HomeMy WebLinkAboutResolution - 2022-R0451 - PO 31069794 with Kenloch Equipment & Supply 11.1.22Resolution No. 2022-RO451
Item No. 5.7
November 1, 2022
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalf of the City of Lubbock, Purchase Order No. 31069794 in accordance with
Sourcewell Contract 093021-ELG for the purchase of two Elgin Eagle street sweepers, by and
between the City of Lubbock and Kinloch Equipment & Supply, Inc. of Pasadena, Texas and -
related documents. Said Purchase Order is attached hereto and incorporated in this resolution as
if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on
ATTEST:
Rebe ca Garza, City SecrAQ)
APPROVED AS TO CONTENT:
tk)c
November 1, 2022
Brooke Witcher, Assistant City Manager
APPROVED AS TO FORM:
k hl�e r
K lli Leisure, Assistant City Attorney
ccdocs/RES.PurchaseOrd 31069794 Kinloch Equipment
10.19.22
�Ffvl-� City of
Lubbock
TEXAS
PURCHASE ORDER
KINLOCH EQUIPMENT & SUPPLY
TO: 3320 PASADENA BLVD
PASADENA TX 77503
Page - 1
Date - 10/18/2022
Order Number 31069794 000 OP
Branch/Plant 3526
CITY OF LUBBOCK
SHIP TO: FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK TX 79404
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000 (Iv
LUBBOCK, TX 79457 BY:
Marta Akarez, Director of Purchasing & Contract Management
Ordered 10/ 18/2022 Freight
Requested 12/18/2023 Taken By
Delivery PER B RODRIGUEZ, REQ 59456
SBALLANCE
PUR 16926/ Sourcewell Contract #093021-ELG
If you have any questions, please contact Breana Rodriguez: BRodriguez@mylubbock.us or 806-775-2374
Description/Supplier Item Ordered Unit Cost UM Extension Request Date
Elgin Eagle Street Sweepers 2.000 352,635.0000 EA 705,270.00 12/18/2023
Total Order
Terms NET DUE ON RECEIPT
705,270.00
This purchase order encumbers funds in the amount of $705,270.00 awarded to Kinloch Equipment & Supply Inc of
Pasadena, TX, on November 1 , 2022. The following is incorporated into and made part of this purchase order by
reference: Quote dated September 23, 2022, from Kinloch Equipment & Supply Inc of Pasadena, TX and Sourcewell Contract
#093021-ELG.
Resolution # 2022-RO451
CITY OF LUBBOCK
Tray Pa e, Ma r
ATTEST:
OL, L&'Co A/-�
Rebec Garza, City Secretary
Rev. 3/2022
Seller and Buyer agree as
follows:
ACCEPTANCE OF THIS PURCHASE ORDER:
CONTRACTOR ACKNOWLEDGES. by sumlving anv Goods or Services that th
PURCHASE ORDER
TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS
the Contractor unless atm:ed upon in writing by the parties. In the event of conflict between the Cav's tents and
conditions and any terms and conditions provided by the Contractor, the tents and conditions provided herein shall
prevail. The terms and conditions provided herein are the final terms agreed upon by the parties. and any prior
conflicting terms shall be of no force or effect.
I. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice.
Each shipping container shall be clearly and permanently marked as follows (a) Seller s name and address. (b)
Consignee's name, address and purchase order or purchase release number and the supply agreement number if
applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes. and (d) the number of the
container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided Goods shall be
suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any
applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by
packing lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under
reservation and no tender of a bill of lading will operate as a tender of goods.
3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually
receives and takes possession of the goods at the point or points of delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply withal]
provisions ofthis contract as to time ofdelivery, quality and the like. If a tender is made which does not fully conform,
this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the
time for performance has not yet expired. the Seller may reasonably notify Buyer of his intention to cure and may
then make a confomning tender within the contract time but not afterward.
5. INVOICES & PAYMENTS. a. S e I I e r shall submit separate invoices, in duplicate, one each purchase order or
purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and
the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any shall be
listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the
invoice. Mail To: Accounts Payable, City of Lubbock, P. 0. Box 2000, Lubbock, Texas 79457. Payment shall not
be due until the above instruments are submitted after delivery.
6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if
it is determined by Buyer that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the
Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view to
securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any
determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer
pursuant to this provision, Buyer shall be entitled• in addition to any other rights and remedies, to recover or withhold
the amount of the cost incurred by Seller in providing such gratuities.
7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special
tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special
tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent
feasible shall be identified by the Seller as such.
8. WARRANTY -PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which
Seller warrants to be no higher than Seller's current process on orders by others for products of the kind and
specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase.
In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices
on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach
or Seller's actual expense. It. The Seller warrants that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent
fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for
the purpose of securing business. For breach of vitiation of this warranty the Buyer shall have the right in addition to
any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise
recover without liability and to deduct from the contract price, or otherwise recover the full amount of such commission,
percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do so shall
render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will conform to the
specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by the Seller, if any.
In the event of a conflict or between the specifications, drawings, and descriptions, the specifications shall govern.
Notwithstanding any provisions contained in the contractual agreement, the Seller represents and warrants fault -free
performanceand fault -free result in the processing date and date related data (including• but not limited to calculating,
comparing and sequencing) of all hardware, software and firmware products delivered and services provided under
this Contract, individually or in combination, as the case may be from the effective date of this Contract The
obligations contained herein apply to products and services provided by the Seller, its sub- Seller or any third party
involved in the creation or development of the products and services to be delivered to the City of Lubbock under this
Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock
availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining
to termination or default. The warranties contained herein are separate and discrete from any other warranties
specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation of the
Seller's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document
incorporated in this Contract by reference.
10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards
promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the
product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the
Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction
made by Buyer will be at the Seller's expense.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller agrees
to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give
rise to the rightful claim of any third person by way of infringement of the like. Buyer makes no warranty that the
production of goods according to the specification will not give rise to such a claim, and in no event shall Buyer be
liable to Seller for indemnification in the event that Seller issued on the grounds of infringement of the like. If Seller
is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two
weeks after the signing of this agreement. If Buyer does not receive notice and is subsequently held liable for
the infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the
goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void.
12. NON APPROPRIATION. All funds for payment by the City under this contract are subject to the availability of an
annual appropriation for this purpose by the City. In the event of nonappropriation of funds by the City Council of the
City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without
termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any
time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be
obligated under this contract beyond the date of termination
13. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them
14. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered portion of
this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent or
commits acts of bankruptcy Such right of cancellation is in addition to and not in lieu of any other remedies which
Buyer may have in law or equity.
in accordance with this provision. Termination of work hereunder shall be effected by the delivery of the Seller of
a ' Notice of Termination' specifying the extent to which performance of work under the order is terminated and the
date upon which such termination becomes effective Such right or termination is in addition to and not in lieu of the
rights of Buyer set forth in Clause 14, herein.
16 FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any
teener of provisions of this contract is delayed or prevented by any cause not within the control of the party whose
performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent.
17. ASSIGNMENT -DELEGATION. No tight or interest in this contract shall be assigned or delegation of any
obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by
Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with this paragraph.
IS. WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a
waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in
writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance
provided by Buyer in its advertisement for bids, and any other documents provided by Seller as part of his bid,
is intended by the parties as a final expression of them agreement and intended also as a complete and exclusive
statement of the terms of their agreement. Whenever a temp defined by the Uniform Commercial Code is used in this
agreement, the definition contained in the Code is to control.
20. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Wherever the tern
"Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in
the State of Texas as effective and in force on the date of this agreement.
21. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question the other
parry's intent to perform he may demand that the other party give written assurance of his intent to perform. In the
event that a demand is made and no assurance is given within five (5) days, the demanding parry may treat this
failure as an anticipatory repudiation of the contract.
22. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and
employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities• judgments, costs and
expenses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which
may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through
negligence or omission of the Seller or its employees, or of the subSeller or assignee or its employees, if any, and the
Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses
arising therefrom of incurred in connection therewith, and, ifanyjudgment shall be rendered against the Buyer in any
such action, the Seller shall, at its own expenses, satisfy and discharge the same Seller expressly understands and
agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the Buyer as herein provided.
23. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this
contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default
of this agreement.
24. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to
this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response
to this invitation and will not be discriminated against on the grounds of race, color, sex or natural origin in
consideration for an award.
25. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the tight to seek any and all forms of relief in a court of competent
jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted
right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document,
this provision shall control.
26. RIGHT TO AUDIT. At any time during the term of the contract, or thereafter, the City, or a duly authorized
audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to
audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such
an audit by the City reveals any errors or overpayments by the City. Contractor shall refund the City the full amount
of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to
deduct such amounts owing the City from any payments due Contractor.
27. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from
the Director of Purchasing and Contract Management.
28. Contracts with Companies Engaged in Business with Iran. Sudan, or Foreign Terrorist Organization Prohibited.
Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a
vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service
with Iran, Sudan or a foreign terrorist organization
29. Texas Goverment Code. Section 2252.908 requires a business entity entering into certain contracts with a
governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency. Instructions for
completing Forth 1295 are available at: Into. www.ct.lubbock.tx.us/denarimental-
�rwcbsitti ftartmcnts purchasinL vendor-informatiun
30. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, Respondent certifies that
either (i) it meets an exemption criteria under Section 2271.002; or (ii) it does not boycott Israel and will not boycott
Israel during the tern of the contract resulting from this solicitation Respondent shall state any facts that make it
exempt from the boycott certification in its Response.
31. No Boycott of Energy Companies. Pursuant to Section 2274 of the Texas Goverment Code, Respondent
certifies that either (i) it meets an exemption criteria under Section 2274.002; or (ii) it does not boycott Energy
Companies and will not boycott Energy Companies during the term of the contract resulting from this solicitation.
Respondent shall state any facts that make it exempt from the boycott certification in its Response.
32. No Boycott of a Firearm Entity or Firearm Trade Association. Pursuant to Section 2274 of the Texas
Goverment Code, Respondent certifies that either (i) it meets an exemption criteria under Section 2274.002; or (ii) it
does not boycott a Firearm Entity or Firearm Trade Association and will not boycott a Firearm Entity or Freartn
Trade Association during the tern of the contract resulting from this solicitation. Respondent shall state any facts that
make it exempt from the boycott certification in its Response.
33. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited.
Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a
vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or
service with Iran, Sudan or a foreign terrorist organization
34. TEXAS PUBLIC INFORMATION ACT. The requirements of Subchapter J, Chapter 552, Government Code,
may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or
vendor knowingly or intentionally fails to comply with a requirement ofthat subchapter.
35. Pursuant to Section 552.301(c) of the Texas Goverment Code, the City of Lubbock has designated the following
email address for which public information requests may be made by an entailed request, err+ mvluhtrrk. us. Please
send this request to this email address for it to be processed
15. TERMINATION. The performance of work under this order may be terminated in whole, or in part by the Buyer
REV. 32022
' Kinloch
r A Equipment & Supply, Inc.
Presents a Sourcewell Proposal Summary
of the
•
�r v
i t
Eagle
Eagle Broom Street Sweeper with Dual Side Brooms
For
City of
Lubbock
"1 rExas
Dan Federico
Tel: 813.713.1455
Quote Number: 2022-49770
PRODUCT DESCRIPTION
• Hydraulically driven left and right side brooms and variable height, right side dumping, 4.5 cubic yard hopper, sweeper is powder coated
from powder coatings chart 2003/N with powder coated gray undercarriage.
STANDARD FEATURES
Two -stage dry type with restriction indicator (at engine) and precleaner
Broom side, in -cab reversable, 46 "steel vertical digger 5 segment
Broom side, pneumatic floating suspension, pneumatic deploy
Broom, main, 34" diameter, 60" wide prefab disposable
Conveyor, cleated belt, adjustable height
Conveyor flush out system
Conveyor raise in reverse
Conveyor stall alarm
Dirt shoes, spring assisted, rubber
Electric backup alarm
Engine, sweeper, diesel, tier 4 FINAL, 74 HP
Hopper inspection door
Hopper,4.5 cu yd with window and skylight
Hopper up visuaUaudible indicator
Hopper, variable high dump, 3 8 " -10'
Hopper lift, dual scissors, 10,000 lbs.
Hose, hydrant fill, 16'8" (5080 mm) with strainer and coupling
Hydraulic oil level gauge and in -cab level light
Lights, automatic backup
Lights, combination tail/stop, separate amber signal
Lights, flood light, one per broom left, right, and main broom (3)
Manuals, operator and parts
Rear broom cover and anti -carryover wrap
Rear broom spray bar
Reflectors, set of 2
Sweep resume, raise in reverse
Tactile controls for all sweep functions
Tool storage
Water fill, anti -siphon
Water level indicator in -cab
Water Pump, electric diaphragm
Water tank, molded polyethylene, 360 gallon total nominal capacity
AM/FM/CD Radio
Right and Left Hand Heated and Remote -Controlled Mirrors
Left Hand Fender Mounted Mirror
Steel Bristles with Polyethylene Sidebroom Segments
Single Wrap Polypropylene Main Broom- Disposable
Sweeper Painted Standard White
Chassis Painted Standard White
Red Logo
Sweeper - Operator Manual
Sweeper Parts Manual
Cummins Operators Manual
Cummins Troubleshooting Manual
ADDITIONAL FEATURES
MY2024 Freightliner M-2 Chassis with Dual Steering
(1) Spare Chassis Key
Extended Sidebroom Reach Right Hand
Hydraulic Control Sidebrooms
Quote Number:2022-49770
Sidebroom Tilt Option Right Hand Including Indicator
Sidebroom Tilt Option Left Hand Including Indicator
Conveyor Rubber Belt
Carbide Single Row Dirt Shoes
Air Purge for Water System
Hydraulic Temperature Shutdown
(1) Extra Key - Auxiliary Engine
Package A: LED Stop Tail/Tum Lights
Package B: Rear Mounted Arrowstick
Three (3) LED Worklights
2 1: 2 Lb. Fire Extinguisher
Total Sourcewell Cooperative Contract Price Each F.O.B. Lubbock, TX: $352,635.00
Quantity: 2
Total Sourcewell Cooperative Contract Price F.O.B. Lubbock, TX: $705.270.00
Product Model: EAGLE
Date: 9/23/ 2022
Quote Number: 2022-49770
Price List Date: 9/23/2022
P.O. Number:
Payment Terms: Net Due Upon Delivery
Proposal Notes:
1. Prices quoted herein are in accordance with Sourcewell Cooperative Purchasing Contract # 093021-ELG. City of Lubbock
Sourcewell Member # 25001.
2. Price quoted herein is firm until 11.30.22.
3. Under Texas Transportation Code Chapter 502, street sweepers are exempt from the requirement of titling, registering, and
plating in the State of Texas. As such, our proposal has made no such provisions or accommodations to provide these non -
mandated services.
SIGNED BY:
Date:
Quote Number:2022-49770
LIMITED WARRANTY
ELGIN SWEEPER COMPANY warrants each new machine manufactured by it against defects in material and workmanship provided the
machine is used in a normal and reasonable manner. This warranty is extended only to the original user -purchaser for a period of twelve
(12) months from the date of delivery to the original user -purchaser.
ELGIN SWEEPER COMPANY will cause to be repaired or replaced, as the Company, may elect, any part or part of such machine which
the Company's examination discloses to be defective in material or workmanship.
Repairs or replacements are to be made at the selling Elgin distributor's location or at other locations approved by ELGIN SWEEPER
COMPANY.
The ELGIN SWEEPER COMPANY warranty shall not apply to:
1. Major components or trade accessories such as but not limited to, trucks, engines, tires or batteries that have a separate warranty by
the original manufacturer.
2. Normal adjustments and maintenance services.
3. Normal wear parts such as but not limited to, broom filters, broom wire, shoe runners and rubber deflectors.
4. Failures resulting from the machine being operated in a manner or for a purpose not recommended by ELGIN SWEEPER
COMPANY.
5. Repairs, modifications or alterations without the consent of ELGIN SWEEPER COMPANY which, in the Company's sole judgment,
have adversely affected the machine's stability or reliability.
6. Items subjected to misuse, negligence, accident or improper maintenance.
The use in the product of any part other than parts approved by ELGIN SWEEPER COMPANY may invalidate this warranty.
ELGIN SWEEPER COMPANY reserves the right to determine, in its sole discretion, if the use of non -approved parts operates
to invalidate the warranty.
Nothing contained in this warranty shall make ELGIN SWEEPER COMPANY liable for loss, injury, or damage of any kind to
any person or entity resulting from any defect or failure in the machine.
TO THE EXTENT LIMITED BY LAW, THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR
IMPLIED, INCLUDING WITHOUT LIMITATION, ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND
FITNESS FOR A PARTICULAR PURPOSE.
This warranty is also in lieu of all other obligations or liabilities on the part of ELGIN SWEEPER COMPANY, including but
not limited to, liability for incidental and consequential damages on the part of the Company or the seller.
ELGIN SWEEPER COMPANY makes no representation that the machine has the capacity to perform any functions other than
as contained in the Company's written literature, catalogs or specifications accompanying delivery of the machine.
No person or affiliated company representative is authorized to give any other warranties or to assume any other liability on
behalf of ELGIN SWEEPEAR COMPANY in connection with the sale, servicing or repair of any machine manufactured by
the Company.
ELGIN SWEEPER COMPANY reserves the right to make design changes or improvements in tis products without imposing
any obligation upon itself to change or improve previously manufactured products.
Quote Number:2022-49770
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2022-946667
Kinloch Equipment & Supply, Inc
Pasadena, TX United States
Date Filed:
10/20/2022
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
10/20/2022
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
PO 31069794 -
Elgin Street Sweepers
4
Party
Name of Interested Pa
City, State, Count lace of business
ty, Country (p )
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.8b4250f1
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties.
7-7
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2022-946667
Kinloch Equipment & Supply, Inc
Pasadena, TX United States
Date Filed:
10/20/2022
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
PO 31069794 -
Elgin Street Sweepers
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
5
Check only if there is NO Interested Parry.
X
6
UNSWORN DECLARATION
My name is Todd B. KinloCh and my date of birth is
My address is 3320 Pasadena Blvd Pasadena TX 77503 USA
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in Harris County, State of Texas on the 20%y of October 20 22
(month) (year)
7�ddK�cll�
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.8b4250f1