip load: SAE rated 3672 Ibs 4.3 Additional or optional counterweights are not to be used to meet performance requirements. 5.1 Battery(s): Minimum total of 850 CCA at zero degrees Fahrenheit. 52 Alternator: Minimum 70 amp. 5.3 Work Lights: 5.3.1 To include two (2) each front and one (1) each rear work lights, minimum. 5.3.2 Lights are to be shock mounted. 5.3.3 To be individual single front and single rear light switch operated from operator's station. 5.14 Engine compartment light. 5.3.5 Dome Light: Operators compartment, separately switched. 5.4 Strobe Light: 5A.1 Roof Mounted Strobe Light: To be WHELEN Model S360D or Whelan L31 LED strobe with amber lens. 5.4.2 To be separately switched with "HIGH/OFF/LOW" from operator's station. 5.5 Horn: Electric, To be manufactures standard. Section lif - Specifications CA 1679 -12 - Compaq Tracked Loaders and Skid Steers Page 6 of 14 5.6 8uok'Up/Uurm: Tute manufacturer's standard. 6.0 CAB: 0.1 OEM EROPS (Enclosed Roll Over Protection Syotem). 6.2 Front door to be easy attach/detach without tools. A slide-up design is acceptable. 0.3 Windshield Wipers: Front minimum. 0.4 Heater, minimum 13'O0O BTU, with defrosters. 6.5 Air conditioning. &G Operator Seat: &0.1 Scissors style suspension and adjustable lumbar support, (air suspension would be acceptable) 6.&2 Seat belt, three (3) inch wide, with audible alarm. &0.3 Operator safety bar. 6.7 Rear view mirror, interior, \nho wide angle. 7.0 INSTRUMENTATION: 7.1 Any and all gauges that show pressures, temperatures, etc., are to be in U.S.A measurements such as PSI, Fahrenheit, etc. 7.2 To include asa minimum, in the operator's uumpuAmnr%� T2.1 Fuel level gauge or bar graph, T2.2 High engine coolant temperature gauge or indicator light 7.2.8 Low engine oil pressure gauge nr indicator light. 7.2.4 Ammeter or voltmeter, gauge or indicator light. 7.2.5 High hydraulic oil temperature indicator light. 7,2.5 Hour meter. 8.0 TRAINING: ( ) 8.1 Bidder to provide a qualified instructor, after delivery and acceptance by the State, for a minimum of eight (8) hours mechanical and operator training at the assigned location. 8.2 The State contact will &a listed un the Purchase Order. 0.3 To include a minimum of four (4) hours of operator training including the following, as a minimum applicable agenda: 8.3.1 Operating procedures per operating manual. 83.2 Break-in procedures. 0.3.3 Equipment limitations. 0.3.4 Operator maintenance. 8.3.5 Before operations checks and lubrication. 8.8.6 Safety. 8.3.7 Cold weather operations. 8.3.8 Jump starting. 0.&8 Welding unequipment. 8.3.10 Towing nr transporting equipment. 8.3.11 Instruments and controls. 8.8.12 Gauge interpretation. Section Specifications CAI 07Q'/2— Compact Tracked Loaders and Skid Steers Page 7u//4 8.113 Equipment operation, Do's and Don'ts. 8.3.14 Attachment operation, Do's and Don'ts, 8.4 To include a minimum of four (4) hours of mechanics (Journeyman level) training including the following theory, trouble shooting, and test procedures for, as a minimum applicable agenda: 8.4.1 Electronics. 8.4.2 Electrical. 8.4.3 Hydraulics. 8.4.4 Air system. 8.4.5 Drive train. 8.4.6 Engine and transmission electronics. 9.1 Paper publications as specified in Section 1 Item 8.0 10.0 ELECTRONIC PUBLICATIONS: (optional If available) 10.1 Electronic publications if available shall be either on a disc format or the ability to access securely online. 10.2 The electronic version shall have all the required information as the paper manuals as specified in Section I Item 8.0. KATE M &T!L4 ��, zIwilfC 11.1 Joystick Control Option if available. (price separately as an option but will not be used for calculating award. 11.2 Weight Scale Ticket: To be provided with MSO and invoice. 113 Winterization: Entire unit shall be winterized to provide satisfactory performance In temperatures to minus 60 degrees Fahrenheit. 11.4 Paint: Manufacturers standard with appropriate primer. 11.5 Inspection: Inspection for compliance with specifications will be conducted at the FOB point 1.0 ATTACHMENTS For standard Skid Steer Machines: 1.1 Quick Attach System; To be OEM, hydraulic or mechanical operated 1.1.1 To include the BOBCAT "Bob -Tach" system or similar. 1.1.2 General Purpose Dirt Bucket Attachment: (included in base price of either machine) 1.1.2.1 OEM heavy -duty bucket with bolt -on replaceable cutting edge. 1.1.2.2 (') 80" HD Bucket with bolt on cutting edge. 1.1.2.3 (`} Heaped Capacity: 19.1 Cubic Feet 1.1.3 Mounting: 1.1.3.1 Unit to include same quick attach mounting system to the host unit as the other attachments. 1.2 Snow Bucket Attachment: (Optional item pricing is required. Refer to Section IV — Bid Price Schedule.) 1.2.1 Provide manufacturer's brochure with bid package. 1.2.2 OEM heavy -duty snow bucket with bolt -on replaceable cutting edge. 1.2.3 ( ") Width: 80 inch snow & It. material bucket wl bolt on cutting edge. Section lit - Specifications CA 1679-12 — Compact Tracked Loaders and Skid Steers Page 8 of 14 1.14.3 Cutting Height Range: 2 inches to 5.5 inches 1.14.4 Mounting: Unit to include same quick attach mounting system as the host unit as the other attachments. 1.0 EQUIPMENT TRAILER (STATE CLASS #611- SKID)o ( ®otlonal itern oricinp is reoulred. Refer to Section IV — Bid Price Schedule.) 1.1 It is the purpose of the following specification to describe a minimum 12,000 pound payload capacity, tandem axle trailer, equipped with a pintle hitch, capable of safely transporting the skid steer loader along with, as a minimum, the bucket, sweeper broom, and rotary brush cutter. 1.2 (.) Highway Application: Must be capable of carrying a minimum 12,000 pound payload at 65 MPH. 1.3 Pintle Hitch Trailer: Lunette eye (pintle hitch) to include multiple height adjustment settings from 18 to 26 inches, minimum. 1.4 Overall Trailer width, 102 inches maximum. 1.5 Deck length, 18 feet minimum. 1.6 Wood (fir) decking with minimum nominal thickness of two (2) inches. 1.7 Tie Downs: To include minimum, Five (5) each side, 5/8 inch diameter, "D° rings, ten (10) total, evenly spaced from front to rear. 1.8 Fold -up ramps to be self supporting such as built in stabilizer legs being an integral part of the ramp. 1.9 Tongue Screw Jack: 10,000 pound minimum capacity, folding, with crank. 1.10 Headboard, steel construction, running full width of deck. 1.11 Too! Box: Heavy -duty, Lockable, top hinged (no piano hinge), approximately 10Hx12Wx24L (inches) or similar, for chains and binders, drain holes each bottom corner, painted inside and out including primer. 1.12 Axles, two (2) axles with single wheels. 1.13 Tires and Wheels: 1.13.1 To include five (5) each, including spare, 16 inch minimum, 10 Ply, tubeless tires with heavy - duty steel disc wheels. 1.13.2 Mounted spare tire and wheel to be strapped to trailer deck. 1.14 Brakes: 1.14.1 To be electric brake system on all wheels. 1.14.2 To include break -a -way with rechargeable 12 volt battery. 1.15 Lighting: 1.151 All marker and signal lighting to be LED. 1.15.2 To include seven (7) pole POLLACK #11 -704 electrical plug with POLLACK#1 1 -763 Cable Guard. END OF SPECIFICATIONS Section ill - Specifications CA 1679 -12 — Compact Tracked Loaders and Skid Steers Page 14 of 14 T*W Item Total # Unit Description Amount la 1 ea. COMPACT SKID STEER LOADER $33,634.00 Per specifications 321 (incl. 80" bucket) Year. Make & Model Offered: 2012 Bobcat 5650 2a 1 ea. COMPACT TRACK LOADER (12.6" Standard track width) Per specifications 321 (incl. 80" bucket) Year, Make & Model Offered: 2012 Bobcat T650 3a 1 ea, Wide Track option for Compact Track Loader (17.7" track width) (Per Spec 2.4) 4a 1 ea. Snow Bucket Attachment (Per Spec 1.2) 5a 1 ea. 6-Way Dozer Blade Attachment: (Per Spec 1.3) 6a 1 ea. Angle Broom wl Water Kit Attachment: (Per Spec 1.4) Year. Make & Model Offered: 2012 Bobcat 84" Angle Broom 7a 1 ea. Auger Attachment: (Per Spec 1.5) Ba 1 ea. Snow Blower Attachment: (Per Spec 1.6) Make & Model Offered: Bobcat SB240x84 9a 1 ea. Brush Cutter Attachment: (Per Spec 1.7) Make & Model Offered: Brushwolf 7800HF 10a 1 ea. Brush Shredder Attachment: (Per Spec 1.8) Make & Model Offered: Fecon BH85SS 11a 1 ea. Mower Attachment: (Per Spec 1.9) Section 1V- Bid Schedule CA 1679-12 - Compact Track Loader and Skid Steers Page 1 of 3 $42,143.00 $1,070.00 $3,165.00 $6,943.00 $3,083.00 $5,195.00 $29,523.00 $3,354.00 Make & Model Offered: Bobcat 72"Mower 12a 1ao. Pallet Forks Attachment: (Per Spec 11V) $633.00 13m 1*u TRAINING (Per Spec 8.0) $0.00 14u 1ea. PAPER PUBLICATIONS (Per Spec 113) *000 15a 1an. Snow Bucket Attachment Wide Track Option (Per Spec 1A1) $1.21T80 Make & Model Offered: Bobcat 8O` Snow Bucket 16a Imu. 6-Way D Blade Attachment For Wide Track option (Per Spec 1.12) $4'107.00 Make & Model Offered: Bobcat 8G' Dozer Blade 17a 1oa. Snow Blower Attachment For Wide Track option (Per Spec 1.13) $5,185.00 Make & Model Offered: 8ohoatS8240x84 10a 1eu. Mower Attachment For Wide Traokoption: (Per Spec 1.14) %3'675.00 Make & Model Offered: Bobcat 90''Mower 19a 1ao. ELECTRONIC PUBLICATIONS (in lieu of paper, Spec 10.0) $75.00 20a 1ma JOYSTICK CONTROL OPERATION (Per Spec 11.V) %1'760�00 Item Total # Unit Description Amount 2o em EQUIPMENT TRAILER 18'(Por Spec 1.0) %0'50100 Year, Make & Model Offered: 2012Tuwmao\orT-12D Section 1V- Bid Schedule C8/67B'/2- Compact Track Loader and Skid Steers Page 2oyJ The actual F.O.B. point for all items purchased under this contract is the final destination of the DOT/SEF shop in Anchorage, Alaska, Ownership of and title to the ordered items remains with the contractor until the items have been delivered a\ their final destination and are accepted by the State. For pricing purposes, the F.O.B. point is dockside Seattle/Tacoma. With actual FOB final destination to be indicated on the purchase orders. The cost of shipping and delivery for orders beyond the limits of Seattle/Tacoma dock will be handled as follows. The contractor will prepay the shipping and delivery charges to any destination named by the State in its order. The contractor will charge-back those shipping and delivery charges 1n the State onaseparate line item on the State's invoice. All shipping charges over $100 must be documented by a copy of the actual shipping invoice and received with the invoice charge tn the State. Required Delivery: Maximum 1QQ days after receipt of order (AR{) Offered Delivered Time: 180 Days AH(]. Pub|ica$iono� One (1) set, per Section |' paragraph 9.V. Section/V- fidSchedule CA 1O79-/2'Compact Track Loader and Skid Steers Page 8n/3