<<

Hickman-Fulton County Riverport Authority

2021 HFCRA CAT 950GC Front End Loader

Projected Total Cost $ 272,530

May 10, 2021

Prepared By:

Greg Curlin

Executive Director KENTUCKY TRANSPORTATION CABINET TC 59-105 Department of Highways Rev. 04/2020 DIVISION OF PLANNING Page 1 of 2 KENTUCKY RIVERPORT IMPROVEMENT (KRI) APPLICATION INSTRUCTIONS: A guidance document is provided to assist in completing the application packet and may be accessed at https://transportation.ky.gov/MultimodalFreight/Pages/Ky-Riverport-Grant-Program.aspx See the guidance document for required attachments and acceptable methods of submittal. SECTION 1: APPLICANT INFORMATION TOTAL PROJECT KRI GRANT APPLICATION RIVERPORT NAME COST REQUEST YEAR HFCRA CAT Front End Loader $272,530.00 $136,265.00 2021 STREET ADDRESS CITY STATE ZIP 625 Catlett Street Hickman KY 42041 CONTACT NAME & TITLE PHONE EMAIL Greg Curlin 270-236-2563 [email protected] SECTION 2: PROJECT DESCRIPTION PROJECT TITLE DURATION CAT 950GC Front End Loader 4 months weeks FACILITIES AFFECTED BY THE PROPOSED PROJECT X Owned by Riverport Authority Leased to: Briefly describe the project, including operational and market need, and how the project will increase jobs and efficiency: (Text limited for accurate printing. Attach additional pages as needed.)

This project is to replace 1980 966C CAT LOADER located at the Hickman Fulton County Riverport Authority. It is becoming increasingly difficult to manage repairs on the 966C CAT LOADER because of the age of the machine. The new CAT 950GC will be used to load and unload bulk materials to once unloaded from barges. The new 950GC front end loader will come with improved safety featues, be more reliable and meets the Tier 4 emission standards. Except for the , a front end loader is the most important piece of equipment used at the Hickman Fulton County Riverport Authority.

Select ONE: X Applicant plans to use their own manpower, equipment, or materials on the project (Force Account). Applicant plans to competitively bid out all work related to the project. TRAFFIC CURRENT AFTER PROJECT per day 30 30 Train cars per week 1 1 Barges per week 5 5 FOR KYTC USE ONLY Date Received: WTAB Approval Yes No Application Complete? Yes No Sec. Approval Yes No Notification of Award:

Eligible Applicant? Yes No Award Amount: MOA #: Permits Needed? Yes No Award Date: Notice to Proceed: KENTUCKY TRANSPORTATION CABINET TC 59-105 Department of Highways Rev. 04/2020 DIVISION OF PLANNING Page 2 of 2 KENTUCKY RIVERPORT IMPROVEMENT (KRI) APPLICATION SECTION 3: APPLICANT CASH MATCH Cash Match Amount: Match Percentage (50% or more of Total Project cost is required.) : AMOUNT SOURCE(S) OF CASH MATCH SECURED APPLIED HFCRA Capital Funds $ 136,265.00 $ 136,265.00

SECTION 4: PERMITS AND APPROVALS YES NO Has the applicant consulted with state and federal agencies (US Army Corps of Engineers, US X Coast Guard, US Fish & Wildlife Service, KY Division of Water, KY Heritage Council, etc.)? Has state and federal agency consultation determined permits are needed? X Have all required permits (environmental, encroachment, etc.) been obtained? X SECTION 5: SUBMISSION CHECKLIST (See guidance document for details.) Cover Sheet Kentucky Riverport Improvement Application Statement of Work Scope of Work Purchase quote or cost estimate for the project Project Schedule/Timeline Certification of the ability to provide the minimum 50% match requirement Maps, aerial photos, drawings, and photographs, as needed Engineering plans, schematics, details, drawings of the proposed project, as needed Copies of all correspondence or evidence of consultation that has occurred with state and federal agencies, if applicable Annual Affidavit for Bidders, Offerors and Contractors from applicant Documentation of Port Planning SECTION 8: CERTIFICATION I have read the Riverport Improvement Project Guidance Document and understand and agree to abide by what is stated therein. I agree that incomplete applications, applications missing any of the above required supporting documents, or applications received after the deadline, will be deemed ineligible by Division staff without consideration for KRI funds and returned to applicant. I also hereby certify, subject to the provision of KRS 523.100 (unsworn falsification to authorities), that the above information is true and correct to the best of my knowledge. PRINTED NAME & TITLE SIGNATURE DATE

Greg Curlin, Executive Director 5/10/2021

Completed applications and all required attachments must be submitted electronically in PDF format and in paper format. Mailed and emailed applications must be received by the Division on or before May 1. PDF copies shall be sent via email to [email protected]. Two (2) stapled or bound copies shall be mailed to:

Kentucky Transportation Cabinet Division of Planning - KRI Application 200 Mero Street Frankfort, KY 40622 HFCRA CAT 950GC Front End Loader Statement of Work

Project Title: HFCRA CAT 950GC Front End Loader Project

Project Grantee: Hickman-Fulton County Riverport Authority

County: Fulton County

Purpose: The project is to replace the riverport’s 1980 966C CATERPILLAR loader located at the Hickman-Fulton County Riverport Authority, 625 Catlett Street, Hickman, Kentucky. It is becoming increasingly difficult to manage repairs on the 966C CAT LOADER because of the age of the machine. The new CAT 950GC will be used to load and unload bulk materials to truck once unloaded from barges. The new 950GC front end loader will come with improved safety features, be more reliable and meet the Tier 4 emission standards. Except for the crane, a front-end loader is the most important piece of equipment used at the Hickman-Fulton County Riverport Authority.

Funding: Hickman-Fulton County Riverport Authority - $136,265.00

KRI Funding - $136,265.00

Budget: The HFCRA will provide 50% of the funding for the project. The HFCRA does not receive any county or city funding for the Riverport.

Description: The proposed front-end loader project is to purchase a new front-end loader for handling wire rod coils and bulk materials that are unloaded by the crane from barges. The new 950GC front end loader will come with improved safety features, be more reliable and meet the Tier 4 emission standards. Except for the crane, a front-end loader is the most important piece of equipment used at the Hickman-Fulton County Riverport Authority. Completion of this project will allow the Hickman-Fulton County Riverport Authority to maintain normal business operations.

Statement of Work: The HFCRA is in the process of using the Commonwealth of Kentucky Master Agreement to purchase a replacement front-end loader for the Riverport. The project meets the definition of maintenance of access based on the fact that working with the crane to remove bulk goods from the river at the Riverport is the number one resource for accessing barges to be loaded and unloaded from the river system. HFCRA CAT 950GC Front End Loader

Scope of Work

Work to be Done:

Replace 1980 CAT 966C and purchase CAT 950GC Front End Loader through State Contract Master Agreement MA 758 18

Summary of Estimated Costs:

TOTAL: $272,530.00

KRI Request: $136,265.00

HFCRA Funding: $136,265.00 The Cat® 950 GC Wheel Loader is designed specifically to handle all the jobs on your worksite from material handling and ® truck loading to general and stockpiling. This machine is purpose built to be just the right machine to get your everyday jobs done. Great machine CAT 950 GC performance combined with the low PURPOSE BUILT owning and operating costs makes the 950 GC the right choice for your business.

WHEEL LOADERS MADE FOR MORE Cat wheel loaders were built with efficiency in mind, offering you the best in: + RELIABILITY + DURABILITY + PRODUCTIVITY + FUEL EFFICIENCY Experience higher performance while reducing costs and fuel consumption with Cat wheel loaders.

2 950 GC WHEEL LOADER Quote 241212-01

241212-01

May 12, 2021

HICKMAN FULTON CO RIVERPORT AUTHORITY

PO BOX 6 Hickman, Kentucky42050

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 Model: 950GC Wheel Loaders with all standard equipment in addition to the additional specifications listed below:

STOCK NUMBER: SERIAL NUMBER: YEAR: 2021 SMU: NEW

Thank you for your interest in Boyd Company and Caterpillar products for your business 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,

Robert Browning Machine Sales Representative Boyd Company [email protected] (270) 210-2444

Page 1 of 3 Quote 241212-01

One (1) New Model: 950GC Wheel Loaders with all standard equipment in addition to the additional specifications listed below:

STANDARD EQUIPMENT

POWERTRAIN - Engine Cat C7.1 and ATAAC - Torque converter - Transmission, automatic, power shift - (4F/3R), kick-down function, overspeed - protection - Brakes, full hydraulic enclosed wet-disc - EIMS (Engine Idle Management System) - Fan, radiator, electronically - controlled, hydraulically driven, - temperature sensing, on demand - Filter, fuel primary-water separator/ - secondary - Radiator, unit core (9.5 fpi) with ATAAC - Starting aid, glow plugs - Switch, transmission neutralizer lockout -

HYDRAULICS - Load sensing implement system pilot - operated - Dedicated load sensing pump - Dedicated brake and fan gear pump

ELECTRICAL - Alarm, back-up/main disconnect switch - Alternator (145-amp, brush type) - Batteries (2), maintenance free - Ignition key; start/stop switch - Lighting system, halogen (6 total) - -Four (4) halogen work lights - -Two (2) halogen lights - Starting and charging system (24-volt) - Starter, electric (heavy duty) -

OPERATOR ENVIRONMENT - Air conditioning (HVAC) with 10 vents - and filter unit located outside of cab - Bucket/work tool function lockout - Cab, pressurized and sound suppressed - Hydroformed (ROPS/FOPS) structure - 12V power port (10A) - Coat hook - Pilot hydraulic controls, lift and - tilt function - Computerized monitoring system - Gauges: - -Engine coolant temperatures/fluid level --Hydraulic/transmission oil temperature - -Tachometer - Digital indicators - -Gear indicator - -Speedometer - -Service meter units - -Fault codes - Warning indicators: - -Air inlet heater - -Electrical malfunction - -Engine inlet manifold temperature - -Engine oil pressure, fuel level - -Fuel pressure high/low - -Hydraulic oil level, parking brake - -Primary steering oil pressure - -Service brake oil pressure - -Action light, engine malfunction - -Transmission filter bypass - Heater and defroster - Horn - Cup holders and personal tray on - right console - Storage tray behind seat - Mirrors, rearview external - Seat, Cat Comfort (cloth) suspension - Seat belt - Steering column, adjustable angle - Wipers/washers (front and rear) - Window, sliding (left and right side) -

TIRES, RIMS, AND WHEELS - A tire must be selected from the - mandatory attachments section - Base machine price includes an allowance - based on Triangle Radial

FLUIDS - Premixed 50% concentration of extended - life coolant with freeze protection - to -34C (-29F) -

OTHER STANDARD EQUIPMENT - Lift and bucket return-to-dig kick outs - (Electro-Magnetic), mechanical - adjustment - Couplings, Caterpillar O-ring face seal - Doors, service access (locking) - Front fender, steel - Grill, airborne debris - Hitch, drawbar with pin - Hood, non-metallic on steel structure, - wing doors - Hoses, Caterpillar XT - Counterweight - Linkage, Z-Bar, fabricated crosstube/ - tilt lever - SOS oil sampling valves - Sight gages : - -Engine coolant, hydraulic oil - -Transmission oil level - Diagnostic pressure taps - Transmission speed clutches - Transmission forward and reverse - clutches - Steering pump load and discharge - pressure, brake system accumulator - pressure, front and rear brake - pressure - Product Link Ready -

Page 2 of 3 Quote 241212-01

MACHINE SPECIFICATIONS 950 GC WHEEL LOADER 554-0849 LIGHTS, WORKING, 4 LED 562-4198 LANE 2/LANE 3 - AVAILABLE FROM SELECT EPC LOCATIONS FOR SINGLE AXIS LEVER 3 W/FNR 553-1405 AM-N LANE 2/LANE 3 - AVAILABLE FROM ZEEBRUGGE EPC FOR EU SUSPENSION SEAT, AIR 489-0438 LANE 2/LANE 3 - AVAILABLE FROM QINGZHOU FACTORY FOR SEAT BELT, 3'', 391-5315 JAPAN & INDIA AUTO-ANTI-CINCH INCLUDES: RADIO, AM/FM/BLUETOOTH 603-0645 PRODUCT LINK, CELLULAR -Engine,Cat C7.1, meets U.S. EPA Tier 4 Final, EU Stage V, and Japan 579-9102 PL641 2014 emission standards. STEERING SYST, STANDARD 390-6000 -Cat Clean Emissions Module (CEM) with Diesel Particulate Filter FAN, REVERSING , ANSI 554-3399 (DPF) remote Diesel Exhaust Fluid (DEF) tank & pump ANTIFREEZE, -34C (-29F) 562-3218 DEF Gauges available in Computerized monitoring system. TIRES, 23.5R25 MA MS202 ** L2 593-2900 -EIS Automatic Engine Idle Shutdown NO TOOLBOX 392-3725 LANE 3 ORDER 0P-9003 QUICK COUPLER CONTROL 552-4912 REGIONAL PKG, AM-N 557-3555 QUICK COUPLER, FUSION 310-9391 STANDARD PACKAGE 558-1785 WARNING BEACON, LED 489-2727 FENDER, ROADING, LINKAGE, STANDARD, 3V/QC 559-4970 432-7325 NON-METALLIC FRAME, MANUAL LUBE, STD OSC 552-8943 GUARD, POWERTRAIN 540-0571 COUNTERWEIGHT, 3016LBS 469-3139 ROLL ON-ROLL OFF 0P-4834 AXLE ARR, (OPEN, OPEN) 573-5681 CARRIAGE GROUP, 96'' 520-7957 AIR INLET STANDARD, RAIN CAP 1S-9937 TINE GROUP, 60'' 520-7980 HYDRAULICS, 3V RC ANSI 521-7458 BUCKET GP ST 114'' 4.5 CUYD LIGHTING, STANDARD 554-0884 CUTTING EDGE BOLT ON LIGHTS, 9 CONNECTORS 554-1500

SELL PRICE $272,530.35 EXT WARRANTY Included CSA Included NET BALANCE DUE $272,530.35

WARRANTY & COVERAGE Standard Warranty: 12 Month / Unlimited Hours * Scheduled Oil sampling is required during entire warranty period. Extended Warranty: 950-60 MO/5000 HR PREMIER CSA 5000 hour pm z3 250 samples must be done by customer

F.O.B/TERMS: Paducah

Page 3 of 3 HFCRA 1980 966C CAT FRONT-END LOADER HFCRA CAT 950GC Front End Loader

Project Schedule and Timeline

July 2021

If approved by Kentucky Transportation Cabinet, order equipment through Commonwealth of Kentucky Master Contract Agreement.

November 2021

Receive Equipment - currently 4 – 6 month delivery.

Detailed Budget

CAT 950GC Front-End Loader

The Hickman-Fulton County Riverport Authority is requesting to purchase a CAT 950 GC Front-End loader from the Commonwealth of Kentucky Master Agreement. MA 758 1800000609

Caterpillar Rubber-Tired Loader Models 950/966/962 Extended Description: 20% discount off the published list price for Caterpillar Rubber-Tired Loader Models 950/966/962

List Price: $ 351,712.00

Master Agreement Price: $ 272,530.00

Total Cost: $ 272,530.00

Grand Total $ 272,530.00

50% Match $ 136,265.00

Date: ____ 05/10/2021 ____ By: ______Title: _ Executive Director___

625 Catlett Street • PO Box 6 • Hickman, KY 42050 • 270-236-2563

HFCRA CAT 950GC Front End Loader

Copies of correspondence or consultation with state and federal agencies.

Not applicable

Purchase using Commonwealth of Kentucky Master Contract Agreement Hickman Riverport 5/13/2021 Capital Improvement Projects 2020 2021

1 Grain Conveyor Upgrade $1,500,000.00 2 Purchase 20 acres of harbor property $500,000.00 3 Pipe and Tube Warehouse Restore $250,000.00 4 Walkway to Barge Crane Side $250,000.00 5 New Cell for Cargill Grain Conveyor $750,000.00 6 New Warehouse $1,250,000.00 7 Concrete Lay Down Area $375,000.00 8 Climate Controlled Warehouse $1,750,000.00 9 Property Acquisition 'B' House $200,000.00 10 New 950 Caterpiller Loader $300,000.00 11 New Wharf Project $17,500,000.00 12 Property Acquisition Stokes $225,000.00 13 Paint Grain Conveyors $400,000.00 14 Dredging of Mouth of Harbor $300,000.00 15 Scale Access Paving Project $25,000.00 16 Crane Bridge Hopper $50,000.00 17 New and Mower $30,000.00 18 Security Fence Upgrade $50,000.00 $25,705,000.00 Commonwealth of Kentucky MASTER AGREEMENT MODIFICATION

CONTRACT INFORMATION MASTER AGREEMENT NUMBER: MA 758 1800000609 Effective Date: 4/1/18 Record Date: 4/7/20 Expiration Date: 3/31/21 Procurement Folder: 43552 Document Description: Construction Equipment Procurement Type: Standard Goods and Services Cited Authority: Competitive Sealed Bidding-Goods and Services Version Number: 4

CONTACT INFORMATION ISSUER: Carrie Willard 502-564-6515 [email protected]

REASON FOR MODIFICATION Modification to add commodity line 35 for 2% parts discount at the request of transportation and the approval of the vendor. No other changes have been made, documentation is on file with OPS.

VENDOR INFORMATION Name /Address: Contact: KY0028629: Whayne Supply Company RON BOIAN DBA: Boyd Company 859-254-2756 1900 JAGGIE FOX WAY [email protected]

LEXINGTON KY 40511

COMMODITY / SERVICE INFORMATION Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 1 0.00000 $0.000000 $0.00 $0.00 Caterpillar Motor Models 12/140 Extended Description: 30% discount off the published list price for Caterpillar Motor Grader Models 12/140

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 2 0.00000 $0.000000 $0.00 $0.00 Weiler Asphalt Paver & Maintainer Models P385/P265 Extended Description: 18% discount off the published list price for Weiler Asphalt Paver & Maintainer Models P385/P265

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 3 0.00000 $0.000000 $0.00 $0.00 Caterpillar Oil Sampling Bottles/Parts Extended Description: 25% discount off the published list price for Caterpillar Oil Sampling Bottles/Parts

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 4 0.00000 $0.000000 $0.00 $0.00 Caterpillar Attachments Extended Description: 10% discount off the published list price for Caterpillar Attachments

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 5 0.00000 $0.000000 $0.00 $0.00 Caterpillar Skid Steer/Compact Loader Models Extended Description: 24% discount off the published list price for Caterpillar Skid Steer/Compact Loader Models 226/232/236/239/242/246/246 XPS/249/257/259/259 XPS/262/262 XPS/272/272 XPS/272 XHP/277/279/279 XPS/287/289/289 XPS/297/299/299 XPS/299 XHP

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 6 0.00000 $0.000000 $0.00 $0.00 Caterpillar Tracked Models 310/311/313/315/316/318 Extended Description: 19% discount off the published list price for Caterpillar Tracked Excavator Models 310/311/313/315/316/318

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 7 0.00000 $0.000000 $0.00 04/01/18 03/31/21 $0.00 Equipment Rental Extended Description: Rental - Asphalt Paver & Maintainer; ; Crawler/Loader Dozer; Wheeled ; Tracked Excavators; Loaders; Motor Grader; Roller; Skid Steer/ Compact Loaders (Caterpillar) and Road Widener (Weiler)

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 8 0.00000 $0.000000 $0.00 $0.00 Caterpillar Backhoe Models 415/416/420/430/450 Extended Description: 25% discount off the published list price for Caterpillar Backhoe Models 415/416/420/430/450

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 9 0.00000 $0.000000 $0.00 $0.00 Caterpillar Rubber-Tired Loader Models 972/980 Extended Description: 18% discount off the published list price for Caterpillar Rubber-Tired Loader Models 972/980

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 10 0.00000 $0.000000 $0.00 $0.00 Caterpillar Rubber-Tired Loader Models 903/906/907/908/910 Extended Description: 26% discount off the published list price for Caterpillar Rubber-Tired Loader Models 903/906/907/908/910/914

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 11 0.00000 MI $5.000000 $0.00 $0.00 Delivery Charge Per Mile Extended Description: For deliveries outside of the 50-mile radius of Frankfort, a delivery charge (1-way, calculated from the vendor's dealership to the point of delivery) may be incurred by the ordering agency. A Flat Rate of $150 will be charged within the 50 mile radius.

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 12 0.00000 $0.000000 $0.00 $0.00 Caterpillar Crawler/Loader Dozer Models D3K/D4K/D5K Extended Description: 27% discount off the published list price for Caterpillar Crawler/Loader Dozer Models D3K/D4K/D5K

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 13 0.00000 $0.000000 $0.00 $0.00 Caterpillar Crawler/Loader Dozer Model 973 Extended Description: 20% discount off the published list price for Caterpillar Crawler/Loader Dozer Model 973

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 14 0.00000 $0.000000 $0.00 $0.00 Caterpillar Motor Grader Model 120 Extended Description: 33% discount off the published list price for Caterpillar Motor Grader Model 120

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 15 0.00000 $0.000000 $0.00 $0.00 Caterpillar Crawler/Loader Dozer Models 953/963 Extended Description: 24% discount off the published list price for Caterpillar Crawler/Loader Dozer Models 953/963

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 16 0.00000 $0.000000 $0.00 $0.00 Caterpillar Wheeled Excavator Models M314/M315/M316/M317 Extended Description: 26% discount off the published list price for Caterpillar Wheeled Excavator Models M314/M315/M316/M317/M318/M320/M322/MH3022/MH3024/MH3026

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 17 0.00000 $0.000000 $0.00 $0.00 Caterpillar Batteries and Ground Engagement Tools/Parts Extended Description: 20% discount off the published list price for Caterpillar Batteries and Ground Engagement Tools/Parts

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 18 0.00000 $0.000000 $0.00 $0.00 Caterpillar Filter Parts Extended Description: 30% discount off the published list price for Caterpillar Filter Parts

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 19 0.00000 $0.000000 $0.00 $0.00 Caterpillar Compacting Roller Models CB10/CB13/CB14B/CB15 Extended Description: 23% discount off the published list price for Caterpillar Compacting Roller Models CB10/CB13/CB14B/CB15/CB16/CB22B/CB24B/CB32B/CB64B/CB66B/ CB68BCCS7/CCS9/CD10/CD8/CB1.7/CB1.8

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 20 0.00000 $0.000000 $0.00 $0.00 Weiler Road Widener Models W730B/W530A/W430A/W330A Extended Description: 15% discount off the published list price for Weiler Road Widener Models W730B/W530A/W430A/W330A

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 21 0.00000 $0.000000 $0.00 $0.00 Caterpillar Tracked Excavator Models 349/352/374/390 Extended Description: 17% discount off the published list price for Caterpillar Tracked Excavator Models 349/352/374/390

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 22 0.00000 $0.000000 $0.00 $0.00 Caterpillar Crawler/Loader Dozer Model D9T Extended Description: 17% discount off the published list price for Caterpillar Crawler/Loader Dozer Model D9T

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 23 0.00000 $0.000000 $0.00 $0.00 Caterpillar Compacting Roller Models CB34B/CB36B/CB7/CB8 Extended Description: 25% discount off the published list price for Caterpillar Compacting Roller Models CB34B/CB36B/CB7/CB8

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 24 0.00000 $0.000000 $0.00 $0.00 Caterpillar Tracked Excavator Models 300.9/301.5/301.7/301.8 Extended Description: 23% discount off the published list price for Caterpillar Tracked Excavator Models 300.9/301.5/301.7/301.8/302/302.7/303/303.5/304/305/305.5/306/307.5/308/309

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 25 0.00000 $0.000000 $0.00 $0.00 Caterpillar Motor Grader Model 14 Extended Description: 22% discount off the published list price for Caterpillar Motor Grader Model 14

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 26 0.00000 $0.000000 $0.00 $0.00 Caterpillar Compacting Roller Models CC24/CC34/CP34/CP44 Extended Description: 26% discount off the published list price for Caterpillar Compacting Roller Models CC24/CC34/CP34/CP44/CP54/CP56/CP68/CP74/CS34/CS44/CS54/CS56/ CS64/CS68/CS74/CS78

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 27 0.00000 $0.000000 $0.00 $0.00 Caterpillar Rubber-Tired Loader Models 918/926/930/938/920 Extended Description: 28% discount off the published list price for Caterpillar Rubber-Tired Loader Models 918/926/930/938/920

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 28 0.00000 $0.000000 $0.00 $0.00 Caterpillar Tracked Excavator Models 320/323/323 LR/325/326 Extended Description: 20% discount off the published list price for Caterpillar Tracked Excavator Models 320/323/323 LR/325/326/326 LR/330/330 LR/335/336

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 29 0.00000 $0.000000 $0.00 $0.00 Caterpillar Rubber-Tired Loader Models 950/966/962 Extended Description: 20% discount off the published list price for Caterpillar Rubber-Tired Loader Models 950/966/962

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 30 0.00000 $0.000000 $0.00 $0.00 Caterpillar Asphalt Paver & Maintainer Models Extended Description: 22% discount off the published list price for Caterpillar Asphalt Paver & Maintainer Models AP1000/AP1055/AP255/AP300/AP355/AP500/AP555/AP600/AP655

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 31 0.00000 $0.000000 $0.00 $0.00 Caterpillar Crawler/Loader Dozer Models D6K2 XL/D6K2 LGP Extended Description: 23% discount off the published list price for Caterpillar Crawler/Loader Dozer Models D6K2 XL/D6K2 LGP/D6K2 XL w/winch/D6K2 LGP w/winch/D6K2 LGP CGC w/3D/D6N XL/D6N LGP/D6N XL w/winch/D6N LGP w/winch/D6N XL CGC w/3D/D6T XL VP/D6T LGP VP/D6T XW VP/D6T XL VP w/winch/D6T XW VP w/winch/D6T LGP w/winch/D6T XW VP w/ripper/D6T XL CGC w/3D/D6T LGP CGC w/3D/D7 XL/D7 LGP/D7 LGP w/winch/D8T/D8T w/winch/D8T w/ripper/D8T CGC w/sitech ready

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 32 0.00000 $0.000000 $0.00 $0.00 Caterpillar Undercarriage Parts Extended Description: 15% discount off the published list price for Caterpillar Undercarriage Parts

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 33 0.00000 $0.000000 $0.00 $0.00 Caterpillar Off Road Articulating Trucks Models 725/730/745 Extended Description: 15% discount off the published list price for Caterpillar Off Road Articulating Trucks Models 725/730/745

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 34 0.00000 $0.000000 $0.00 $0.00 Hydrema Off Road Articulating Truck Model HY912HM Extended Description: 11% discount off the published list price for Hydrema Off Road Articulating Truck Model HY912HM

Line Quantity UOM Unit Price Service Amount Service From Service To Line Total 35 0.00000 $0.000000 $0.00 $0.00 Caterpillar Discounted Parts Extended Description: 2% discount off Caterpillar parts Document Description Page 6

1800000609 Construction Equipment

MASTER AGREEMENT FOR CONSTRUCTION EQUIPMENT BETWEEN THE COMMONWEALTH OF KENTUCKY AND WHAYNE SUPPLY COMPANY 1900 JAGGIE FOX WAY LEXINGTON, KENTUCKY 40511 859-254-2756 RON BOIAN [email protected] * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

Section 1 Scope of Contract The Office of Procurement Services establishes this Master Agreement for: Construction Equipment (Caterpillar Asphalt Paver & Maintainer; Backhoe; Crawler/Loader Dozer; Wheeled Excavators; Tracked Excavators; Loaders; Motor Grader; Roller; Skid Steer/Compact Loaders and Weiler Road Widener)

Units furnished under this contract shall be new models or the latest improved model in current production (as offered to the construction trade), and shall be of good quality as to workmanship and materials used. Units meeting specifications and being provided as a standard unit shall be presented with net pricing. Units shall be provided with three (3) sets of keys. Any equipment not specifically mentioned in this specification, but listed in the manufacturer's literature, as standard equipment shall be furnished. SUGGESTED MODELS: Models that are provided shall be done so as they relate to a specific Line Item and the specifications described therein. REGULATIONS: Units shall meet any state or federal OSHA regulations as applicable. STANDARD EQUIPMENT: Units shall contain all standard equipment listed as such in the manufacturer's latest literature unless otherwise stated within these specifications.

ADDITIONAL EQUIPMENT: Units shall contain any additional equipment, not specifically mentioned but necessary, to make a complete and workable unit. OPTIONAL UPGRADES & ENHANCEMENTS: Any item that is of an enhancement or upgrade shall be listed as such and will be considered an option to make each unit bid a complete and workable unit when accessories and equipment are requested. PAINT: Unit shall be painted manufacturer’s standard color with lead-free paint. This shall include all component parts that are normally painted. MANUALS: Unit shall include owner/operator manuals, parts and service/maintenance manuals (CD’s are acceptable in lieu of books). Manuals shall be concurrent with unit delivered. Document Description Page 7

1800000609 Construction Equipment

DELIVERY: Units shall be delivered to Frankfort with any delivery and shipping cost associated with such being factored into the actual net cost of the unit. However, freight and shipping cost shall be optional based on mileage for any units that may be delivered outside of Frankfort or from vendor location, that being of the lesser of mileage to the designated delivery location. PRE-SERVICE: All new equipment must be pre-serviced to the manufacturer’s recommendations and in first class operating condition when delivered. All service work shall be done in the vendor’s place of business or in another location provided by the vendor. No major assembly or servicing of equipment will be allowed on state property. Only minor modifications to equipment necessary to bring the item into compliance with specifications will be permitted on state property. Units shall have a minimum of 1/4 tank of fuel when delivered. WARRANTY: Unit shall have a manufacturer’s warranty against defective parts and materials for a period of no less than one- (1) year or 1,000 operating hours. Warranty shall include 100 percent parts and labor for warranted repairs. All warranty repairs shall be performed “only” by a manufacturer’s authorized technician. A warranty card or document shall be provided with each unit. PARTS AND SERVICE: OEM repair parts/service shall be provide within 72 hours after receiving notification of equipment breakdown. Service work shall only be performed by manufacturer trained and certified technician employed by a manufacturer’s certified dealer. TRAINING: Shall provide one day of training regarding safety, operation, and preventive maintenance. This shall be provided at a designated location/s as requested by the user.

Section 2 Administrative Fee The Contractor agrees to provide a quarterly administrative fee to the Commonwealth of Kentucky as part of the Contractor’s unit prices and is not to be charged directly to the customer in the form of a separate line item. The administrative fee percentage is only applicable to the actually received by the contractor during the quarter and is not applicable to the amounts ordered by customers but not yet paid. The administrative fee shall be paid in the form of a check payable to the Commonwealth of Kentucky – Office of Procurement Services for an amount equal to one percent (1%) of the net sales (less any returns, credits, or adjustments) under this PA for the period. Fees shall be paid 45 days after the close of the quarter. Check to be mailed to the Office of Procurement Services, 702 Capitol Avenue, New Capitol Annex, Room 095, Frankfort, Kentucky 40601.

Section 3 Initial Contract Period This contract shall be for the initial period of one (1) year from April 1, 2018 through March 31, 2019.

Section 4 Renewal Clause – Optional Renewal Period This contract may be extended at the completion of the initial contract period for four (4) additional one-year periods. This extension must have the written approval by all parties. The Commonwealth of Kentucky reserves the right to renegotiate any terms and/or conditions as may be necessary to meet requirements for the extended period. The vendor will be advised of any proposed revisions prior to the renewal periods. In the event proposed revisions cannot be agreed upon, either party shall have the right to Document Description Page 8

1800000609 Construction Equipment

withdraw without prejudice from either exercising the option or continuing the contract in an extended period.

Section 5 Agencies to be Served This contract shall be for use by the following agency of the Commonwealth of Kentucky:

All State Political Subdivisions Under Kentucky Statutes, political subdivisions of this State including cities of all classes, counties, and school districts may participate in All State Agency Master Agreements to the same extent as agencies of the Commonwealth.

Section 6 Tax Exempt Status Do not include Federal Excise Tax, Kentucky Sales or Use Tax in prices.

Section 7 Basis of Price Revisions PRICE ADJUSTMENTS: Unless otherwise specified, the prices established by this contract shall remain firm for the contract period subject to the following: A. Price Increases: A price increase shall not occur during the first twelve (12) months of the contract. A vendor may request a price increase after twelve (12) months of the contract, which may be granted or denied by the Commonwealth. Any such price increase shall be based on industry wide price changes. The contract holder must request in writing a price increase at least thirty (30) days prior to the effective date, and shall provide firm proof that the price increase(s) is justified. The Office of Procurement Services may request additional information or justification. If the price increase is denied, the contract holder may withdraw from the contract without prejudice upon written notice and approval by the Office of Procurement Services. Provided, however, that the vendor must continue service, at the contract prices, until a new contract can be established (usually within sixty (60) days). B. Price Decreases: The contract price shall be reduced to reflect any industry wide price decreases. The contract holder is required to furnish the Office of Procurement Services with notice of any price decreases as soon as such decreases are available. C. Extended Contract Periods: If the contract provides for an optional renewal period, a price adjustment may be granted at the time the contract is renewed, subject to price increase justification as required in Paragraph A “Price Increases” as stated above.

Section 8 Post Contract Agreements This contract shall constitute the entire agreement between the State and awarded contractor. Unless contractually provided, State agencies utilizing this contract will not be required to enter into nor sign further agreements, leases, company orders or other documents to complete or initiate the terms of a contract. Any such documents so Document Description Page 9

1800000609 Construction Equipment

obtained will be non-binding on the State and agents of the State and will be cause for breach of contract.

Section 9 Quantity Basis of Contract – Estimated Quantities The State is obligated to buy only that quantity needed by its agencies during the term of the contract. The contractor will be required to furnish all requirements shown on Delivery Orders dated during the life of the contract.

Section 10 Vendor’s Report The vendor may be asked to furnish the buyer, Office of Procurement Services, a report showing volume which has been sold to the Commonwealth and its using agencies each six (6) months of the contract period. The report will include political subdivisions and university purchases. This report may be the vendor’s computer printout sheet or form. This shall apply to all items, which are to become a part of this contract. This report must reference usage by brief description, product number or other format designated by the Office of Procurement Services.

Section 11 FOB Basis of Shipment – Vendor Responsible Delivery shall be F.O.B. Destination Freight Prepaid and Allowed. The vendor shall be fully responsible for all shipments and freight charges involved to the ordering agency.

Section 12 Cancellation Clause – 30 Days Notice The Commonwealth may cancel this contract by giving written notice thirty (30) days prior to effective cancellation date. In the event such action is taken, the contract shall be null and void upon receipt of a Modification from the Office of Procurement Services canceling the contract.

Section 13 Exception to Required Use of Contract The establishment of this Master Agreement is not intended to preclude the use of similar products when requested by the agency. The Commonwealth of Kentucky reserves the right to contract for large requirements by using a separate solicitation.

Section 14 Service Performance All services performed under this contract, if applicable, shall be in accordance with the terms and provisions of the contract. It will be the agency’s responsibility to ensure that such services rendered are performed and are acceptable.

The relationship between the State and the Contractor is that of client and independent contractor. No agent, employee, or servant of the contractor or any of its subcontractors shall be or shall be deemed to be an employee, agent, or servant of the State for any reason. The contractor will be solely and entirely responsible for its acts and the acts of its agents, employees, servants and subcontractors during the performance of this contract.

Major deviations of services performed will not be made without the written approval of the Office of Procurement Services. Problems that arise under any aspect of Document Description Page 10

1800000609 Construction Equipment

performance should first be resolved between the vendor and the agency. Either party should refer in writing any such problems and/or disagreements that cannot be resolved to the Office of Procurement Services for settlement.

Section 15 Addition or Deletion of Items or Services The Office of Procurement Services reserves the right to add new and similar items, with the consent of the vendor, to any contract. The Office of Procurement Services to effect this change will issue a contract Modification. Until such time as the vendor receives a Modification, the vendor shall not accept Delivery Orders from any agency referencing such items or services.

Section 16 Agreement between Parties This contract is the complete and exclusive statement of the agreement between the parties, which supersedes all prior agreements, oral or written, and all other communications between the parties. It is further agreed between the parties, that any valid modification of contractual agreement must be formalized by issuance of a Contract Modification from the Office of Procurement Services.

Section 17 Governmental Restrictions In the event any Governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship, or performance of the items offered on this proposal prior to delivery, it shall be the responsibility of the successful bidder to notify the Office of Procurement Services in writing, indicating the specific regulation which requires such alterations. The Commonwealth reserves the right to accept any such alterations, including any subsequent price adjustments, or to cancel the contract.

Section 18 Payments The vendor shall be paid, upon the submission of proper invoices to the receiving agency at the prices stipulated for the supplies delivered and accepted, or services rendered. Unless otherwise specified, payment will not be made for partial deliveries accepted. Payments will be made within thirty (30) working days after receipt of goods or a vendor’s invoice in accordance with KRS 45.453 and KRS 45.454.

Section 19 Inspection All supplies, equipment and services shall be subject to inspection or tests by the Commonwealth prior to acceptance. In the event supplies, equipment or services are defective in material or workmanship or otherwise not in conformity with specified requirements, the Commonwealth shall have the right to reject the items or services or require acceptable correction at the Vendor’s expense.

Section 20 Subcontracts The contractor is permitted to make subcontract(s) with any other party for furnishing any of the work or services herein. The contractor shall be solely responsible for performance of the entire contract whether or not subcontractors are used. The Commonwealth shall not be involved in the relationship between the prime contractor and the subcontractor. Document Description Page 11

1800000609 Construction Equipment

Any issues that arise as a result of this relationship shall be resolved by the prime contractor. All references to the contractor shall be construed to encompass both the contractor and any subcontractors of the contractor.

Section 21 Federal Tax Exempt Purchases by the Commonwealth of Kentucky Contracts Direct With Manufacturer: In the event a manufacturer bids direct and is awarded a contract, the Office of Procurement Services shall request the contractor to furnish evidence of registration with the U.S. Internal Revenue Service. This registration shall be in accordance with the “Temporary Rules, 1958 Excise Tax Act”. After such registration, individual Excise Tax Exemption Certificates are not necessary on each individual order issued against the contract by the Office of Procurement Services. Therefore, quoted prices must be exclusive of Federal Excise Taxes. Contract With Other Than Manufacturer: If successful bidder is other than the manufacturer, the Office of Procurement Services will furnish a Tax Exemption Certificate with each individual order issued against this contract. Therefore, quoted prices must be exclusive of Federal Excise Taxes.

Section 22 Governing Law This contract shall be governed by and construed in accordance with the laws of the Commonwealth of Kentucky and any litigation with respect to this contract shall be brought in state or federal court in Franklin County, Kentucky in accordance with KRS 45A.245.

Section 23 Access to Records The contractor, as defined in KRS 45A.030 (9) agrees that the contracting agency, the Finance and Administration Cabinet, the Auditor of Public Accounts, and the Legislative Research Commission, or their duly authorized representatives, shall have access to any books, documents, papers, records, or other evidence, which are directly pertinent to this contract for the purpose of financial audit or program review. Records and other prequalification information confidentially disclosed as part of the bid process shall not be deemed as directly pertinent to the contract and shall be exempt from disclosure as provided in KRS 61.878(1)(c). The contractor also recognizes that any books, documents, papers, records, or other evidence, received during a financial audit or program review shall be subject to the Kentucky Open Records Act, KRS 61.870 to 61.884.

Section 24 Accessibility Vendor hereby warrants that the products or services to be provided under this contract comply with the accessibility requirements of section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794d), and its implementing regulations set forth at Title 36, Code of Federal Regulations, part 1194. Vendor further warrants that the products or services to be provided under this contract comply with existing federal standards established under Section 255 of the Federal Telecommunications Act of 1996 (47 U.S.C. § 255), and its implementing regulations set forth at Title 36, Code of Federal Regulations, part 1193, to the extent the vendor's products or services may be covered Document Description Page 12

1800000609 Construction Equipment

by that act. Vendor agrees to promptly respond to and resolve any complaint regarding accessibility of its products or services which is brought to its attention.

Section 25 Provisions for Termination of the Contract This contract shall be subject to the termination provisions set forth in 200 KAR 5:312.

Section 26 Discrimination (Effective April 8, 2015) Discrimination (because of race, religion, color, national origin, sex, sexual orientation, gender identity, age, or disability) is prohibited. This section applies only to contracts utilizing federal funds, in whole or in part. During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, national origin, sex, sexual orientation, gender identity, or age. The contractor further agrees to comply with the provisions of the Americans with Disabilities Act (ADA), Public Law 101-336, and applicable federal regulations relating thereto prohibiting discrimination against otherwise qualified disabled individuals under any program or activity. The contractor agrees to provide, upon request, needed reasonable accommodations. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, national origin, sex, sexual orientation, gender identity, age or disability. Such action shall include, but not be limited to the following; employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensations; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, sex, sexual orientation, gender identity, age or disability. 3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or workers' representative of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. 4. The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965 as amended, and of the rules, regulations and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, as amended, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the administering agency and the Secretary of Labor Document Description Page 13

1800000609 Construction Equipment

for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or federally-assisted construction contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in or as otherwise provided by law. 7. The contractor will include the provisions of paragraphs (1) through (7) of section 202 of Executive Order 11246 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor, issued pursuant to section 204 of Executive Order No. 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States.

ALL PROVISIONS OF SOLICITATION RFB 758 1800000379 AND THE PROVISIONS OF FAP-110-10-00 SHALL BE PART OF THIS MASTER AGREEMENT. 950 GC WHEEL LOADER

Engine Maximum Power 180 kW (241 hp) Operating Weight 19 069 kg (42,040 lb)

Meets U.S. EPA Tier 4 Final, EU Stage V, and India CEV Stage V emission standards. Meets Japan Small Volume Exemption. POWERFUL EFFICIENCY ECONOMICAL Low fuel consumption and exceptional production capabilities help you get the SAVINGS job done right for less. THE 950 GC IS THE SENSIBLE CHOICE PRODUCTIVE FOR YOUR BUSINESS. RESULTS Purpose built to handle all your jobsite requirements from material handling and truck loading to general construction and stockpiling.

EASY SERVICEABILITY Our electrical and hydraulic service centers OWNING with additional key serviceability features make machine maintenance and in-field components LOWER OPERATING COSTS quick, easy, and efficient. FUEL

950 GC WHEEL LOADER 3 POWER TRAIN POWERFUL EFFICIENCY

Staying ahead of the competition, Caterpillar offers a wide variety of cutting-edge technology and components that are specifically built to save time and reduce fuel costs.

ENGINE AND EMISSIONS DURABLE AXLES

Powered by a Cat engine and certified to meet emission standards, Heavy-duty axles with inboard-planetary drives feature these machines feature Engine Idle Management System (EIMS) hydraulically activated wet-disc brakes. Limited-slip differentials and Auto Idle Shutdown (EIS) to minimize fuel consumption. are available for applications requiring increased traction.

TRANSMISSION ON-DEMAND FAN

The power-shift countershaft transmission features high Variable speed fan adjusts to meet the cooling requirements contact ratio gears and heat-treated gears complemented by of the machine, lowering fuel consumption, noise levels, and heavy duty bearings for transmission durability, fuel efficiency, radiator plugging. In frigid operating conditions, an optional and low noise and vibration levels during operation. fan drive bypass valve allows the system to warm and match operating temperatures. CONTROL VALVES

The proven Cat Electronic Long Range Transmission (ELRT) control valve allows full-power shifts and directional shift changes. The modulated shifts ensure a smooth ride, fast cycles, and extended component life.

4 950 GC WHEEL LOADER PRODUCTIVE RESULTS WORK SMART AND MOVE MORE

PRODUCT LINK™ Track asset location, hours, fuel usage, diagnostic codes, idle time, and more to improve your productivity and lower your operating costs.

Z-BAR PERFORMANCE SERIES LINKAGE BUCKETS The proven Z-bar linkage combines efficiency Easy-to-load Performance Series Buckets improve material with sharp visibility, resulting in excellent excavation, high retention and reduce dig times, significantly improving breakout forces, and superior production capabilities. productivity and fuel efficiency, resulting in unsurpassed production capabilities with increased fill factors – ranging from 100% to 115%.

RIDE CONTROL LOAD SENSING SYSTEM HYDRAULICS The optional ride control system improves ride, performance, Load sensing hydraulic system produces flow and pressure for and load retention when traveling over rough terrain and at the implement system only when needed, improving machine higher speeds, lowering cycle times and boosting productivity. productivity and resulting in lower fuel consumption. An optional third single axis hydraulic function is also available to control a variety of work tools.

CAT PAYLOAD KIT Track productivity from the cab with quick access to information such as truck target weights, loads, and totals. + PROVEN ACCURACY + FLEXIBLE INSTALLATION + EASY CALIBRATION AND SETUP + SIMPLE INSTALLATION: COMPARABLE TO THIRD PARTY PAYLOAD SYSTEMS

950 GC WHEEL LOADER 5 TESTED, PROVEN, AND READY TO WORK. EASY SERVICEABILITY

SERVICE CENTERS Hydraulic and electrical service centers provide ground level access to numerous maintenance and service points, enhancing safety and convenience for operators and service technicians.

GREASE POINTS Grease fittings for hard-to-reach components are grouped conveniently for easy and quick preventive lubrication.

CAT AUTOLUBE SYSTEM The new optional Cat Autolube System has a useful one-button control and includes fault flash function.

CATERPILLAR DESIGNED RENOWNED SUPPORT Built on a long legacy of high performance and highly Your Cat dealer is always available to help you reliable wheel loaders, our machine components are maximize machine uptime by providing global parts designed and manufactured to Caterpillar quality support, trained technicians, and customer support standards. agreements.

6 950 GC WHEEL LOADER OPERATOR ENVIRONMENT COMFORTABLE CAB, INTUITIVE CONTROLS A comfortable operating environment and intuitive controls help to reduce the stresses of a demanding job.

ENTRY AND EXIT EASY CONTROLS

Ladders equipped with handholds are standard on The pilot-operated hydraulic controls deliver both sides of the machine cab, which allow access to comfortable, low-effort operation. Single axis levers platforms equipped with guardrails. or joystick are available, and the adjustable steering column includes a manual shifter and turn signal lever.

DISPLAY AND INTERFACE CLIMATE CONTROLLER

Simple to operate, the complete user interface has Air conditioning and louvered vents let the operator been designed as an intuitive system, allowing the direct air flow, and the fresh air and recirculation cab operator to monitor machine operation. air filters allow for superior filtration and easy cleaning.

GREATER VISIBILITY COMFORTABLE SEAT

Extended windows with wide, flat, and distortion-free The comfort cloth mechanical suspension seat front windshield offer unmatched visibility, while spot provides a variety of adjustments with an air mirrors and rear-vision camera extend the driver’s suspension seat option and flexible arm and headrest. view all around.

950 GC WHEEL LOADER 7 SUPPORT ALL YOUR JOBSITE FUNCTIONS For demanding applications, you need a wheel loader that is purpose built for the job. Cat work tools are engineered to handle all of your specific worksite needs.

FUSION™ QUICK COUPLER PERFORMANCE SERIES BUCKETS

The Fusion Quick Coupler System allows machines to use a Performance Series Buckets use a system-based approach to wide range of tools that can each be picked up by machines of balance bucket shape with the machine’s lift and tilt capacity, varying sizes. Fusion is designed to integrate the work tool and weight, and linkage. A variety of work tools and bucket styles the machine by pulling the coupler and tool closer to the loader, allow for advanced machine customization and easy loading. increasing overall lift capability. + Fuel efficient + Improved machine performance + Lower operating costs + Unsurpassed durability + Higher productivity + Increased visibility

Work Tool Attachments for All Support Functions on Your Jobsite A variety of pin-on and coupler attachments are available for 950 GC applications. Cat work tools are durable, reliable, and designed for performance and efficiency with your Cat wheel loader.

8 950 GC WHEEL LOADER TECHNICAL SPECIFICATIONS See cat.com for complete specifications.

ENGINE SERVICE REFILL CAPACITIES Engine Mode Cat C7.1 Fuel Tank 290 L 76.6 gal Maximum Power @ 1,700 rpm – SAE J1995:2014 180 kW 241 hp DEF Tank 16 L 4.2 gal Maximum Power @ 1,700 rpm – ISO 14396:2002 179 kW 240 hp Cooling System 50 L 13.2 gal Maximum Power @ 1,700 rpm – ISO 14396:2002 Crankcase 18 L 4.8 gal 243 hp (metric) Transmission 45 L 11.9 gal Maximum Net Power @ 1,700 rpm – SAE J1349:2011 168 kW 225 hp Differentials and Final Drives – Front 40 L 10.6 gal Maximum Net Power @ 1,700 rpm – ISO 9249:2007 168 kW 225 hp Differentials and Final Drives – Rear 38 L 10.0 gal Maximum Net Power @ 1,700 rpm – ISO 9249:2007 228 hp Hydraulic Tank 112 L 29.6 gal (metric) Maximum Gross Torque (1,400 rpm) – SAE J1995:2014 1099 N·m 811 lbf-ft AIR CONDITIONING SYSTEM Peak Gross Torque (1,400 rpm) – ISO 14396:2002 1092 N·m 805 lbf-ft The air conditioning system on this machine contains the fluorinated Maximum Net Torque (1,100 rpm) – SAE J1349:2011 1041 N·m 768 lbf-ft greenhouse gas refrigerant R134a (Global Warming Potential = 1430). The Maximum Net Torque (1,400 rpm) – ISO 9249:2007 1041 N·m 768 lbf-ft system contains 1.9 kg (4.2 lb) of refrigerant which has a CO2 equivalent Bore 105 mm 4.13 in 2.717 metric tonnes (2.995 tons). Stroke 135 mm 5.31 in HYDRAULIC SYSTEM Displacement 7.01 L 428 in3 • Cat engine meets U.S. EPA Tier 4 Final, EU Stage V, and India CEV Stage V emission Implement System Pump Type Piston standards. Meets Japan Small Volume Exemption. Steering System Pump Type Piston • The power ratings apply at the stated speed when tested under the reference Implement System – Maximum Pump Output at conditions for the specified standards. 256 L/min 68 gal/min • Net power available at the flywheel when the engine is equipped with fan, air cleaner, 2,390 rpm aftertreatment, and alternator with engine speed at 1,700 rpm. Implement System – Maximum Operating Pressure 27 900 kPa 4,047 psi • The gross power advertised is with the fan at maximum speed. at 50 ± 1.5 L/min Implement System – Optional 3rd Function WEIGHTS 20 680 kPa 2,999 psi Maximum Pressure at 70 L/min (18.5 gal/min) Operating Weight 19 069 kg 42,040 lb Implement System – Optional 3rd Function 240 L/min 63 gal/min • Weight and static tipping loads and operating weights shown are based on a machine Maximum Flow configuration with Maxam 23.5R25 tires, full fluids, operator, standard counterweight, standard ambient arrangement, limited slip differential axles (front/rear), roading Hydraulic Cycle Time – Raise from Carry Position 5.4 Seconds fenders, ride control and a 3.1 m3 (4.0 yd3) general purpose bucket with BOCE. Hydraulic Cycle Time – Dump at Maximum Raise 1.2 Seconds

OPERATING SPECIFICATIONS Hydraulic Cycle Time – Lower, Empty, Float Down 2.8 Seconds Static Tipping Load – Full 38° Turn Hydraulic Cycle Time – Total Cycle Time 9.4 Seconds 11 160 kg 24,604 lb ISO 14397-1:2007 – with Tire Deflection* Static Tipping Load – Full 38° Turn SOUND 11 906 kg 26,248 lb – No Tire Deflection** The sound values indicated below are for specific operating conditions Breakout Force 154 kN 34,638 lbf only. Machine and operator sound levels will vary at different engine and/or cooling fan speeds. Hearing protection may be needed when the • For a machine configuration as defined under eights.”“W machine is operated with a cabin that is not properly maintained, or when * (With Tire Deflection) Full compliance to ISO 14397-1:2007 Sections 1 thru 6, which requires 2% verification between calculations and testing. the doors and/or windows are open for extended periods or in a noisy **(No Tire Deflection) Compliance to ISO 14397-1:2007 Sections 1 thru 5. environment. With Cooling Fan Speed at Maximum Value: TRANSMISSION Operator Sound Pressure Level (ISO 6396:2008) 75 dB(A) Forward 1 7.3 km/h 4.5 mph Reverse 1 7.3 km/h 4.5 mph Exterior Sound Power Level (ISO 6395:2008) 109 dB(A) Forward 2 12.8 km/h 8.0 mph Reverse 2 12.8 km/h 8.0 mph Exterior Sound Pressure Level (SAE J88:2013) 76 dB(A)* Forward 3 22.8 km/h 14.2 mph Reverse 3 22.8 km/h 14.2 mph With Cooling Fan Speed at 70% of Maximum Value:** Forward 4 36.0 km/h 22.4 mph Operator Sound Pressure Level (ISO 6396:2008) 73 dB(A) • Maximum travel speeds (23.5-25 tires). • Maximum travel speed in standard vehicle with empty bucket and standard L3 Exterior Sound Power Level 107 dB(A)*** tires with 760 mm (30 in) roll radius. * *Distance of 15 m (49.2 ft), moving forward in second gear ratio. **For machines in countries that adopt the “EU Directives.” TIRES* ***European Union Directives “2000/14/EC” as amended by “2005/88/EC.” Choices include: CAB 23.5R25 L3 ★★ from Triangle and Maxam ROPS/FOPS meet ISO 3471:2008 and ROPS/FOPS 23.5R25 L3 ★ from Bridgestone ISO 3449:2005 Level II standards 23.5R25 L2 ★ from Bridgestone 23.5R25 L5 ★★ from Triangle, Maxam, and Bridgestone BRAKES *Tire offerings vary by region. Consult your local Cat dealer for further details. Brakes Brakes meet ISO 3450:2011 standards

950 GC WHEEL LOADER 9 STANDARD & OPTIONAL EQUIPMENT Standard and optional equipment may vary. Consult your Cat dealer for details.

OPERATOR ENVIRONMENT STANDARD OPTIONAL ELECTRICAL STANDARD OPTIONAL Cab, pressurized and sound suppressed  Starter, electric, heavy duty  Doors, service access (locking)  Starting and charging system, 24V  Steering column, adjustable angle  Lighting system: 4 halogen work lights,  2 halogen roading lights Steering, secondary, electrical  Lights: 4 LED or 8 halogen work lights  Seat, Cat Comfort (cloth), suspension  Seat, air suspended  MONITORING SYSTEM STANDARD OPTIONAL Radio  Digital indicators: Radio ready  Gear indicator Mirrors, rear view external  Speedometer  Air conditioning (HVAC) with 10 vents and Service meter units  filter unit located outside of cab Fault codes Windows, sliding (left and right sides)  Gauges: Engine coolant temperatures/fluid level  Hydraulic/transmission oil temperature POWER TRAIN STANDARD OPTIONAL Tachometer/DEF level Cat C7.1 engine, meets emission standards  Filter, fuel primary-water separator/ ADDITIONAL EQUIPMENT STANDARD OPTIONAL  secondary Cat Autolube  Radiator, unit core (9.5 fpi) with ATAAC  Fenders, roading  Fan, radiator, electronically controlled, Storage/toolbox  hydraulically driven, temperature sensing,   on demand Windshield guard Fan, reversing cooling, automatic and  manual control LINKAGE STANDARD OPTIONAL Guard  Lift and bucket return-to-dig kickouts  (electro-magnetic), mechanical adjustment Torque converter  Quick coupler control  Brakes, full hydraulic enclosed wet-disc  Z-bar, fabricated crosstube/tilt lever 

HYDRAULICS STANDARD OPTIONAL Not all features are available in all regions. Please check with your local Cat dealer Load sensing implement system  for specific offering availability in your area.

Dedicated load sensing steering pump  For additional information, refer to the Technical Specifications brochures for the 950 GC model available at www.cat.com or your Cat dealer. Ride control  3rd function with additional dedicated single  axis lever Hoses, Cat XT™  S•O•SSM oil sampling valves 

10 950 GC WHEEL LOADER