Loading...
HomeMy WebLinkAboutResolution - 2022-R0497 - PO 31070176 with Warren CAT 12.6.22Resolution No. 2022-RO497 Item No. 5.13 December 6, 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 fon and on behalf of the City of Lubbock, Purchase Order No. 31070176 in accordance with; Buyboard 597-19 for the purchase of 2023 Caterpillar D8 Track Dozer, by and between the City! of Lubbock and Warren CAT of Lubbock, TX and related documents. Said Purchase Order i ` attached hereto and incorporated in this resolution as if fully set forth herein and shall b included in the minutes of the City Council. Passed by the City Council on ATTEST: Reb ca Garza, City Secrekt APPROVED AS TO CONTENT: Brooke Witcher, Assistant City APPROVED AS TO FORM: r�mla�'n' -i— ehi Leisure, Assistant City Attorney December 6, 2022 TRAY PA , MAYOR ccdocs/RES.PurchaseOrd 31070176 2023 Caterpillar D8 Track Dozer 11.03.22 Page - 1 City of PURCHASE ORDER Date - 11/3/2022 Lubbock Order Number 31070176 000 OP TEXAS Branch/Plant 3526 WARREN CAT TO: 702 E SLATON ROAD LUBBOCK TX 79404 CITY OF LUBBOCK SHIP TO: FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK TX 79404 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta A14am, Director of Purchasing & Contract Management Ordered 11/3/2022 Freight Requested 11/3/2023 Taken By Delivery PER B RODRIGUEZ, REQ 59525 PUR 16977/ BUYBOARD 597-19 SBALLANCE Ifyou have any questions, please contact Breana Rodriguez: BRodriguez@mylubbock.us or 806-775-2374 Description/Supplier Item Ordered Unit Cost UM Extension _Request Date 23 Caterpillar D8 Track Dozer 1.000 1,011,675.0000 EA 1,011,675.00 11,3/2023 Terms NET 10 EOM INSURANCE REQUIRED: S 1,000,000 occurrence S2.000,000 aggregate (can be combined with an Excess Liability to meet requirement) CGL is required in ALL contracts It is perhaps the most important of all insurance policies in a contractual relationship It insures the Contractor has broad Lability coverage for contractual activities and for completed operations Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person) Professional Liability: $1.000,000 occurrence/ $2,000.000 Total Order 1,011,675.00 Statutory Ifthe vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license Employer Liability (SIM) is required with Work Iers Compensation Additional Politics: Canoe Liability: No less than S2,000,000 combined single limn Carrier Cargo Liability: At minimum, the value of full load being hauled •The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. -Waivers of Subrogation are required for CGL, AL, and WC. *To Include Products of Completed Operations endorsement. -Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. -Carriers must meet an A M Best rating of A- or better *Subcontractors must carry same limits as listed above This purchase order encumbers funds in the amount of $1,011,675.00 awarded to Warren CAT of Lubbock, TX, on December 6 , 2022. The following is incorporated into and made part of this purchase order by reference: Quote dated November 01, 2022, from Warren CAT of Lubbock, TX, and BuyBoard Contract 597-19. Resolution # 2022-RO497 CITY BOCK: T17 e, &ayor ATTEST: -Afi-V -.,e -a- JV-11 Rebecla Garza, ity Secre Rev. 3/2022 Seller and Buyer agree as follows: PURCHASE ORDER TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS ACCEPTANCE OF THIS PURCHASE ORDER: CONTRACTOR ACKNOWLEDGES. by supplvine anv Goods or Services that the Contractor has read" fully understands. and will be in full comoliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless airmed upon in writine by the parties. In the event of conflict between the City's terms and conditions and anv terms and conditions provided by the Contractor. the terms and conditions provided herein shall 1. 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 I 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 with all provisions of this 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 conforming 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. b. 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, ifany. 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 performance and 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 frrmwarc 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 arc 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 terms 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 right 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 conformitywith this paragraph 18. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in pan 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 their agreement and intended also as a complete and exclusive statement of the terms of their agreement Whenever a term 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 term "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 party'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 party may treat this failure as an anticipatory repudiation ofthe 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, if anyludgment shall be rendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and dachatge 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. 14. 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 right 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 ducomem, this provision shall control. 26. RIGHT TO AUDIT. At any time during the tern 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 ofsuch 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 Goverment 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 chain 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 Form 1195 are available at: lino•. 'www.ci.lubbock.tx.ustdmartmmial- wcbsitts dmarcmems�urchasiny_vendor-information 30. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Goverment 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 term 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 solicitatit- 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 Government 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 Firearm Trade Association 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. 33. Contracts with Companies Engaged in Business with Iran. Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Goverment 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 smite with Iran, Sudan or a foreign terrorist organization 34. TEXAS PUBLIC INFORMATION ACT. The requirements of Subchapter 1, 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 of that subchapter. 35. Pursuant to Section 552.301(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: om•ei m�•lubbock.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 Quote 270411-01 )WARREN Quote 270411-01 Nov 01, 2022 CITY OF LUBBOCK LANDFILL PO BOX 2000 LUBBOCK Texas 79457-0001 Attention: BRENDA HANEY Dear Brenda Haney, Thank you for this opportunity to quote Caterpillar products for your business needs. We are pleased to quote the following for your purchase consideration. One (1) New Caterpillar Model: D8 Track Type Tractors with all standard equipment in addition to the additional specifications listed below: STOCK NUMBER: N/A SERIAL NUMBER: N/A YEAR: 2023 SMU: BUYBOARD ITEM # 597-19 We wish to thank you for the opportunity of quoting on your equipment needs. This quotation is valid for 30 days, after which time we reserve the right to re -quote. If there are any questions, please do not hesitate to contact me. Sincerely, Koley Schaffner Machine Sales Representative Page 1 of 5 Quote 270411-01 One (1) New Caterpillar Model: D8 Track Type Tractors with all standard equipment in addition to the additional specifications listed below: STANDARD EQUIPMENT POWERTRAIN -C15 ACERT diesel engine -Air cleaner, precleaner with strata tube -dust ejector -Aftercooler, air-to-air (ATAAC) -Coolant, extended life -Fan, Hydraulic -Four planet, double -reduction -planetary final drives -Fuel Water separator -Fuel priming pump, electric -Torque divider -Transmission, electronically -controlled -powershift -Engine decelerator and brake pedals -Parking brake, electronic - UNDERCARRIAGE -Track roller frames, Suspended -Master link -Equalizer bar -Guards, end track guiding -Idlers, lifetime lubricated -Rollers, lifetime lubricated -Track sealed & lubricated -Track adjusters, hydraulic -Sprocket segments, replaceable - ELECTRICAL -Lights - 6 -Alarm, backup -Alternator, 150 amp -Batteries, 2 Maintenance Free 12V -(1400 CCA) (24V system), Heavy Duty -Connector, diagnostic -Starter, heavy duty, 24V -Hom, forward warning -Light, work, underhood - OPERATOR ENVIRONMENT -Heater and air conditioning -Armrest, adjustable -Decelerator pedal -Footpads, dash -Glovebox -Lunchbox storage -Mirror, rear view-Seatbelt, retractable, 76mm (3 inch) -Wipers, intermittent -Electronic monitoring system -Seat, air -suspension - TECHNOLOGY PRODUCTS -RADIOS - Authorization varies by country -please contact your Cat marketing lease -representative with questions or click -on the link below:hftps://dealer.cat.com -/en/products/technology.html -PRODUCT LINK- Availability varies by -country, please contact your Cat -marketing representative with -questions or click on the link below: -https://dealer.cat.com/pl/certification OTHER STANDARD EQUIPMENT -Ripper ready rear hydraulics -Fuel tank (Fast fill ready) -Engine enclosures, perforated, hinged -Front pull device -Guards, bottom hinged -Ground level service center with —Remote electrical disconnect —Secondary shutdown switch & hour meter -Hydraulics, independent steering, -work tool and fan pumps -Hydraulics, load sensing, dozer lift -and tilt -S.O.S. sampling ports -Vandalism protection for fluid -Compartments and battery box - Page 2 of 5 Quote 270411-01 MACHINE SPECIFICATIONS D8 21 B TRACTOR 616-2398 LANE 3 ORDER OP-9003 WASTE HANDLING ARRANGEMENT 442-1081 FINAL DRIVES, STD, WASTE 384-4604 ENGINE, THERMAL WRAPPED 442-1061 PRECLEANER, SCREEN HIGH DEBRIS 543-5218 BRAKES, BASIC 463-0215 OIL DRAIN, STD 380-2384 GUAGE, STD 465-7239 UC, HDXL, SUSPENDED, WASTE 486-6697 TRACK, 24" ES TRAP HDXL 522-5243 NO CARRIER ROLLERS 385-4734 LINES, DUAL TILT 465-8165 REAR HYDRAULIC, RIPPER 523-3235 ALTERNATOR, 150AMP DUCTED 530-3046 HEATER, ENGINE COOLANT 120V 469-6284 LIGHTS, TEN, LED 425-5363 CAB, DUAL PANE, PRECLEANER 516-3359 SEAT, CLOTH, HEATED 398-6909 PREMIUM CORP RADIO (12V) 487-5821 OPERATORS AR, QUICK OPENING 423-9556 BASIC, DUAL TILT 442-1096 PRODUCT LINK, CELLULAR PLE742 486-7008 FUEL SYSTEM, STANDARD 388-9402 GUARDS, BOTTOM, HD, SEALED 383-8241 GUARD, FAN DEBRIS 238-9658 8 RIPPER, MS W/ STRIKER BAR 525-1191 FLUIDS, STD 379-0292 ENGINE COOLANT, STD (-37C) 382-5934 PROTECTION, CYLINDER ROD OP-3940 WINDSHIELD WASHER EMPTY OP-1940 FUEL ANTIFREEZE, -25C (-13F) OP-3978 INSTRUCTION, DOMESTIC 616-2400 SERIALIZED TECHNICAL MEDIA KIT 421-8926 LIGHT, WARNING, STROBE 510-4941 MOUNT, LIGHT, WARNING STROBE 384-8720 VISIBILITY, ARR, STD 525-1195 WINDOW SHADES 349-3004 GUARD, FUEL TANK 467-7340 GUARD, GRILL DEBRIS 450-7429 8SU/U DOZER, DUAL TILT, GUARD 602-8845 BLADE, 8SU, ARO 602-8497 PUSHARMS, STD 533-5518 CYLINDERS, LIFT, BASIC 428-7447 TOOTH, MULTI -SHANK RIPPER 4T-8987 Page 3 of 5 Quote 270411-01 BUYBOARD MACHINE SELLING PRICE $1,171,675.00 Item Number 597-19 TRADE-IN Make Model Serial Number Caterpillar D8T — 2014 model MLN01910 Trade Value $160,000.00 TRADE DIFFERENCE — AMOUNT OWED TO BIDDER $1,011,675.00 GUARANTEED MINIMUM REPURCHASE* $240,000.00 *(Up to 5 years / 7,500 hours, whichever comes first) TOTAL COST BID $771,675.00 WARRANTY Caterpillar's full machine warranty coverage for 60 months / 7,500 hours — whichever comes first. Technician travel time and mileage is a covered expense for the duration of the warrantable period. This applies to warrantable claims only. F.O.B./TERMS F.O.B.; Lubbock, Texas Thank you for allowing Warren Cat and Caterpillar to quote on your equipment needs. If you have any questions, please give me a call. Submitted by: Koley Schaffner Accepted by: Page 4 of 5 Quote 270411-01 Caterpillar D8T Track Type Tractor / 2014 model / sn MLN01910 / appx 9,845 hours - Engine, transmission, hydraulic systems all work properly - Left rear fender is bent - Battery box lid is bent - Left door wiper does not function properly - Right side door glass is cracked - Seat, armrest, and floorboard are worn - Right rear light is not functioning - Blade pins and trunnions have some play - Rear ripper teeth are 40% worn - Left front idler is leaking - Undercarriage measurements are included below... Measurement L Measurerrront (R) % Wom W % Wom Links 146MM 146MM 32 32 Pins 3 Bushings (Intamal) X X X X Pins & Bushings (External)76MM 76MM 60 60 Track Shoos (IMdth) 56MM 56MM 44 44 Idlers Front 20MM 23MM 0 24 Idlers Raw 24MM 21MM 32 8 Cartier Rollers Front X X X X Carrier Rollers Raw X X X X Sagments 9118 9 V8 35 35 Track Roller 1 19MM 20MM 20 30 Track Roller 2 18MM 19MM 15 20 Trek Roller 3 21MM 21MM 25 25 Track Roller 4 20MM 20MM 30 30 Truk Roller 6 21MM 21MM 25 25 Track Roller 6 21MM 2-MM 25 25 Track Roller 7 19MM 19MM 20 Track Roller 8 20MM 20MM 30 Page 5 of 5 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2022-954461 Warren Power & Machinery, Inc. dba Warren CAT Midland, TX United States Date Filed: 11/11/2022 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, TX Date Acknowledged: 11/11/2022 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. 31070176 Caterpillar D8 Track Type Tractor; Purchase Price: $1,171,675.00 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Nelson, Jim Midland, TX United States X Folger, Anthony Midland, TX United States X George, Gary Midland, TX United States X Warren Equipment Company Midland, TX United States X 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 Drovided by Texas Ethics Commission www.ethics.state.tx.us Versinn V35_f ril h9979R CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-954461 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Warren Power & Machinery, Inc. dba Warren CAT Midland, TX United States Date Filed: 11/11/2022 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, TX 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 31070176 Caterpillar D8 Track Type Tractor; Purchase Price: $1,171,675.00 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Nelson, Jim Midland, TX United States X Folger, Anthony Midland, TX United States X George, Gary Midland, TX United States X Warren Equipment Company Midland, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is Cary (�I oro P. and my date of birth is { My address is 15 S m A R d t Sle . 4 too +, 7 05 ()s l (street) (City) (state) (zip code) (country) I declare under penalty of that the foregoing is true and correct. `perjury �l Executed in t �` ` a Vl dl County, State of on the 4� ay of nil • 20 2 Z (month) (year) Signature of authorized agent of contracting business entity (Declarant) rvnna Niwwcu uy I cxaa r=unL;s wmrrnssion www.etnics.statemcus Version V3.5.1.dlb92728