Loading...
HomeMy WebLinkAbout04/07/2026 07.C. Resolution award bid 12603J & agmt w Christensen Inc_purchase bulk fuels and incidentals !, !:::1;5 • •••:,"?..1 � F - BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.C. For Meeting of: April 7, 2026 ITEM TITLE: Resolution awarding Bid 12603J and authorizing an agreement with Christensen, Inc. for purchase and delivery of bulk fuels and incidentals (General Fund) SUBMITTED BY: Susan Knotts, Buyer II, Purchasing Rudy Silva, Purchasing Manager *Kerry Jones, Fleet and Facilities Manager SUMMARY EXPLANATION: City of Yakima Purchasing Division issued a combined City/County solicitation for fuel and incidentals on February 19, 2026. Combining the City and County solicitation provides higher quantities and ultimately better pricing. The solicitation was advertised in the Yakima Herald Republic, on the City's website and nationally through Public Purchase.com, Purchasing e-procurement system. Bid submittals were due March 12, 2026, at 2:00 PM and were publicly opened in the Yakima Council Chambers. Bids were received from five different vendors: Christensen, Inc., Coleman Oil Company, LLC., Connell Oil Company, KBT Distributing, LLC., and Pinnacle Petroleum. Following opening, all submittals were reviewed for responsiveness and risk assessment was performed. All bids were reviewed by the following. City of Yakima: Susan Knotts, Buyer II, Rudy Silva, Purchasing Manager, Kerry Jones, Fleet and Facilities Manager, Matt Kruger, Equipment Rental, Melissa Franke, Automotive Storekeeper. Yakima County: Raudel Iniguez, Purchasing Manger, and Jason Alvord, Equipment Rental and Revolving Fund Manager. A price analysis was completed based on the most frequently purchased fuel type and typical delivery load size. Based on the responsive review, risk assessment and price evaluation, it is the consensus of Purchasing and Equipment Rental that awarding the contract to Christensen, Inc. is in the best interest of the City of Yakima. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Memo of award - 12603J [0001].docx Reso_Award_12603J.docx Price Analysis -12603J.docx 21 Ta b_AWARD I N G_S ig n ed_12603J_.pdf CoY Agreement signed 12603J.pdf Addendum1.pdf 22 r'• Purchasing Division memo To: Vicki Baker From: Susan Knotts, Buyer II Date: April 7, 2026 Re: Award of 12603J Bulk Purchase and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF), and Incidental On February 19, 2026, the City of Yakima Purchasing Office, in coordination with Yakima County, issued Bid 12603J for the Bulk Purchase and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF), and Incidentals for both agencies. The bid was advertised in the Yakima Herald Republic on February 19 and 20, 2026. In addition, a notice was distributed nationally to 111 vendors registered through Public Purchase.com, the City's e-procurement system, under this commodity and service category. A separate Notice to Proposers was also emailed on February 19, 2026, to all known Vendors who had expressed interest in this procurement. Bids were due on March 12, 2026, at 2:00 PM and were publicly opened in the Yakima Council Chambers. Following the bid opening, Purchasing conducted a review of all submissions for responsiveness and performed a risk assessment. Any exceptions, comments regarding specifications or Bidders submittal, and inconsistencies were noted. All bids were ultimately deemed responsive. During the preparation of the bid tabulation, several inconsistencies were identified. Although the bid specification required all bidders to use the OPIS 10:00 AM report dated February 19, 2026, some Bidders utilized incorrect rack postings.When combined with their pricing differential (unit prices), these discrepancies affected the calculated extended totals and price per gallon. As a result,the determination of the lowest bidder was based on the comparison of each bidder's pricing differential (unit price). On March 25, 2026, Susan Knotts, Buyer II, and Rudy Silva, Purchasing Manager, met with representatives from both agencies to review the bid responses. Attendees included: • City of Yakima: Kerry Jones, Fleet and Facilities Manager, Matt Kruger, Equipment Supervisor, Melissa Franke, Automotive Storekeeper • Yakima County; Jason Alvord, Equipment Rental and Revolving Fund Manager, Raudel lniguez, Purchasing Manager. 1 of 23 As part of the evaluation, a pricing comparison was completed based on the most frequently purchased fuel type and typical delivery load size. Additional factors considered included the reliability of bidders utilizing their own trucks and drivers versus those depending on common carriers, as well as the anticipated contract administration effort for end users. Based on the responsive review, risk assessment and price evaluation, it is the consensus of the using departments and the Purchasing office of both the City of Yakima and Yakima County that awarding the contract to Christensen, Inc. is in the best interest of the City of Yakima. Susan Knotts, NIGP-CPP, CPPB, CPPO Buyer II, Purchasing Division 2of2 24 RESOLUTION NO. R-2026- A RESOLUTION awarding Bid 12603J and authorizing an agreement with Christensen, Inc., for purchase and delivery of bulk fuels and incidentals WHEREAS, the City posted and published notice on February 19, 2026, in the Yakima Herald Republic, on the City's webpage, and nationally through Public Purchase that Bid No. 12603J was available for competitive bid; and WHEREAS, Bids were due March 12, 2026, at 2:00 p.m.; bids that were timely received were publicly opened in City Council Chambers in Yakima, Washington; and WHEREAS, the following Bids were received, as evidenced by the attached Bid Tabulation Form; and WHEREAS, all responsive Bids were sent to the Public Works, Equipment Rental Division for Recommendation of Award; and WHEREAS, Christensen, Inc., was the lowest responsive Bid received from a responsible Bidder; the Equipment Rental Division recommends the Contract Award be issued to Christensen, Inc., and that the City Manager execute the Contract; and WHEREAS, the Scope of Work and available budget meet the needs and requirements of the City of Yakima for this procurement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Bid is hereby awarded, and the City Manager is hereby authorized to execute the Contract with Christensen, Inc., attached hereto and incorporated herein by this reference, in the estimated annual amount of$2,004,000.00, for the procurement of bulk fuel, Diesel Exhaust Fluid, and incidentals. ADOPTED BY THE CITY COUNCIL this 7th Day of April, 2026. Matt Brown, Mayor ATTEST: Rosalina Ibarra, City Clerk 25 City of Yakima PRICE ANAYSIS OVERVIEW Bid: 12603J Bulk Purchase and Delivery of Fuel, Diesel Exhaust Fluid (DEF), and Incidentals Date: March 25, 2026 Background Information Fuel pricing under this contract is based on the Oil Price Information Service(OPIS) index,which serves as the industry benchmark for fuel pricing. Bidders were required to submit a pricing differential, either added to or subtracted from the OPIS benchmark. As a result, fuel pricing fluctuates in direct correlation with the OPIS index, with the awarded vendor's differential applied consistently to determine the price paid by the City. The City of Yakima currently purchases and stores three types of Fuel (as does Yakima County): Dyed Diesel#2,Winter Dyed Diesel#2 and Regular Unleaded Gasoline(10% Ethanol). The City has six fuel storage locations with a total of 11 tanks supporting City-owned vehicles, equipment and 3 generators. Fuel storage tanks (excluding generators) range in capacity from 250 gallons to 15,000 gallons and are all on a "Keep Full" service model. Under this arrangement, the Vendor is responsible for monitoring tank level and ensuring fuel does not fall below the minimum thresholds established by the City meet operational demand. The three generator tanks operate under a "Will Call"service model,where City personnel fuel levels and place orders as needed. Detailed information regarding fuel types, tank locations, tank capacities, estimated annual usage, and service requirements is provided in the bid specifications (pages 95-96). Minimum fuel levels and delivery profiles for each site are outlined on pages 97-102 ("Site Worksheet& Delivery Profile"). In evaluating bid responses and projected fuel usage, several key factors were considered: Fuel Types Although the bid solicitation included all major fuel types for potential future use,the evaluation focused on the fuels currently utilized by the City: • Dyed Diesel#2 • Regular Unleaded Gasoline(10% Ethanol) Estimated Usage: Fuel Type Combined City/County Usage City Only Usage Dyed Diesel#2 609,325 gallons 325,530 gallons Regular Unleaded Gasoline 285,253 gallons 189,253 gallons Load Size Pricing was requested for three delivery tiers: • Full load: 8,000 gallons or more • Half load: 2,501 to 7,999 gallons • Small load: 2,500 gallons or less Based on historical delivery data, the majority of City deliveries fall within the half-load category due to varying tank sizes and minimum level requirements. The next most common delivery size is the small-load category. These two tiers were therefore emphasized in the pricing evaluation. Page 1 of 2 26 Terminal Locations Fuel pricing varies by terminal location.To ensure a consistent and equitable comparison, all pricing evaluations were based on the Seattle terminal, which is the most commonly used and historically offers the lowest pricing for approximately six to eight months of the year. When comparing the two primary fuel types,the most common load sizes, and pricing based on the Seattle terminal, Christensen, Inc. was determined to be the lowest responsive bidder. Shipping and Delivery Considerations Fuel delivery involves the transportation of hazardous materials and requires specialized equipment,trained personnel, and appropriate insurance coverage. As part of the risk assessment, all bidders were required to provide detailed safety information, including emergency response capabilities and delivery protocols. An additional evaluation factor was whether bidders utilize their own fleet and drivers or rely on common carriers. This distinction is significant, as subcontracted delivery can introduce scheduling challenges and reduce reliability. The City has previously experienced delays when vendors lacked dedicated delivery resources and were unable to secure qualified carriers in a timely manner. Christensen, Inc. maintains its own fleet of trucks and trailers, operated by trained drivers.Their equipment is outfitted with radios and safety features, and their personnel undergo regular safety training specific to fuel delivery.The firm also carries all required insurance coverages and limits. Page 2 of 2 27 m Cl M M 1-n oalqq rnp t .- 0N CNOJ Cl Cl C mv 0 N O CO VRYV V V NUOTo • Q I �: 09 O M CO Cl(0 -V C V 0 ( ,- a ry p 0)N Cl Cl N�Y1-00) f : 0.. Nr 0ppm�F G y N M M Cl M M V V V V V O \ Q d w M Cl tD HtOC V N-C LL ▪ S• . 0 M I� t- I, o)V O C J n M , fM V V M V V- V A E• a Cf O E• 0 U o c m o Z V V N o J m m 0 O d N 38 0 > c c d a a c > a o - o 0 _ ....I d O f6 LL J u o _N < < _ < < - __ < < < < < - _ - < <_ < O G C N@ N z Z _ Z Z - Z Z Z Z Z _ Z Z Z a `m Q N co N C) to t0 V V NI3 O 0 0 0) 0) m er UP W N C C N C J o , - OM r O) , J O ry [7 M V V V R O ft N O O C A _ 0 0 CO O DI) 00) r u Z a 0 V Or 0 t0 ij £ c cui ri C') V V V m T O ~ C a` O U 'C 76 N CP OP O V) N S. C rX -IN LL 0 O MCal ,- O0• o > >, ` J Cl Cl V V 0, N C., E a °i CO m m - = z E v o o ro c .E. O V ,o0 0 A 7 L a U A 0 N O O U C O m m fn O G C d O - a N .� > to n o 5- N _ J R c",O 2 C 0 + O _ V C LL- J _ 7• c ti a c ,c - N .0 LL COm N _ - c m Z < r A R ifC aCe w -Em 4 O - $ o co • g _ 8 , " • CV 0 C (C LL c 0 Vin c. a o � - 0 J h X 0 N ClW o Ma` A to - c o - a M 17. F- l p Cl O 0) J M Ti m N a" E • 0 C N 3 R Z U V ex) o - G c >' o c m m N C7 D U • Cat) C O - U N C C m 0 lo - a C >, _ Q J c t U y� > U - L C _ q 0 LL U d R C • 0) T. L O � O C n _I = a • 0 0 C l d w• d i L a a N N v m N Z Z , Z Z _ ZZZZ - = e Z Z Y N O V`. > _ _ E C .. .c.,-, .. cW _ m - da u=u E0 0 . '- • E m E m E ' E m E m £ ° O O U A Ui V S 3 IIO ? V 2 L 0 V ? 7 0 V C CE O'DOo WLy ° � LL E m E m m Em E m E m U _ u - 9 c• Vd ad` cDm cCm c9 ` m a• a m a 0 m rn c E . F - 0 f a D f a Z f a D f a = f a 7 f a A c _ Co o ` 0 a a j 10 0' m ui n o m_ >� N A Q 4 yu u a 3 0 PCo _ OZ C > a -I ti A cOV 'O 0 > V d O F EaG U F. _- C o o a ¢..c o .E m a f a v) t r .E u> y E j D 28 tll O C = C O O m O N J < a a el ti E' o_ o Y' U N a` F a N LL J m n m C a V b N O Z .,0o O m o m s N g J D R, C U' O N C m p m . `v D a > > r E J 8 N D + % m LL J m (n �N On f m o > H N a N N o C o, N N r C N O J n �[ O P N Ta N g O N A c0 CO CD N N CIa a J O .2 a, e N N a` 0 0o w D N O) = R o v 0 E LL J Ni. P V. m Ia o O R f9 no m .0c N 0 ` U'o CO 0 A m a C C `y -a e. m a p 3 A U N C O m▪ o a u -D f7 c + o 3 D LL J C ra m P N f W �N O N L• a' Y. `A e 2 - 0 >— Q < D a 17 O I Cy CO a v aD oJ e 0,n O P WCO N N 0 m O o h N 0-i 0, P 0, . o a co rn rn on r o J1:3 n o o .y U rn 0 o a - 0-; C> l7 e P 07 o _Zm -I a m mm O O E U OC N A� Z tpNJ a v0m = 5 Do ei o• > 0 m - 8 C `m D a r > o CO o J a a U N O m � a` .0a = m w O + s A _ -_ m o U LL O 2 m U n m Z. N N ;a N @ N � A._ a 07 .• ,--, f E C D CD = C -C n D uZ u£ ~ 0., E a E d E d E d E m E E U On tE.! @ C a -a O 0 E m C -a = o, O D E d E d E m E m C q C E r 0 O D O 0 d LL m D mC mC P. ` C D y C D m C D y D W " fa f a` f a 7 f a 7 . i o m f a Gaa 'm a U o wJ o m - = x a a -- ,. 4 N t fn a a 3 0 i' J 3 3 ti ,� c n m m ° m E ' S c '^ m m o c a o - 0 \(�./I.l• 2 a in uni , ao G ' a 3 CIe ve CO n m 4' Z N LL 29 o 1 3 1 8 o N N a N o g v q '4 3 n ro n n o WI 01 2 < m )PD, m S a 3 N t7 6 H> 0 0 0 0 0 0 (0 0 0 CI N C' l') t7 0 a�i CO N 0 C') C' C') 0 CI N M 3 tl ' ♦ p Op p t{pp CyD OQf p f�a�} a A O) .- f� t0') f .- 0 f In M h Il') f0 m O O cl t00'/ )O IN 0 V) . W3 n CD n n O U c N N N C) 6 C) C) M 6 N ri C) C) CM M Cl Ci co C) N C) co M C) C) C) C) CO C) C) p op �p p p� �y �p y cc aTo ' �N�pp Y) g2 N 3 3 N m L-3 n 2 fZ ti in0 h .may O) Y N t0 R3 tn') O N N 3 Y o O C 9 O N N er V n N V O N n 0 0 f0 N Q . C. f0 f, n O) co o co N c, I� O) C o 0 C) N C) C) O O co Cf 6 )O 'o f0 O O N N O )O 0 C) 'O )O 'O n C _O LL J N N M N C) Cl Cl C7 0 Ci Cl C) Cs 0 n Cf n C) C) Ci Ci C) C) 0 0 0 C) C) C) C) R E o. _ .. E c O O OV R O C O C a co Lam" - N If1 to - r O Z U R 0 0 0 _. N CV N N N - '� TiO W - N A C _ C C 00 C O Dpi_ _ _ C - a. _ - _ 3 - LL J - _ a ,o CC N n -- S 7. - W N - - o _ -) - a - 6 E. 0) Ci ri Ci r- [V N ' M z z z O Q a o c w .N-IT e n to), o . N CO N a tO to 0 o m N R f7 ri co ri co ri ri C) C) C) N f7 N U O o O N O p O :7, To- o J O . C) CD N C) C7 N C) C) C) m C) C) C) C) C) a U z N 3. 2 N N NO O A g 0_ R CO04 p g N 2 o o N e c r O I-- LL J 6 C) .0 C) 6 C) C) M C) ri M M C r R es a Ti a s e. a Z c 5 8 `DS _ U tr m )D-J -n N ■ - - 0 - _ C M a - c ( O Omo w up c m W a rsi coLE o c o n - r C C , C O O 8 R tr..J O - - - _ _ 7 pO A m lD C v N cI N Co in x V [_.. N q Cn N r. N V )y u) cc! P 0 M I^ Etm Ei !V rt.; M -. O N C./ M M ri ri Z U< 0 0 ` O C N 3Q CO h G j N u Ti a (3 N O O co c N ry C D a o O J .- N C) m a` o o to To - A oo LL J 0 a O 7.:. 0 E co 8 as C c o o c 0 ZOL J To m o N(R O O U yW N G 0 .0 m m V - a.uo o U m b _, c a o C m 6: d - _ O 4+ LL Q10 a n N C) O - N no K _ CO t`N � N O N O` N _ - a N t, O R d ID m L T d E y E m E m E m E m E ; E v LL C ' G C V 6E) C 8 d C a N C 9 d C 2 Erit U 1 w 7 _ f 0. = f a m as d 7 f d 7 f _ a m f d m m a J 5 t m R 7 < Z.'C' = Y 3 < < v V m u Y < < 3 3 o A y C eti c C D' m 6 - E ry -. L. O R O C O f a u) a. -c<, m O z N N H) < 0 (G n DJ -. 30 O N N 0 N EEO Q! 2= J rl F C7 O _ a m a o J N a` . Ta p — V o F o F O LL J U E O N N . ill R O C CO 0 • = O O 0 a0 W F N L7 O 0 O . m y j .0 7 a N `'- O .EJ 7 a * c F LL J U co m cm N EL '- O N 1 O) N O) O C 01 (0 Co C I% O J - COO O 3 F v v e T. N(7 0 CT/ • o CO el 01 Cc) 0 CO a U J 0 CO 0 Z D N M M M a` O N • _ a (0 (D < 0- FO- 0 F '0 6 Nt0 E o U.-J ri ri ri d ar E O O N N C M O 0 W N N F 0 O c — V c O 0 ti (a d F D L a , E O a o a a J - C 7 ( O L. 0 ) W < = LL -I A o A I— — N W CDe N c 2 F. m M Q Q N cx N Co CO N < 0) < O VIN- CO< to Co N < M N 0 CO < CO 0 N 7 < = 3 N IN 0 nNC) 5 OJ Q Sr< O O MLI < (D CO Co Co Cc, Cc, Co Co M Co cc, Co Co Co N N M E-- 4 '▪ I(3O _ C7 9 0N < N CT, < Cr, M < < N CO <,O F It) Co N < Co N 0 M < CO 0 N 0 IN < a O N to N N Co 0 < (D N (O 0 N 0 Cc) O 0 J Co ID N < 00 N < Co 0N N Cr/ CDN U N Co Co Co Co Co Co Co Co Co Co CO (Ni Co *Oj I` D o': N A CO N < - IN .- CD srO) M < < IN CO (O L (O CO I� < co N O co < CO 0 N IC N. _< O _C U.) (< O C., < N CI < M O CO O0 co O K U a-.. 1- = o Co IC) N < 00 N < Co 0Q J 0 LL J Co Co Co 6 r) Co 6 Co (0 Co Co Co N N M (,) O J - 0 3 Ern - •� - _ _ - o o _ = D = C = O C N i O _ _ 0 0 7 ,-E 0 0 0 __ o - O d W N N F J _ 7= _ O _ _ - = _ _ O O -- 0 9 C N '0 C C7 O eaO C COY m a - _ a o J o _ _ _ _ c --a " - = - -- - - ♦ —a - -. LLF _J _ _ _ a 0,o _ .0 V _ N O N 0 U U • F iii < - LinG O > N{ c N_ S O C L >a, -to E m E E m E y G E m E E E -o C a o -0 O 9 o D = - O 9 O F 0 (: LL w E n E d E = 'E 2 E m E >. U D E O E C D U -c j O V m D 0 -o G w m : � a 5 i a m E a M f I o_ n E , o. M f a` o d a z J F > a iC c m W 3 U) -0 ¢ 3 3 0 " u F F j 3 YI C 'c 0' J > C r0 zi d 0 `. U O U 0 E F > 2 E. N N F O U C f O O o. a N U) FF- a Q __ O ,— N Co < V) (p n CO - 2 31 o 0 0 N O 0 , n0 0 "RJ - o8 O 8 ' 6 c7 cO 0 ri e7 v 0 CI c+i V O M e+i C 7 3 O �p d 0 n A 2. N 1 2 O pS 2 10 8 iD r. n M Z J N fD Y N O )O S O CD N fD O U N ci c6 Q 6 6 V O 6 e7 V O 6 e7 O / N d �np pvp� ��Op [p en c4 2 O _ m =2 T r P c c�0 1 m W N Y 10 h >, c0 I— O v c0 CO V N O ♦Y OI Q1 cD 0 0 10 C - lc- J ^� C6 Cei V co M PI C] ci c7 O C C7 c7 O n • E E O AO d - m < sr n - 2• 0 - i�0 0 J ca_ ti y N N - ea `o O y m N ry _ .. V d _: - It a 0 C9 o 0 j c 0 20 D = = = ei C -1C r O ` p J a` _ a N = a - LL J a < a_ 0 T N Z < ,.. _ ,, .1. Z 2 2 oaa K � 00 0 CO " en Nr 0 O d m h m O n r N N O _ co J M el e7 V eh M O < O N 0 O 2m W 2OI OI ' 0 a "O n } $ "rn m ro Z • J 0 N M ri ei M 6 cn e a d To _ 3 g .D Ee' ua 10 9 W W 1- J 16 H 0 G f 2 N N 9. = lc- J n ecl Ih ri M CI C d G m i E a 0 o . o c o _ _ O U E T. 'n.- A J = U' MO D= Q ; _N C� O _ 0 C D d a 1 NCl, Ia J ` Wo E W o J tr j N U 0 72- 10 u J - 3 a _ Lm d 1- co N Z oQa o O C N 4 ''.• C J COG atm N O It D O a d O z G J U N a o` u m _ D 2▪ LL J • , E.G U • E C ° O C 1111 G C d• N O o 2 0) U O d J C VI # D d G U J o E • O J • = U '- • • a• s C J 1 s 1 ' V 2 Z 1 13 en ON Z r" 7 O >a e a w N a C = ~ a ...E., E v° lc N N N N N N N 'a C C.,) • t1 O O O O O O O O O O O O D Z Z Z Z Z Z Z Z Z Z Z Z • C :II • Li.' 0 1 O a 5 J • > O m A o a O N w 4 C o m i A x a a 3 3 0 =`-' °c.. A w z _, 3 m d m a m a O• o d m E m ..'-.$ rm m '^ • E. o ea C .0 0 m Q c O g f a In H I- a° ado°'m ZN HI O ID to n ao en U. 32 J) o C M N C J m 0 N N • 9 a o - y J ❑ U N a` o m _ v I-- LL m _ J O V) E ❑ N 10 C 2 a O O 0 A ao N 19 N m J 0 C U' 0 C ; 0 0 > J -0a Ls a J U ❑ a + I' � m LL J 0 0) 0,N E- m m O C a O N N N O C N J O COD (.2q Si Y O N• 0 0 N N CO J• 0 r N O O 7 U N CO 7 . a` To CD_ 0 0 is 1- 3 c m E - LL J N V 0 N E O ❑ N N C COO C N 0 7 Z a - - N J m en O 0 fn .m N m 0 © C U' O C U 0) CD N > E 3 a m I a cy) O a m e r a N G d r' 19 + c LL J _ l▪0 mm W 1- 0 N 0)N . r q t") 2' Q Q IZ 0 0 i0 P c co CO al N r O Q O C N a N O 0) . O 0 10 0 0 5 J 0 CO VJ O W CO cn N J co a 0m R () O C7 O C) N• (7 0 L 65 L N I' CO CO CO h N N N N 0 CD « a O 7 N D W m D. N N)04 O Z O J CD N a en O N G ' 0 ` N f7 V M N) ri V N) 4, U Li_ - 2 d @ Y) 10 CO CO CO 0 N 0 CO Q « 2 = a 0) 0) 0) N- CO N U W H C m CND N O 0)) CO N- C00 N CO 0) N J = LL CO V N) N) N) V N) A C 0 J b L Q E ea C ❑ N N E. _ - _ _ 0 E. C D 0 Z j . 0 0 0 - _ -T. y 'O a a N N A J _; _. ti To 0 0 Z. C _N U O 'O 0 0 0 0 0 'O I E _ _ _ 1 C E 7 F J L m E. _ _ _' _ _ m m m ` ❑ J _ _ _ _ ._ Cam.. Y 7 00 - - - ._ - - 0 0a. ti a m c • ' o = m _ a coCD,0 A N I 0 a `m m ._ .. ❑ i N c Q w_ a i 'O o C m 0 .0 a '�0 E 0 jq N O C LL N N N N N N ], C U 0 d O O O O O O O O O O O R « 0 0 W Z 2 Z 2 2 Z Z Z Z Z 2 2 D u o -0 J re00 u m =O Q G N . W 3 0 3 I E.U0 ez• ea 23 a ei a D'" a ea0 N o m m E '' a) ` a o v 2 v 2 a co v) -- ao a .5 0 'm 0 z N 0) y en CO 1` CO CD 33 n n ' N 10 C t0 I.-(O O O J I- (MD CO t' O W ._ M M M M 6(o N0 O - W O N N U)1.0 A(p O a o a (o m z g J M m N :h M M Co)6 II - a4-3 N N Nco A co A v O C 0 )Y O C') C') M M cc,COJ 0 a w E E - n A. o Z 0 co 0 N o co m x N= _IO ° O N N N o . J C (� O C vg- A O V 0 G; 0 CC J - r I- - Z a` _ 3 - a LA_ J m 2 M N - - E Q -- ta g co Z - O M _ Z Z Z Z E. y )C' ri of n ri O C in toM N 0 CD m nNN n = OOJ 00) N oN ) M M s a TO 0 0 0 O. 0 COO N CO M' a Z J t7 10 a0 [O(D _ o N f') C') M M t') O m m R O M M M M M O m N E a - o 7 U - O N A J E 0 _ f� C = 0 ry V 0 r G J - Y C W N N o v Z a O 3 '+ _ o 7.coLL J - _ C 3 a co 0 F N a m N_ C7 2 a r C n w w 41 IX G - O O 0 O t0 N c�J CO O m A c Q o o a a) m n Z U J N M 6 t m m a •- o l6 To — V COCCI m N ~ O 2 di 22 LL J M 6n 0 m U C C _ n n E C o O O o O 2 0 coN J= y n R a, J , N( O C a- E> Y N n n A_ 5if I W z o_ a m 0 0 J o. m` LL -0 'n CC b \ N - - c (0 q N Z _ Z L E m rn M - M 60 >H _ Q N 2 a O C N O. m t '- E ~ N E a 0 N .- N .c- N ,- N .- N '- N 0'- = V LL O 1 O O O O 1 O O O O O O O A > z z z z z lz z z z z z z n acy w 0 v J O m TO 7 Q 0 t w 3 Q O N 01 N 0 � 3 v cC N al o E -0 r6 d n N Ti O )) U G- C O R C) 5 a N N ao o O m cgmt Z ' N M a Y) CO I- CO W U. 34 = CO O C CC c h J O N N 0 O N 9 0 a o O J ✓ N 0 S a` m a 2 -v O ~ 2 C J cc Z N O W N-O J O O J C U O C O yO . n o G - K p J > W N F - - z a` • U. o LL J CC CO R CO a CO O > ,N LC, C . O o CoO - J d d CO N 3 O 0 O O co co a o am - O J N U N CO CO C « a W to TO o 0 O Z., 1- 0 0 _ C E O LL J M y ccm E O .1 N °! A Z a ; h J CC) O O O _ ,... N o U J C C 0 9 0 A 6 N > c .. a`� .. CO c ] L O O d Q. C J Y C W 8 � - iy O z a 3 LL j 0. R CO C7 -0 O N .N I- 2 m p Z a m O ( C < N CC (NI up O M N Oco - 0 0 m m CO k co w u R Co Co Co .� a .. U O a 9 N O d 0 Co Co an CD O 0 0 CO c0 0 CO z d J 0 d10 U N M CO Co Co ® 1�0 O -' Cr .- CC 0 LI - N u,01 O % L. y) O = N N CO < co re .0 U LL O CO M u1 co < J 0 J COM N C.) E O J O E rn O G C S °I 0 Z E 0 0 0 .09 .03 - v) = J .. O �= N m O - - C S C7 !IO o .. d 9 _ E ern > co7 0 O - > a. o Y a J W O N H U •- O Z a H G 3 . _ '0O O LA. E J - O N Y' O L N A N N CO) 0. O^ L 0 > N c a N v O C L Q. CD E E z N LL 4- N e- N N .- •G U 7 > 0 0 0 0 0 0 0 0 0 0 0 0 a CC u Z z z ;z z z z z z z z z O a w J 0 m 7 a m 0 3 0 i Y a a Ct U u x a a 3 3 0 °,... a' J 3 d C , C j, 0 m E m m COo o O O O d a 04) V) - a O m O N Co CO CO CO 1- CO - Z 35 E G a' eo a O 0. (gyp COD o OOi � J o C N O J �[) On 1 N f 10 00 O n r O. N O O .. ` n ni e O ri ei Y V n 17 Q C ,^> ri (7 N 0 O D 2 rD N n n O a1 N 8 O O CD t0 O O o q W n fp7 O O m py O a V O> O O> '0 O o O < 1N0 t0 N N f f O O t0 � n '0 N G z J d U .t..4 n ei csi Y Y ni Oi O < n ni ? 7 n M p m W d ` W t P n $i rn m �, m S'i o �i �+ m D t") co ^ to co 0 - O q O CO CO N N sr Y CO0, O 0 N 0 C LL j n n ci O Y ci M n v ci O p a n n d O. 0 E E rn G » o - c 2 J O C W 2 N N 2 O O J m N J N N -,L.. 0TO « N C C - _ CVN D - a. • 3 G Q J > • W U N ci 0 0 U. J 6 G d CO C.N I _ Z Z Z q 0 a' aN h ,a, ' - , 2 0 J u 2 a O r N p N_ C, a n v n O q o• N 0 0 N N N of 3 O O7 aD O J U d N n Pf n n n a m m a y c� 0 m O C a co aa, a LL J n en n ah en sj d G j q C N N = 0 0 _ O z - 3 O O G t,. - O — Cn J 0 J ' ni TO 0 - O `. C. 0 re) 12 _ COE c7 cD > M �• ' o a 8 N _ 0 - a n J o _ r _ IL..▪ >- O N - O �. -. O O O W =.0 CO a�+ a' . 7 q _a LL J O O _ _ .0 it d,y H cn 0 N O a E m 2 °a o C . N O O d p ' p _ J 0, - q • a • N(� O U A 0- 0 d o n z J 2U N n a o q _ p1 - D▪ N _ N 00 n - 0 LL J n 0d G • ~ E = (j e c m `o RIao o o z J 3 ,n N J 7a - _ O G J N(0 O .p 0 8 0 O• - . .- 0 D. o > 0 e 0 0 0 p J > Y G ^ E U O d D w q = O 0 o J LL _ Q M P a., - _ '- a•^ n V'. a -N z 41 O < - E.0 m z < .i c.i ni __ !N Q n O C q O. D E I- o D E .0D {L N N N N N N T C 0 0 O O O O O ciO O O ci ciO D � > z z z z z z z z z z Z Z _ c D d W q Oec U D - J q m O Q o m a W 3 I < = u 0 0 m - < < 3 3 O ,_n. ea > 3 - d CO J 3 U C C > G O`N U O - to E q '« .L.. y d C o D 0 0 a) d 0 a ° o m 2a. an N r a. Q .EO coO o - N en a cn co n OD CO CO Z LL 36 C S C m m J O m N 0 O 9 ❑ a 0 .,. i- a C ❑ N O -9 O 1- 5 a LL J O 7 co Z O O J O J 1' nOj 0 m m 0 c W C.m 0 O m > j N O a O o b J Lu • t` r.4. 0 O o a 2 * 5 0 U.J m CO A N CI m• .if', Q N o c 2 0 o C $ J O O m < a TN N 8 O d a `.- n J r N 9 N f7 a Z m a ICc) on ,m 1O -9 0 O- F 3 c co E U. -I N a E '• o)-2 g d O 2 tvi G c 3 0 0 N 0 O _ PI O J 2m J 0 (0 m = A E C7 O m N > E 5 g, m - a m r C W 5 J _. C ▪ O 0 0 .- R K + _ g LLa a (5 m N 1 CO mN F. m O a N 0 y uin co Y Co CO 6- M N V h E 4 O O V ^O a O to - CD m o-, C J coo a t7 a l7 a co N f'I ._ 0 4 ry N 0 O O lie CO a d O O pa d°' O Ccv D I. N co c O 0 NO 2 t0 J Co N CO ) - CO ✓ V N th a c> M th a C) N Ci a' ® Wu Los at a N CO CO O) CO � CD � p i $ c O• F- O m o0Van Co N CM 0 O 61 CO N U.J N O ') P) N a N N N re C a U 3 0 - - - - - O O 2 0 3 0 0 : _ - m m m C .0 J l0 h W-I C O - _ - - - V' 0 C '� .gym.. N N' CO p p m C > •N 9 - O 8 - - _ a m m m llpp N L' C) o p J - 0 o _ _ } O Y y U N - O O - - ❑ a O G c . m O a - Co 0 = = _LU - ' 0 2 + R o ro _. _ .__ _ .. LL J - o o = - c L d t .c vvo 0. N N lc - E m N - co m Y a ? .. p > N Ln Q Zoi 1 Z a C m m oE e E o m N 0 0 N N N N N T _C V U > • Z Z 6 a a a a Z Z Z Z Z E $ m w m •o O c J T. > u p m A o a C m a 3 = - a a K w 0 m E of m .. a a 3 ; p `. oa • J 3 u a 5 m c c E m m > m E m m m o °u C o oo e � 2 a" v) N 1- O. aa5 om E O N M a Y) CO n co 0) m Z f LL 37 a N O• N— J t'I CJ Nf (h • N m C7 0O u' d o N O NQ O R J v c0 60 f0 U N c.../ ,, 0C) o a . . 7 m w• O —a c0 O N T 1 O C O vs 0 0 A y LL J C') (7 (I M m a 3 • O m O J O C N Z 0• 12. 0 0 J 0 a N a [7 O c — > d W 2 a 0` a- m0 U 0 "5 J W K - K w — a F 3 A z re.. J 3 CO ,N Z Z Z Z r Z Z Z Z Z a y`m o N N r N v 0 00 c- 0 O 0 O 0N 1` N 08• N (7 O m m 0 P. 10 W N M = a 0 0fo V CI 8 J CICO CP co N N lh P) l7 C7 O o a Li 2 ao S rn o,m —a J — O Q N CD ( m >, Cl) LL J l'! 6 c') M Y O (p 3 O N N m O 0 Z• p 0 -� 78 0 r N m J _ _ 0M g O p N U' O O w m v N > m Y a. o _ _ O W Z N C 0 K 7 O K - w — a Z m LL J v R _Z � - (C m m F N_ N_ • O D m O P O C N n C O O d d C : O N J re-. ` A Q 0N(3 O W v D• m a a m C o n d G.. J nM W U d m a` - `o Q V 0 a d a r m s r LL J J N • 0 d C E — J m h 0 0°C N C 2 d J m R a D y j ! N 03 a c E. C. m > .c La 0 E U 0 p - a m O m N (L V c C W O 2 O• J . 2 3 ` LL a d < -' 0, M N N 00 C - L 4l �N _ Z 5 .-, CS m P V: < - L 0 ? H •c a U, i a d c L a , 0' E d E a° o c c N 1- N N .- N •- N N U m LL 0 0 O O O O O O O O O O > > 2 Z 2 Z Z Z Z Z 2 Z Z Z d a .c W a J m R Q .0 o w 3 Q U ti - a < 3 3 0 m 3 3 ei 6 a oo o ° eaE A c N N A O o o. V C E d 0 to H D_ m z N 00 V ,A tD r1 LL 38 N N 0 C 2 2'J O •R N N 0 O m a o = J m N 3• H = 9 O N J m 3 . E O N N CO J O C N J e 2 N a3 (� O G co w m v Y ._ m O C 3 w V N C• 2 w + z_ WJ O Q . R N F. ye+ O Q N N N O O C N CO r 0 O TiC �2 J 0 (O TiN(�a O O a O 06 a o CO(r-- m J I- N N U N Co m a` _R T. _ L M 10 4-, o LL _ Co a 0 O E O N N —J z ael 8 N m h J co "• u o C N 0 O J N N > E g A E 5 a C 0 u _ O _ r a a (a a « 5 at - 3 IL U. JCL CO cC F d ID O z N g 5_N d T z 3 o >a a a N N 01 V C) O atO C N m 01 M CO m E C N O J co N C CO N • R Co Co '^- M N ' CI To 0 O O _ O co• a O O coiC O d J co a- a-, GO U N M M M M N U N a a` — c rO M Na _ Nn O(O a o .- ' o c E ro J LLJ M M ,i vGC m 3 3 EGO -• N ONN t8z• • Om G a « Nb J C -. C C v 5 c "o O (a O C >• a w y v - 0 a C- r C o q- - a [O 0 a J Y w 0 u - m a 2. 41 c w -- -a a I- _ S c - _ - - z LL J 3 3 m O M N b N C.N m L a 2 a-,N - p > C Q ; N. 9 O C a O a , E ~ E o O O C N x- N •, N N o O O O O O O O O E m JO LL O z z z i O O O z z z z z z z z z v a J O Q m 0 u G G Q I x O 0 a` m ro no CC " 3 3 a d c is 0 0 °' a E a. c o to m o O C E co (n m Cl a° ZN Co -! Nt ° 0. T 39 N y (0 0 C y ,0 CO b O J o N A(� t7 3 O D M 0 o v c,U N h 6, LL a w a v, o O• =9 O E y o C N N M _ C y LL J LL O O O to m O is m c o m p C? D E n O 2 N d o .. �' q tosi 0 0 0 0ip , O CO 4,, O L V, C) 0 En y 0 N� = N Z C Z —- a 0 o JTo , A x ;� W 9 o N o' O a C 2 d m v a, D - 0. Ti!, > E a o p :, o• Et 2 --I g N D G .L Q o u) ED m N Z a a O > Q N N y. t7 O C CO V c N 2 cil I O NJ nCOo To N O o o 0, m o a o a v J M N U N M b LL N O a w a ❑ Ua v V a Ny y9J o = r) 0 t ` N MV 5 o C o Q LL J M M CZL0 0 c, o a o m N . C o R Q O N O <0 O° O D o o ❑ J 1,, Y Z N y o 0 a, = 5 C 2 C No No o o Z cE ro CO ., ,: o t v z m0 z - i ` m u a, E m N al • m .� o ca o ❑ `t°m m J o E N N O 0 6 C U . _ m 0 oo m z r _D o N -,,,- CZ a t _7 =- o s f N g>N m 0 a = O Q"' IX y N o O C N 3 O N J N TO 3 Q N I g G d `at D C N R -0C O d O o N N a, -IV o • N d 0 H a o w 0 o U ❑ C O• — 9 0 - O N .cD N ~ LL J 25 C D d O) O D N LL O O tU C • d = N Q 6 y N C f-C O - C E - ❑ O L y - . m Y Z ,- y w d O o Y o o O O o 2 p L to 00 to to Z C Z y C _ N J a lV NI N Y Q \ O « 3 U' O O ID o O 9 a, 1_ d C y o N m o 9 1 O d CO p j > 0 m r o A 0 0,a O a J O N a, c,O y M 3 V d y T N O 0 9 J N p y m ▪ n c n c 0 y o 0 o c mL.O LL 9 U U m a v y . a,w z o 6 E o c a, d y c a m a+ a m E Z'2 c E o Q N E a 0 m o d Eo >N .... N Eo 51 1O E o ~ o 0 a) c 9 c a, I. W 0 _ ❑ -c oo ao o 0 CO N >C '0,' 0 O lc p 9 Qy N mL o › 11EF c _ E a m as v ' _ a, 0oE c To o 9 E o r -o w o 8 u u wou LL r a a a a` `a a` co a J A O = D O Q °m 3 u)) o = Y o N a3 Oa 3 ti wvJ o o 0 O _O N E _A 'w. .L,. N y y U o d N « O U C 9 0 •0 o ) A O 9 y o O rL a N N F a Q C o 0. 0 Z ,- N C, O t0 t0 n it ,- N 40 h h O C h o O m N O-J m Um, N(7 O a JD▪ o y J V N LL C- - I si O C C• N 0O N C --'2a a > m a a o O J N I• -tea O m LL J m U) C N a d m O j. N h h - O C Vi 2m O N_ J N m a a o m J U cu IL' a` W ❑ o - a r 70 O O m LL J LL ? O N O u, 0 O N a N O .- a E O ❑ E O S Z N Z C) M 2 T. g Z a a O O m O u `- N V3 N Z C (7 O Yf R--I t9 - W a V m N 0 O 0c. G O N > . CCG G a o E T = J N 0 + w S Jm LL .0 CU N ,-,,CO z o c°-' c a N Q c o o m O N = J O .2 77 `"Ti 0 G a P. a Trg o Lb o U m -) no p C N c) w U W a m ❑ o _ LL J• a H a T0U m r o o LL O • a 2, m M Q O h 0 0 0 - a 0 Q N Oo m E E O Ar, > Z N ? - N as N Z VCm C mp h• hh O U = L N _ F - J A C ,< C C N U' O h . O m O N > ❑ K v a o a E m 1- m oo p tn Y (Z C J O L C N m el: O C _ G co 0 m a o LL EJ a a co N m ... LL O r C N h m O N !E G O Z'1 r c E O >r C o. G m F 2 E >N - h E n c ❑ « F m �j c = o 0 9 E = F W ❑ L O m co w H 0 c v a > m c a p LL oo _ E K Q m F rn m a > o E c T. ° « « G, - d , co m W o E R E LL V > J ❑ O U U G m W N LL > d 0 2 ❑ o. m x a a 0 CD ` a` a m u. a W W A ❑ a O F 3 coC W a 3 3 0 `.o o o N J 3 0 m a Ea m E U o 6 ° m A >« N m m G a O $ O E O a N w rA a a 5 �' a E 0 O N M V N N r Of , N Z u. 41 AGREEMENT CITY OF YAKIMA 12603J Bulk Purchase and Delivery of Fuels THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"), and Christensen, Inc., ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s)and furnish all tools, materials, labor and equipment(collectively referred to as "Services") according to the procedure outlined in Bid 12603J Bulk Purchase and Delivery of Fuels "As Needed" Diesel Exhaust Fluid (DEF), and Incidentals. Specifications which are attached as Exhibit A, and the most recent edition of the ANSI/TIA/EIA and NEC Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The effective date of this Contract shall be April 17, 2026. The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one (1) year from its effective date. The City may, at its option, extend the Contract on a year-to-year basis for up to Four (4) additional years. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew or unless the Services have been completed to the City's satisfaction prior to any automatic renewal. 4. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 5. Successors and Assign a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties,or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. Page 1 of 14 42 6. Records a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. If any litigation, claim, or audit is started before the expiration of the six-year period, or for the required perioud outlined by the Washington Secretary of State's record retention period if longer,the records shall be retained unitl all litigation,claims or audit findings involving the reocrds have been resolved. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima /Yakima County records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law.All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 7. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 8. Warranty and Remedies FUELS WARRANTY. Contractor warrants that Fuels provided pursuant to this Contract comply with the fuel specifications set forth in Exhibit A and shall be delivered in full compliance with applicable law ("Fuels Warranty"). Contractor further warrants that it has good and marketable title to the Fuels and shall keep Owner's property free of liens. If Owner receives notice of a lien caused by Contractor, Owner may withhold any payment otherwise due Contractor until Contractor submits proof, in a form satisfactory to Owner, that all lienable claims have been fully paid or waived. FUELS REMEDY. If Goods do not comply with the Fuels Warranty, at Owner's election, Contractor shall promptly remedy the defect by removing, repairing, correcting, and replacing any defective Fuels. Contractor's Fuels Warranty support shall include, at Contractor's sole expense, all technical support, parts, materials and equipment, and labor, including freight and"in/out" costs required to address the defect. If, in Owner's judgment, repair or replacement is inadequate, or fails to its essential purpose, Contractor shall refund the full amount of any payments that have been made. The rights and remedies of the parties under this warranty are in addition to any other rights and remedies of the parties provided by law or equity, including, without limitation, actual damages, and, as applicable and awarded under the law, to a prevailing party, reasonable attorneys'fees and costs. SERVICES WARRANTY. Contractor warrants that: (a) Services will be performed in a timely, efficient, and professional manner; (b) all Contractor personnel assigned to perform Services will have the necessary skill and training; and (c) Services will be performed in a manner consistent with the standard of care in the industry ("Services Warranty"). The Services shall comply with the delivery requirements set forth in Exhibit A. IT WARRANTY. Contractor warrants, that all hardware, software, and firmware associated with Fuels or Services("IT Fuels" and "IT Services", respectively)will not: (a)contain any viruses, malicious code,Trojan horse,worm, time bomb,self-help code, back Page 2 of 14 43 door, or other software code or routine designed to: (i)damage, destroy, or alter any software or hardware; (ii) reveal, damage, destroy, or alter any data; (iii) disable any computer program automatically; or(iv) permit unauthorized access to any software or hardware; (b)contain any third party software (including software that may be considered free software or open source software) that(i) may require any software to be published, accessed,or otherwise made available without the consent of Owner,or(ii) may require distribution, copying, or modification of any software free of charge; and (c) infringe on any patent, copyright, trademark, or other proprietary or intellectual property right of any third party or misappropriate any trade secret of any third party ("IT Warranty"). The IT Warranty will expire twelve (12) months after the date IT Fuels are delivered or IT Services are complete, as applicable. IT REMEDY. If IT Fuels or IT Services do not comply with the IT Warranty, or if any defect or non-conformance develops during the IT Warranty Period, Contractor, at Owner's election, promptly will: (a) remedy the defect by removing, repairing, correcting or replacing, and/or reinstalling any defective IT Fuels; (b) re-perform or correct the non-conforming IT Services at no additional cost to Owner; or(c) refund the amounts paid for IT Services and IT Fuels. FAILURE TO REMEDY. If Contractor does not remedy a defect or nonconformity within ten(10)calendar days after receipt of written notice from Owner, or if an emergency exists rendering it impossible or impractical for Owner to have Contractor provide a remedy, Owner may, without prejudice to any other rights or remedies available to it, make or cause to be made required modifications, adjustments, or repairs, or may replace Fuels, Services, IT Fuels, or IT Services, in which case Contractor shall reimburse Owner for its actual costs or, at Owner's option, Owner will offset the costs incurred from amounts owing to Contractor. TECHNICAL SUPPORT. During any applicable warranty period,Contractor shall provide all warranty service and telephone support, including after-hour technical support, at its own cost. Contractor shall maintain a technical support hotline to address breakdowns and safety incidents. 9. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 82 RCW. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Foreign (Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 10. Federal Funding On the basis of the federal funding that may part of the funding for the goods and services provided by the Contractor under the Agreement, and to assure compliance with all federal regulations associated with services compensated with federal funds, in Page 3 of 14 44 addition to the terms of this primary Agreement, the Contractor must comply with 2 CFR 200 in Exhibit A, Section VIII, along with the following; a. the specific provisions of Common Rule, the Office of Management and Budget(OMB)Circular A-102,which is fully incorporated herein. If there is any conflict between the terms expressed in this primary Agreement and those set forth in Circular A-102, the terms and conditions of Circular A-102 shall prevail. See https://www.whitehouse.gov/wp-content/uploads/legacydrupalfiles/omb/circulars/A102/a102.pdf b. FTA Requirement and Changes The Contractor shall at all times comply with all applicable Federal Transit Administration(FTA)regulations, policies, procedures and directives including but not limited to Exhibit A, Section VIII. The Contractor's failure to so comply shall constitute a material breach of this Agreement. c. Safe Operation of Motor Vehicles—FTA Master Agreement(32)Section 34 i. Seat Belt Use: The Recipient agrees to implement Executive Order No. 13043, "Increasing Seat Belt Use in the United States," April 16, 1997, 23 U.S.C. § 402 note, (62 Fed. Reg. 19217), by: 90 (1) Adopting and promoting on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company-rented vehicles,or personally operated vehicles; and (2) Including a"Seat Belt Use" provision in each third party agreement related to the Award. ii. Distracted Driving, including Text Messaging While Driving: The Recipient agrees to comply with: (1) Executive Order No. 13513, "Federal Leadership on Reducing Text Messaging While Driving," October 1, 2009, 23 U.S.C. § 402 note, (74 Fed. Reg. 51225); (2) U.S. DOT Order 3902.10, "Text Messaging While Driving," December 30, 2009; and (3) The following U.S. DOT Special Provision pertaining to Distracted Driving: (i) Safety. The Recipient agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Recipient owns, leases, or rents,or a privately-owned vehicle when on official business in connection with the Award,or when performing any work for or on behalf of the Award; (ii) Recipient Size. The Recipient agrees to conduct workplace safety initiatives in a manner commensurate with its size, such as establishing new rules and programs to prohibit text messaging while driving, re-evaluating the existing programs to prohibit text messaging while driving, and providing education, awareness, and other outreach to employees about the safety risks associated with texting while driving; and (iii) Extension of Provision. The Recipient agrees to include the preceding Special Provision of section 34(b)(3)(i)—(ii)of this Master Agreement in its third-party agreements and encourage its Third-Party Participants to comply with this Special Provision and include this Special Provision in each third- party sub-agreement at each tier supported with federal assistance. d. Prohibition on Certain Telecommunication and Video Surveillance Services or Equipment Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to(1)procure or obtain; (2) extend or renew a contract to procure or obtain; or (3) enter into a contract (or extend or renew a contract) to procure or obtain equipment,services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). i. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company,or Dahua Technology Company (or any subsidiary or affiliate of such entities). ii. Telecommunications or video surveillance services provided by such entities or using such equipment. iii. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Page 4 of 14 45 Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services,to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. e. Notice to FTA and U.S. DOT Inspector General—FTA Master Agreement(28)Section 39(b) If a current or prospective legal matter that may affect the Federal Government emerges, the Contractor must promptly notify the Owner, the FTA Chief Counsel and FTA Regional Counsel for the Region in which Owner is located in accordance with the FTA Master Agreement (28) Section 39(b). The Contractor must include a similar notification requirement in its Third-Party Agreements and must require each Third-Party Participant to include an equivalent provision in its sub-agreements at every tier,for any agreement that is a"covered transaction" according to 2 C.F.R. §§ 180.220 and 1200.220. i. The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. ii. Matters that may affect the Federal Government include, but are not limited to, the Federal Government's interests in the Award,the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government's administration or enforcement of federal laws, regulations, and requirements. iii. Additional Notice to U.S. DOT Inspector General. The Contractor must promptly notify the Owner and U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the Recipient is located, if the Contractor has knowledge of potential fraud,waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. §3729, et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bid rigging, misappropriation or embezzlement, bribery, gratuity, or similar misconduct involving federal assistance. This responsibility occurs whether the Project is subject to this Agreement or another agreement between the Contractors and Owner that includes FTA funds, or an agreement involving a principal, officer, employee, agent, or Third-Party Participant of the Contractor or Owner. It also applies to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of the Contractor. In this paragraph, "promptly" means to refer information without delay and without change. This notification provision applies to all divisions of the Contractor, including divisions tasked with law enforcement or investigatory functions. 11. Nondiscrimination Provision During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation,selection for training, and the provision of Services under this Agreement. Contractor agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. Page 5 of 14 46 In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such 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 any future City contracts. No provision of this Contract shall require or prohibit action or inaction by either party, or the agent(s)or subcontractor(s)of either party, that would violate Federal, State, or local law or that would affect the City's eligibility for any federal program or receipt of federal funds. The following provisions are included as required by Washington State law for any public work or improvement exceeding the sum of$10,000.00 or$15,000.00 for construction of water mains: RCW 35.22.650: Contractor agrees that the Contractor shall actively solicit the employment of minority group members. Contractor further agrees that the Contractor shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of the Contractor's compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of subcontracts to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses.The Contractor shall be required to submit evidence of compliance with this section as part of the bid. Nothing in this Agreement shall require Contractor or any of its subcontractor(s) to take action that would be deemed discrimination or preferential treatment in violation of RCW 49.60.400. Pursuant to RCW 49.60.400(6), this Section does not prohibit action that must be taken to establish or maintain the City's eligibility for any federal program, if ineligibility would result in a loss of federal funds to the City. 12. Pay Transparency Nondiscrimination Provision The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is(a)in response to a formal complaint or charge, (b)in furtherance of an investigation, proceeding,hearing, or action, including an investigation conducted by the employer, or (c) consistent with the contractor's legal duty to furnish information. 13. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act,errors or omissions of the Contractor,or any Contractor's agent or subcontractor, in performance of this Agreement. b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. Page 6 of 14 47 d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 14. Contractor's Liability Insurance At all times during performance under this Contract, Contractor shall maintain insurance in limits no less than that stated below. All insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractor's insurance. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein prior to City's execution of the Contract. Contractor must also include with the Certificate a copy of endorsement(s)that 1)name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, 2) waive subrogation, and 3)states the insurance is primary and non-contributory. This Certificate of insurance and endorsement(s) shall be provided to the City prior to commencement of work. A certificate of insurance that does not include the appropriate endorsement(s) shall not be acceptable. The certificate of insurance shall include a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractors's obligation to maintain such insurance. If Contractor carries higher coverage limits than those outlined below, such limits shall be shown on the Certificate of Insurance and Endorsements. The Certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The following insurance is required: a. Commercial Liability Insurance Minimum liability limit of$2,000,000 per occurrence, combined single limit bodily injury and property damage, and $4,000,000 general aggregate. b. Automobile Liability Insurance Minimum liability limit of$5,000,000 per accident. The commercial auto liability insurance shall include ownership, maintenance, and/or use of all owned/leased, hired, and non-owned vehicles used in the performance of this Contract. coverage. c. Employer's Liability (Stop Gap) Minimum limit of no less than $1,000,000. Contractor is responsible for ensuring subcontractors(s) have insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractors's liability or responsibility. d.Transportation Polution Liability Minimum liability limit of$20,000,000 per occurrence, and $40,000,000 general aggregate. e.Pollution Liability Insurance (to include, without limitation, loading and unloading of all Fuel Products) Minimum liability limit of$5,000,000, or the equivalent. Insurance shall provide coverage for bodily injury, including death: loss or damage to property, includingloss of use of damaged proerty or of property that has not been physically insured: cleanup costs; Page 7 of 14 48 and costs and expenses incurred in the investigation, defence or settlementof claims. Such coverage shall provide coverage for both on-site and off-site clean-up costs and cover gradual and sudden pollution. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. Contractor shall procure and maintain at its own expense for the duration of this Contract insurance against injury to persons or damage to property or rights which may arise from, or in connection with the performance of work hereunder by Contractor, its agents, representatives, employees. 15. Subcontractors Insurance Contractor shall include all subcontractors as insureds under all required insurance policies. Alternatively, prior to utilizing any subcontractor, Contractor shall cause any such subcontractor to provide insurance that complies with all applicable requirements of the insurance set forth herein and shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Each subcontractor must comply fully with all insurance requirements stated herein. Failure of any subcontractor to comply with insurance requirements does not limit Contractor's liability or responsibility. 16. Severability The terms, provisions, covenants and restrictions of the Contract, including any modifications or supplements thereto, are severable. Notwithstanding any other language in this Contract, no provision of this Contract, including any modifications or supplements thereto, shall (a) prohibit action that must be taken to establish or maintain the City's eligibility for any federal program; or(b) require the City to act if such action may risk the City's eligibility for any federal program. If any term(s), provision(s), covenant(s)or restriction(s)of the Contract, including any modifications or supplements thereto, or the application thereof(a) is held invalid, void or unenforceable; or(b) prohibits or requires action by the City that may affect or risk the City's eligibility for a federal program, said term(s), provision(s), covenant(s) and restriction(s)shall be ineffective and the remainder of the terms, provisions, covenants and restrictions shall remain in full force and effect and shall in no way be affected, impaired or invalidated. 17. Contract Documents This Contract, the Invitation to Bid 12603J Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 18. Termination Termination for Cause In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of this notice. In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it provides the City with written notice of City's breach and the City fails to cure its breach of the Contract within 60 days of this notice. The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor: a. Defaults on an obligation under the Contract. b. Fails to perform any material obligation required under the Contract. c. Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal entity. d. Allow any final judgment not to be satisfied or a lien not to be disputed after a legally imposed, 30-day notice. Page 8 of 14 49 e. Make an assignment for the benefit of creditors. f. Fails to follow the sales and use tax certification requirements of the State of Washington. g. Incurs a delinquent Washington tax liability. h. Becomes a State or Federally debarred Contractor. i. Is excluded from federal procurement and non-procurement Contracts. j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract. k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or containing Personally Identifiable Information. I. Contractor performance threatens the health or safety of a City, County or municipal employee; or Termination for Convenience The City may terminate the Contract, without cause, by providing 30 days written notice of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract.The Contractor shall also be compensated for partially completed services. In this event,compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided. The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund. Change in Funding In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in the notice of termination. 19. Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. 20. Re-Award When the contract is terminated by the Contractor upon providing the written notice as herein required, the City, pursuant to City ordinance, may re-award the contract to the next most responsible Proposer within 120 days from original award. When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re-award the contract to the next most responsible Proposer within 120 days from original award. 21. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays(acts or God, etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 22. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. Page 9 of 14 50 23. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 24. Authority The person executing this Contract, on behalf of Contractor, represents and warrants that they have been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 25. Notice of Change in Financial Condition If, during the Contract Term,the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control, the Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 26. Change or Notice Changes: Any alterations,including changes to the nature of the service,made to the Contract shall be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Bids or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three (3) business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices: Notices and demands under and related to this Contract shall be sent to the following points of contact and shall be the principal contact for business activities under this Contract. The parties may change contract administrators by written notice as set forth below. Any notices required or desired shall be in writing and sent by US mail, postage prepaid, or sent via email, and shall be sent to the respective addressee at the respective address or email address set forth below or to such other address or email address as the parties may specify in writing: TO CITY: COPY TO: TO CONTRACTOR: Kerry Jones Susan Knotts Micah Zumwalt Fleet&Facilities Manager Buyer II Sales Manager City of Yakima City of Yakima, Purchasing Division Christensen, Inc 2301 Fruitvale Blvd. 129 North 2nd Street 151 N Commercial Ave Yakima WA, 98902 Yakima, WA 98901 Pasco, WA 99301 Tel: (509)576-6412 Tel: (509)575-6095 Tel: (509) 547-6122 Kerrv.Jones@YakimaWA.Gov Susan.Knotts@YakimaWA.Gov micah.zumwalt@christensenusa.com Notices shall be deemed effective upon the earlier of receipt, if mailed, or if emailed, upon transmission to the designated email address of said addressee. Page 10 of 14 51 27. Survival The foregoing sections of this Contract, 1-26 inclusive,shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA CHRISTENSEN, INC. By: City Manager Date: Date; 3 ZO Z onh;` \-ov, V - EL) Attest: (Print name) • City Clerk List of Exhibits attached to this contract Exhibit A—Specifications Exhibit B—Contractor's Bid Form&Pricing Page 11 of 14 52 EXHIBIT A - Specifications SPECIFICATIONS The following blank forms were omitted. • Bid Form, pages 64-71 • Sample Contract, pages 72-84 • Bidders Contact Information Form, pages 85-86 • Bidders Questionnaire, pages 87-92 • Bidders Government Wide FTA Debarment & Suspension Certification, pages 93-94 Page 12 of 14 53 City of Yakima/Yakima County NOTICE TO BIDDERS BID 12603J Notice is hereby given by the undersigned that electronic sealed Bids will be accepted via PublicPurchase.com until the hour of 3:30:0o PM PST on March 12, 2026. Bids will be publicly opened in Yakima City Hall, Council Chambers, 129 N. 2nd Street, Yakima, Washington 98901. At such time, Bids will be publicly read for: Bulk Purchase and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF), and Incidentals. Instructions to register with PublicPurchase.com are available at www.yakimawa.gov/services/purchasing. The City of Yakima reserves the right to reject any & all BIDs. The City hereby notifies all Bidders that it will affirmatively ensure compliance with WA State Law Against Discrimination (RCW chapter 49.60) & the Americans with Disabilities Act (42 USC 12101 et set.) The City of Yakima has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the Department of Transportation (DOT) 49 CFR Part 26. It is the policy of the City to ensure that DBE's, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. The City's current goal proposes that 0% of all DOT funds expended in DOT-assisted contracts will be let to certified DBE firms that are available, willing, and able. The City of Yakima hereby notifies all proposers that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, sexual orientation, or national origin in consideration for an award. Dated February 19, 2026. Publish on February 19 & 21, 2026 Susan Knotts, NIGP-CPP, CPPB, CPPO Buyer II 12603J Bulk Purchase& Delivery of Fuels Page 1 of 107 54 1 CITY OF YAKIMA INVITATION TO BID 12603J - . SIGNATURE SHEET THIS IS NOT AN ORDER BID Release Date: February 19, 2026 Bid Receipt: Bidders must first register with PublicPurchase.com and Bid shall be completely uploaded into PublicPurchase.com no later than the date and time listed below. Register as early as possible and do not wait until the due date to upload your documents, as this may take some time. Late Bids will not be accepted or evaluated. If you try to submit a Bid late, the electronic system will not receive it. Bid openings are public. Bids shall be firm for acceptance for ninety(90) days from date of Bid opening, unless otherwise noted BIDS ARE ONLY RECEIVED THROUGH PUBLICPURCHASE.COM Purchasing For: Buyer in charge of this procurement(Contact for further information): City of Yakima and Yakima County Susan Knotts, NIGP-CPP, CPPB, CPPO Yakima, WA 98901 Buyer II Bids Must be completely uploaded by: Public Opening Q Phone E-Mail Address March 12, 2026, at 3:30:00 PM PST (509) 575-6095 Susan.Knotts@YakimaWA.Gov PROJECT DESCRIPTION SUMMARY Bulk Purchase and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF) and Incidentals City of Yakima and Yakima County Delivery Details: FOB Destination, Freight Prepaid, Inside Delivery required ❑ I hereby acknowledge receiving addendum(a) , (use as many spaces as addenda received) In signing this Bid we also certify that we have not,either directly or indirectly,entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a Bid;that this Bid has been independently arrived at without collusion with any other Bidder, competitor or potential competitor; that this Bid has not been knowingly disclosed prior to the opening of Bids to any other Bidder or competitor;that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms,conditions and specifications required by the City of Yakima in this Invitation to Bid and all terms of our Bid. Company Name Company Address Name of Authorized Company Representative(Type or Print) Title Phone ( Fax ( ) Signature of Above Date Email Address 12603J Bulk Purchase& Delivery of Fuels Page 2 of 107 55 I. Contents I. Contents 3 II. GENERAL INFORMATION 6 1. Purpose 6 2. Contracting Agency and Point of Contact 6 3. Scope 6 4. Qualified Bid 6 5. Best Modern Practices 7 6. More or Less 7 7. Order Quantities 7 8. Delivery 7 9. Delivery Acceptance 8 10. Delivery of Unapproved Substitutions 8 11. Contract Term 8 13. Pricing and Discount 9 14. Price Clarifications 10 15. Taxes and Fees 10 16. Price Increases 10 17. Expansion Clause 11 18. Invoices 11 19. Payments 12 20. Prompt Payment 13 21. Payment Method-Credit Card Acceptance 13 22. Acceptance of Terms 13 23. Warranty 13 24. Responsibility 13 25. Licenses, Certificates, Permits,Authorizations&Approvals 14 26. Regulations and Codes 14 27. Environmental Considerations 14 28. On-Site Requirements 14 29. Accident and Injury Reporting 14 30. Security 15 31. Tax Revenues 15 32. Clarifications and/or Revisions to Specification and Requirements 15 33. Incurring Costs 15 34. No Obligation to Contract 15 35. Retention of Rights 16 36. Points Not Addressed 16 37. Other City And County Departments/Like Items Added 16 12603J Bulk Purchase& Delivery of Fuels Page 3 of 107 56 38. Product and Materials Bought from Different Supplier 16 39. Re-Award 16 40. Errors and Omissions 16 41. Tariffs 16 42. Changes 17 43. Cooperative Purchasing 17 III. SPECIAL CONDITIONS 17 1. Tanks 17 2. Bulk Delivery Services Overview 17 3. Keep-Full/Will-Call Overview 18 4. Keep-Full Setup and Order Placement 18 5. Keep-Full Fuel Inventory Management 18 6. Will-Call Order Placement 18 7. Emergency Deliveries 19 8. State of Emergency Declaration 19 9. Emergency Plan 20 10. Customer Service Representative 20 11. Tank Testing 20 12. Tank Failure 20 13. Additives/Treatments/Conditioners 21 14. General Fuel Requirement 21 15. Biodiesel and Renewable Diesel Fuels 21 16. Reid Vapor Pressure (RVP) (RVP applies to gasoline only) 23 17. Diesel Exhaust Fluid (DEF) 23 18. Future Fuel Types 23 19. Negligence 23 20. Spill Responsibilities 23 21. Hazardous Materials 24 22. Reports 24 IV. BID PREPARATION AND SUBMISSION 24 1. Submitting a Bid 24 2. Prohibition of Bidder Terms& Conditions 25 3. Multiple Bids 25 4. Withdrawal of Bids 25 V. BIDDERS CHECKLIST 25 VI. EVALUATION AND CONTRACT AWARD 25 1. Preliminary Evaluation 25 2. Bid Evaluation 26 3. Offer in Effect for Ninety (90) Days 27 12603J Bulk Purchase& Delivery of Fuels Page 4 of 107 57 4. Award of Contract 27 5. Protest Procedure 27 VII. TECHNICAL SPECIFICATIONS 28 VIII. FEDERAL REGULATIONS 33 IX. BID FORM 64 X. SAMPLE CONTRACT 72 Xl. BIDDER'S FORMS 85 12603J Bulk Purchase& Delivery of Fuels Page 5 of 107 58 II. GENERAL INFORMATION 1. Purpose This Bid is a joint solicitation issued by the City of Yakima and Yakima County with the intent and purpose to describe the purchase and delivery of gasoline, diesel fuels, other fuels and the "as needed" purchase of diesel exhaust fluid (DEF) along with other fuel related services and products in sufficient detail to secure bids on comparable equipment, material and services. All components which are necessary in order to provide complete products, delivery and services ready for operation shall be included in the Bid. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the Bidder. The City of Yakima and Yakima County (referred to as "Owner" throughout this document), as represented by City Purchasing, intends to use the results of this solicitation to award two separate contracts, one with the City of Yakima and one with Yakima County, for such services and products described herein. 2. Contracting Agency and Point of Contact This Bid is issued by the City of Yakima Purchasing Division. The person responsible for managing this Bid process from beginning to end is the Buyer listed on page 2 of this solicitation. From the date of release of this Bid until a Contract is issued, all contacts (pertaining to this solicitation) with Owner's employees, and other personnel performing official business for the Owner regarding this Bid shall be made through the Buyer listed on page 2. Contact with other Owner's personnel regarding this Bid is not permitted during the procurement process and violation of these conditions may be considered sufficient cause for rejection of a Bid and disqualification of the Bidder. 3. Scope The products and services under this contract shall include the furnishing of all labor, equipment, appliances and materials necessary for or incidental to the preparations, the purchase and delivery of products as indicated in these specifications for the following fuel types, categories, or other: (not an exclusive list; other fuels, fuel products, additives, incidentals, and services, may be added post award). • Gasoline, Unleaded: Regular, Mid-Grade, Premium, and Ethanol (E10) • Ultra Low Sulfur Diesel #2 Clear • Ultra Low Sulfur Diesel #2 Dyed • Ultra Low Sulfur Diesel #1 Clear (November through April 30th) • Ultra Low Sulfur Diesel #1 Dyed (November through April 30th) • 70/30 Blend December 1st through February 15th • R99 Renewable Diesel • Diesel Exhaust Fluid (DEF) • Other additives, energy products, incidentals, fuels, and services requested by customers The Owner has a total of seventeen tanks; ten diesel, seven unleaded, and three Diesel generators, ranging in sizes from 250 gallons to 15,000 gallons spread amongst fourteen different locations ranging from west Yakima, Washington to Sunnyside, Washington. Eight of these locations have at least one tank that require "Keep Full" service, only four locations with electronic level monitoring, and the rest are "Will Call" service. 4. Qualified Bid The General Terms and Conditions and Supplemental Terms and Conditions included in this bid document will govern the performance of the work. No other terms and conditions will be accepted. Bids that are conditioned in any way, or Bids that take exception in any way to the City of Yakima w=z Yakima County's General and Supplemental Terms and Conditions, may result in the Bid being considered nonresponsive. 12603J Bulk Purchase& Delivery of Fuels Page 6 of 107 59 5. Best Modern Practices All materials shall be manufactured in accordance with the best common practices and standards. All services and work, including delivery, shall be performed and completed in accordance with the best modern practices, and no detail necessary for the best and safest methods of operations and delivery shall be omitted, although specific mention thereof may not be made in these specifications. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the Bidder. 6. More or Less Quantities are estimated only and shall be bid on a MORE OR LESS basis. For the purpose of comparison, bids shall be made in the quantities listed in this specification. Listed quantities shall not be considered firm estimates of requirements for the year, nor shall the Owner be bound or limited to quantities listed. Payment will be made only for quantities actually ordered, delivered, and accepted, whether greater or less than the stated amounts. 7. Order Quantities There will be no minimum order quantities. Contactors will be expected to optimize their network of small volume contracts and initiate orders as tanks near the minimum allowable volume. Bulk deliveries are intended to be full transport loads of at least 8,000 gallons up to vehicle's capacity or weight restriction, but purchaser may order split loads as well at no additional charge or fee. Bulk is any order 8,000 gallons or more up to the vehicle's volume or weight capacity. Keep-Full/WII- Call is for an order of less than 8,000 gallons. 8. Delivery Deliveries are to be made in a professional manner and in accordance with industry standards best practices and are not to be overfilled such that tank monitoring equipment malfunctions. Owner will be allowed to deduct from the invoice any costs associated with resetting a tank's monitoring equipment should an overfill cause the equipment to malfunction. During deliveries, Contractor shall comply with all applicable laws, ordinances, permits, and not unreasonably encumber the premises with equipment, materials and personnel. Delivery sites will be kept free of the accumulation of waste, spillage, or other debris caused by the delivery of product and the unloading of the fuel. When Owner's Purchaser places an order for delivery of product, Contractor is to guarantee order fulfillment of not more than two (2) calendar days after receipt of an order, unless authorized by the City or County Purchasing Division, depending on the request, by Contract Modification. A. Delivery Time: Routine single order deliveries shall be scheduled by Contractor to be made during normal working hours from 8:00 AM to 5:00 PM Monday through Friday, unless otherwise specified in the Site Worksheet/Delivery Profile or by Purchaser, ready for regular and safe operation. B. Delivery Delays: Failure to comply with agreed upon delivery times may subject Contractor to damages. If Contractor and Owner's Purchaser have agreed on a delivery window, Contractor shall contact the Purchaser with an estimated delivery delay to the agreed upon time, which shall not be less than four (4) hours advanced notice. If Contractor arrives outside the scheduled delivery hours, the Purchaser may refuse shipment when delivered after normal working hours. If Contractor is unable to or denied access to making the delivery, Purchaser shall incur no expense, and Contractor assumes all liabilities and responsibility for that attempted delivery. The acceptance by the purchaser of late performance, with or without objection or reservation by the purchaser, shall not waive the right to claim damage for such breach, nor preclude the purchaser from pursuing any other remedy provided herein, including termination, nor shall such acceptance of late performance constitute a waiver of the 12603J Bulk Purchase& Delivery of Fuels Page 7 of 107 60 requirements for the timely performance of any obligation remaining to be performed by Contractor. All deliveries are to be made to the applicable delivery location. When applicable, the Contractor shall take all necessary actions to safeguard items during inclement weather. In no case shall the Contractor initiate performance prior to receipt of written or verbal authorization from authorized Purchasers. Expenses incurred otherwise shall be borne solely by the Contractor. C. Demurrage: If Owner's Purchaser and Contractor arrange a mutually agreeable delivery date and time and Contractor is unable to fulfill the delivery (within %2 hour of the agreed upon time) due to circumstances caused by Purchaser, Contractor may bill the Purchaser a demurrage fee of $30 an hour, with a maximum of $90 a day. After three hours, the Contractor shall reschedule the delivery with the Purchaser. D. Restricted Access: Be advised that some locations do not allow unrestricted access to fuel storage tanks. In such cases the contractor is to accommodate the Owner's Site Worksheet/Delivery Profile and timelines when ensuring that tanks always have an adequate amount of fuel to meet the customer's requirements. Unless prior approval has been granted and specific arrangements have been made, if the Contractor arrives outside the scheduled delivery hours and is unable to or denied access to making the delivery, the Owner shall incur no expense, and the Contractor assumes all liabilities and responsibility for that attempted delivery. E. Bill of Lading: When the fuel is delivered, the Contractor will be required to provide a delivery invoice (bill of lading) to the Purchaser, which will be used to verify the Contractor price with the specified OPIS rack price. F. Material Safety Data Sheets: If order covers goods which include hazardous chemicals, contractor shall, at the time of product delivery, provide the purchaser with copies of Material Safety Data Sheets for such chemicals. These sheets shall be in the form then required by applicable law or regulation. This requirement shall be in addition to whatever other requirements are imposed by law or regulation. 9. Delivery Acceptance Fuels and/or Services purchased under this Contract are subject to Owner's reasonable inspection, testing, and approval at Owner's destination. Owner reserves the right to reject and refuse acceptance of Fuels and/or Services that are not in accordance with this Contract and Owner's Purchase Order. If there are any apparent defects in the Fuels and/or Services at the time of delivery, Owner promptly will notify Contractor. At Owner's option, and without limiting any other rights, Owner may require Contractor to repair or replace, at Contractor's expense, any or all of the damaged Fuels and/or equipment or, at Owner's option, Owner may note any such damage on the receiving report, decline acceptance, and deduct the cost of rejected Fuels and/or Services from final payment. Payment for any Fuels and/or Services under such Purchase Order shall not be deemed acceptance. 10. Delivery of Unapproved Substitutions Contractors are authorized to ship only those items ordered covered by the contract. If a review of orders placed by the Owner reveals that an item other than those covered by and specified in the contract have been ordered and delivered, the Purchasing Manager will take such steps as are necessary to have the item(s) returned to the Contractor, if possible, at no cost to the Owner regardless of the time elapsed between the date of delivery and discovery of the violation. Violation of this clause may result in the removal of the offending Contractor's name from the Owner's bid list for a period of up to three (3) years. 11. Contract Term See Section 3 of Contract Tentative start date (first day of performance and delivery) is anticipated to be April 8, 2026 12603J Bulk Purchase& Delivery of Fuels Page 8 of 107 61 13. Pricing and Discount The Owner qualifies for governmental discounts. Unit prices shall reflect these discounts. Contract price is meant to be ceiling and not a floor. Contractors may always extend a voluntary discount to the contract amount. The Oil Price Information Service (OPIS) subscription has become the standard, especially here in the Pacific Northwest, for the basis of recording fuel prices. OPIS continuously collects and reports the fuel prices at the fueling terminals (also referred to as the "Rack") across the nation. Therefore, OPIS will serve as the benchmark for fuel pricing. All Bidders are to propose a fuel Price Differential, as defined herein, that will either be added or subtracted to the OPIS benchmark. Fuel pricing will be a per gallon calculation using the posted OPIS (10:00 A.M. EST) DAILY GROSS CONTRACT AVERAGE RACK pricing reported amount combined with the Contractor's multiplier. If OPIS should become unavailable or if the OPIS reference that is used for pricing becomes unavailable, the Owner may partially or totally terminate their contract and rebid the contract. In this case, the Contractor agrees to hold the Owner harmless with no right to damages resulting from the early termination. The Owner also reserves the right to negotiate a substitute pricing mechanism with the Contractor which results in a mutually agreed contract modification. Credits: If the reference used does not already account for the Blender's Credit, the Owner is to receive all applicable "Blender" tax credits which are to be identified on the invoice as a separate line item as a credit. Changes to Reference: Changes to the reference city or the reference within the target city is only by mutual agreement and contract modification. Any change made shall not increase the Contractors bid profit margin. When fulfilling orders, the Awarded Contractor must use the rack pricing with the lowest rack average price from the list of racks it was awarded. A. Gasoline: Gasolines delivered to Owner's locations will be based on a per gallon pricing that is calculated using the OPIS DAILY GROSS CONTRACT AVERAGE rack prices for that type of gasoline that correlates to the actual delivery date of the gasoline and the Contractor's multiplier of either a plus or minus (+/-). B. Diesel: Diesel fuels delivered to Owner's locations will use the OPIS GROSS DAILY CONTRACT AVERAGE rack price for that type of diesel that correlates to the actual delivery date of the diesel and the Contractor's multiplier of either a plus or minus (+/-). C. R99 Renewable Diesel: R99 is currently being used by the City and may be used by the County in the future. R99 fuel delivered to Owner's locations will use the OPIS GROSS DAILY CONTRACT AVERAGE rack pricing for that type of fuel that correlates the actual delivery date of the R99 fuel and the Contractor's multiplier of either a plus or minus (+/-). D. Biodiesel: Biodiesel is currently not being used by either the City nor the County but may be used in the future by one or both entities. The pricing for Biodiesel will be based on the per gallon pricing reported by OPIS on the actual delivery day to the Owner using the 10:00 AM EST DAILY GROSS CONTRACT AVERAGE rack price, for that type of biodiesel and the Contractor's plus or minus (+/-) multiplier. All Bidders are to propose a biodiesel bid multiplier for biodiesel as defined herein. The Tacoma OPIS Biodiesel daily report, OPIS Gross Wholesale B99 Combined Feedstock Biodiesel (contract average without RIN) will serve as the basis for establishing biodiesel contract pricing. This reference already accounts for the Blenders Credit. Biodiesel purchases are to receive the appropriate proportion of B100 necessary to achieve the requested biodiesel blend. For example, if the order is for 1,000 gallons of a ULSD-B20 blend, the contractor would acquire and blend (in accordance with biodiesel specifications) 800 gallons of ULSD with 200 gallons of B100. 12603J Bulk Purchase& Delivery of Fuels Page 9 of 107 62 E. Diesel Exhaust Fluid (DEF): DEF delivered to the Owner will be based on a calculation of a percentage off Manufacturer List Price or a fixed price per gallon including any applicable storage rental fee. 14. Price Clarifications The Owner reserves the right to clarify any pricing discrepancies related to assumptions on the part of Bidders. Such clarifications will be solely to provide consistent assumptions from which an accurate cost comparison can be achieved. Vendors price differential shown on the Bid when combined with the OPIS Rack price shall establish the extended price. The OPIS Rack price amount will be the same using the OPIS 10:00 A.M. EST DAILY GROSS CONTRACT AVERAGE RACK pricing report amount. 15. Taxes and Fees So as to insulate the Contractor(s) from the impact of any modifications to fuel-related taxes and fees (i.e. first possessor fees or hazmat fees), Purchaser shall pay applicable sales tax imposed by the State of Washington on purchased Fuels and/or Services, Unless otherwise agreed. Contractor's invoices shall separately state (a) taxable and non-taxable charges and (b) sales/use tax. • Federal Excise Tax, shall be excluded from the invoice. The Owner is exempt from all Federal Excise Tax. When purchaser is a state or local government with documented exemption by providing Contractor with a completed excise tax exemption form as required by IRS regulation. • Washington State Fuel Tax, some purchase may be exempted from the Washington State Highway (Special) Fuel Tax, such as purchases for highway maintenance vehicles, publicly owned firefighting equipment, and public transportation (reference RCW 82.38.080). However, such diesel fuel purchases (except for public transportation, reference RCW 82.08.0255) are subject to the payment of state and local sales taxes. A licensed distributor can sale tax exempt fuel to an exempt end user and the distributor can file for a refund of the state fuel tax. Alternatively, the exempt end user, if they have paid the state fuel tax, can file for a refund of the state fuel tax. Contact the DOL in Olympia, at (360)-664-1838 for further information. • Washington State or Local Sales Tax, Washington State County & Local Sales Tax applies to the purchase of diesel fuel when the "Special Fuel Tax" is not applicable and this tax applies to the purchase of red-dyed heating fuel. • B&O Tax, the Owner recognizes that fuel market fluctuations can impact the haulers B&O taxes as well as the cost of fuel needed to perform deliveries. Even so, the OPIS fuel price multiplier allows bidders to protect profit margins regardless of market fluctuations. Furthermore, because all fuel-related taxes are to be charged to customers on a pass-through basis, any fuel-related tax code adjustments will not impact the bidder's profit margin. The only tax adjustment that could potentially impact the contractor(s) profit margins is B&O. Therefore, in the event the B&O tax increases (or decreases) the contractor(s) OPIS fuel price multiplier may be adjusted relative to the adjustment to the B&O tax rate. No other price increases will be considered. *Note on invoice if adjusted. Unless otherwise specified in the solicitation, no additional charges by the Contractor will be allowed including, but not limited to: Fuel surcharges for delivery, Hazardous cleanup surcharges, restocking fees, handling charges, payment and processing fees, etc. Notwithstanding the foregoing, in the event that market conditions, laws, regulations or other unforeseen factors dictate, at the sole discretion of the City and/or County Purchasing Manager, additional charges may be allowed. 16. Price Increases Pricing shall be prepared with the following terms. The Purchasing Manager may exempt these requirements for extraordinary conditions that could not have been known by either party at the time of 12603J Bulk Purchase& Delivery of Fuels Page 10 of 107 63 bid or other circumstances beyond the control of both parties, as determined in the opinion of the Purchasing Manager. A. Index Pricing: Index Based Pricing is the use of a market or raw material index (or group of indices) to calculate and regularly refresh prices. 1) Fuel Pricing: Because fuel pricing fluctuates from one day to another, fuel contract prices will be allowed to increase or decrease during the life of the contract using the OPIS benchmark specified above in Section 13. Pricing and Discount and will serve as the basis for establishing the contract fuel prices. The prices for all fuel types in the contract award shall escalate/de- escalate in exact proportion, using the multiplier bid by the awarded Contractor for that type of fuel, to the established OPIS benchmark. The multiplier shall remain constant and shall not change throughout the contract period and any renewals thereafter. If, during any term of the contract, lower prices and rates become effective for like quantities of products under similar terms and conditions, through reduction in Contractor's list prices, promotional discounts, or other circumstances, the Owner must be given immediate benefit of such lower prices and rates. Or, during contract life, should the Contractor enter into an agreement (of similar scope and value) with another customer which incorporates improved benefits or pricing, the Contractor shall immediately notify the City and County Contract Administrator and offer to amend the Owner's contract to provide similar benefits or pricing. 17. Expansion Clause At any time, the resultant contract may be further expanded by the Purchasing Manager in writing to include any other item(s) normally offered by the bidder, add City or County departments/divisions, activate additional fuel storage tanks not identified in Attachment A, as long as the price of such additions and products is based on the same cost/profit formula as the listed item(s), or deactivate any fuel storage tanks. 18. Invoices Invoices for payment shall be in US dollars, accurately reflecting all discounts due to the Owner. Each location shall be invoiced separately. Invoices shall be identified by the associated Bid Number and delivered to the address indicated on the purchase order or blanket order within 24 hours of delivery. Invoices must be accompanied by the corresponding bill of lading and metered ticket that defines the number of gallons loaded. All electronic invoices are to be followed up with hard copies. Invoices must be exclusive to product other than bid items, all pricing is to be itemized listing charges for all additives and conditioners as a separate line item and showing the OPIS price, the differential, and the composite price. Invoices will neither be processed for payment nor will the period of prompt payment discount commence until all invoiced items are received and receipt of a properly completed invoice has been received by the Purchaser. If an adjustment in payment is necessary due to damage or dispute, any prompt payment discount period shall commence on the date final approval for payment is authorized. The Owner recognize payment delays can be costly, but bidders should also recognize that the inability to readily validate that contract pricing has been correctly calculated and that delivery terms have been fulfilled is the primary cause of payment delays. Therefore, as to streamline invoice audits and to empower contractors to get paid more quickly, all invoices are to be accompanied by all supporting documentation needed to readily verify the volume delivered, such as bill of landing, stick measuring, or tank monitoring readouts, and that contract prices have been correctly calculated and delivery terms have been met. Invoices should include but may not be limited to: • A copy of the applicable OPIS posting used to calculate contract pricing • A copy of the meter ticket or bill of lading as applicable • Record of before & after delivery stick level reading • Delivery receipt signed by the appropriate City or County representative 12603J Bulk Purchase& Delivery of Fuels Page 11 of 107 64 Note: If no customer representative is available to sign the delivery receipt, the before and after delivery stick level readings, coupled with the meter ticket or bill of lading, will serve as acceptable proof of delivery. Invoices (as well as supporting documentation) are to be sent to the Owner within one (1) business day of the delivery and electronic invoices are to be followed up with hard copies. To ensure that invoices are processed in a timely manner Contractor is to be diligent in preparing invoices, as incorrect invoices may be returned unpaid for correction, reissue, and will likely result in delayed payments. A Sample Invoice is attached as Attachment B. At a minimum, invoices should identify the following: • Purchaser name and Department/Division • Contract number 12603J • Purchase Order Number • Purchaser account number • Date of invoice • Invoice number • Delivery location • Date and time of delivery • Amount of fuel delivered (in gallons) • Description of fuel delivered (separate line item for each fuel type delivered) • Fuel additives or conditioners, if applicable (separate line item for each) • OPIS Daily average reference price • Contractor's bid multiplier • Composite amount (OPIS Daily average reference price plus Contractor's bid multiplier) • Fuel tax credits (if applicable) • Applicable fuel related taxes and fees (itemized) • Emergency delivery fee (if applicable) • Contractor's name and return remittance address 19. Payments Payment for materials, supplies and/or equipment received and for services rendered shall be made by the Owner on a Net 30-day basis, unless a prompt payment discount is offered, redeemable in U.S. dollars. Unless otherwise specified, the Owner's sole responsibility shall be to issue this payment. Owner retains the right to set off for any amount due or owing to Owner. Any bank or transaction fees or similar costs associated with currency exchange procedures or the use of procurement/credit cards shall be fully assumed by the Contractor. Contractor is to submit properly completed invoice(s) to: Address on the Purchase Order or defined at time of order Under Chapter 39.76 RCW, if Purchaser fails to make timely payment(s), Contractor may invoice for 1% per month on the amount overdue or a minimum of$1.00. Payment will not be considered late if a check or warrant is mailed within the time specified. Payment(s) made in accordance with Contract terms shall fully compensate the Contractor for all risk, loss, damages or expense of whatever nature and acceptance of payment shall constitute a waiver of all claims submitted by Contractor. If the Contractor fails to make timely payment(s) or issuance of credit memos, the Purchaser may impose a 1% per month on the amount overdue. Overpayments: Contractor shall promptly refund to Purchaser the full amount of any erroneous payment or overpayment. Such refunds shall occur within thirty (30) calendar days of written notice to Contractor; Provided, however, that Purchaser shall have the right to elect to have either direct payments or written credit memos issued. If Contractor fails to make timely refunds of overpayment(s) (either directly or by 12603J Bulk Purchase& Delivery of Fuels Page 12 of 107 65 credit memo), Contractor shall pay Purchaser interest at the rate of one percent (1%) per month on the amount overdue thirty (30) calendar days after notice to Contractor. 20. Prompt Payment Bidders are encouraged to offer a discount for prompt payment of invoice. Please indicate your discount proposal in the space provided on the Bid Form as either an amount (i.e. 0.03 cents) per gallon or a percentage off order if payment is made within fifteen (15) days of receipt of invoice. If awarded by the Owner, period of entitlement begins only after: • All papers required are delivered with product • Receipt of a properly completed invoice with supporting paperwork • Receipt of all product, supplies and/or services ordered • Satisfactory completion of all contractual requirements 21. Payment Method — Credit Card Acceptance The Owner, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Respondents may be required to have the capability of accepting payments electronically (e.g. ACH payments) or by the Owner's authorized procurement card. Contractor shall provide information necessary to facilitate electronic payments. No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of payment. 22. Acceptance of Terms Acceptance of a Purchase Order (PO) for any product or services affiliated with this Bid and corresponding purchases constitutes acceptance of, and agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, including in the attached Technical Specification(s), FTA Requirements, and the Uniform Administrative Requirement, Cost Principals, and Audit Requirements for Federal Awards, published in Title 2 of the Code of Federal Regulations, (2 CFR 200), specifically 2 CFR 200.318 through 200.326.; including all penalties mentioned. 23. Warranty Contractor warrants that all goods and services furnished under this Agreement are new, conform strictly to the specifications herein, are merchantable, good workmanship, free from defect, are fit for the intended purpose of which such goods and services are ordinarily employed, comply with all applicable safety and health standards established for such products, all goods are properly packaged, and all appropriate instructions or warnings are supplied. Warranty shall include all costs incurred, including shipping for repair or replacement, except that which is damaged by misuse or abuse, if a defect is found, a component failure occurs, or workmanship is found to cause failure. The Contractor shall replace the product at their own expense, including shipping charges. Any replacement product will carry the same warranty. All implied and expressed warranty provisions of the Uniform Commercial Code are incorporated into this Agreement. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer, production, sale, shipment, installation or use of any other goods. Contractor's warranties (and any more favorable warranties, service policies, or similar undertaking of Contractor) shall survive delivery, inspection, and acceptance of the goods or services. 24. Responsibility The Contractor shall be solely responsible for its actions and those of its agents, employees, or subcontractors under this Contract, and neither the Contractor nor any of the foregoing parties has authority to act or speak on behalf of the Owner. The Contractor shall: • Perform those tasks and deliver the services identified in these specifications and its response thereto, • Comply with all security and safety regulations in effect, 12603J Bulk Purchase& Delivery of Fuels Page 13 of 107 66 • Assign, as needed, qualified personnel, agents or representatives to assist in fulfilling their obligations and ensure quality performance under the Contract, • Correct any errors in the services found by the Owner or the Contractor. • Perform service assignments at alternate locations as the need arises. These situations may include, but are not limited to, a pandemic, natural disaster or closings/opening of Owner's buildings. Under such circumstances, the Owner shall be required to promptly contact the Contracted Personnel involved and provide the details of the communication and instructions in a timely manner. 25. Licenses, Certificates, Permits, Authorizations &Approvals Contractor shall possess and shall keep current during the term of this Contract all required licenses, certifications, permits, authorizations, and approvals necessary for Contractor's proper performance of this Contract. All necessary licenses, certificates, permits, etc. required to perform work are to be supplied by the Contractor at no addition cost to the Owner. Procurement of a City Business License: Successful contractor shall have a valid and current business license per Chapter 5.52 Section 5.52.060 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Bidder is responsible for all charges, fees and taxes associated with said license and shall be obtained prior to the award of any contract. For Inquiries as to fees, etc., go to the City website https://www.YakimaWA.Gov/Services/Codes/Licenses/ or call the Office of Code Administration, telephone (509) 575-6121. 26. Regulations and Codes Contractor shall handle, provide and deliver to the Owner, bulk gasoline, diesel fuel, DEF fluid and related services and products, supplies, and equipment in accordance with all applicable safety requirements, federal, state and local laws, statutes, ordinances, rules, regulations, and other requirements as set forth by the State of Washington RCW's and WAC's, the United States Department of Transportation, the United States Department of Labor's Occupational Safety and Health Act(OSHA), Washington Industrial Safety and Health Act (WISHA), Division of Occupational Safety and Health (DOSH), including EPA standards, City and County safety codes, and accepted industry practices. 27. Environmental Considerations Contractor shall at all times observe and comply with all federal, state, and local laws, ordinances and environmental regulations and standards established by the United States Department of Transportation and Department of Ecology. All Department of Ecology Mobile Transfer rules shall apply. 28. On-Site Requirements While on Owner's premises, Contractor, its agents, employees, or subcontractors shall comply, in all respects, with Purchaser's physical, fire, access, safety, and other security requirements and not interfere with Owner's operations. Contractor represents and warrants that Contractor, its agents, employees, or subcontractors who access Owner's premises will be adequately trained and at all times comply with Owner's requirements. If Contractor, its agents, employees, or subcontractors perform onsite Services, Contractor, at its cost, will remove all excess materials, equipment, packaging, and garbage within the scope of its performance of Services and leave that portion of the premises in which the work was performed in a clean condition. Should Contractor fail to clean up a Site after completion of work, Owner will have the right to remove the materials and set off the cost of clean up against amounts owed to Contractor. 29. Accident and Injury Reporting If Contractor, its agents, employees, or subcontractors are present at Owner's premises, Contractor promptly will report in writing all injuries, accidents, property damage, near-miss incidents, or any claims 12603J Bulk Purchase& Delivery of Fuels Page 14 of 107 67 regarding damages or injury involving Contractor, its agents, employees, or subcontractors occurring at such premises. Contractor agrees to cooperate and assist in any Owner investigation of incidents. 30. Security Some deliveries may be made to secure facilities and drivers entering those facilities will have to have clearance prior to admittance. The clearance applications will be made available upon request. Contractor must obtain all the required clearances before any scheduled delivery to secure facilities. Some delivery sites may require delivery personnel to pass a criminal background check before access is granted. Contractor will perform the background check and provide to the City and/or County representative listed in the Contract under Notices with the necessary paperwork for all drivers delivering to that location. Contractor, its agents, employees, or subcontractors shall comply with all Owner's IT security policies and standards which will be made available to Contractor upon request. 31. Tax Revenues RCW 39.30.040 allows the Owner to consider the tax revenue that is generated by a purchase of supplies, materials, and equipment, including those from a local sales tax or from a gross receipts business and occupation tax, in determining which bid in the lowest bid, after the tax revenue has been considered. 32. Clarifications and/or Revisions to Specification and Requirements If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this solicitation, the Bidder has a duty to immediately notify the Buyer list on page 2, of such concern and request modification or clarification of the Bid document. Unless instructions are specifically provided elsewhere in this document, any questions, exceptions, or additions concerning the subject matter of the Bid document(s) shall not be considered unless submitted via e-mail (no phone calls) to the Buyer listed on page 2, a minimum of five (5) business days prior to the submittal due date. In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this Bid, supplements or revisions will be provided to all known Bidders in the form of an Addendum. All Addenda are posted on www.YakimaWA.Gov/Services/Purchasinq, Public Purchase.com and sent directly to interested parties who have registered (per instructions on website) for updates to this Bid. Only bidders who have properly registered via Public Purchase.com for this solicitation will receive notifications of amendments and other correspondence pertinent to this Competitive Solicitation. If any requirements of the Bid are unacceptable to any prospective Bidder, they may choose not to submit a Bid. 33. Incurring Costs The Owner is not liable for any cost incurred by a Bidder in the process of responding to this Bid, including but not limited to the cost of preparing and submitting a response, in the conduct of a presentation, in facilitating site visits or any other activities related to responding to this Bid. 34. No Obligation to Contract This Bid does not obligate the Owner to contract for service(s), or product(s) specified herein. Owner reserve the right to cancel or reissue this Bid in whole or in part, for any reason prior to the issuance of a Notice of Intent to Award. The Owner does not guarantee to purchase any specific quantity or dollar amount. Bids that stipulate that the Owner shall guarantee a specific quantity or dollar amount will be disqualified (e.g. "all-or-none".) 12603J Bulk Purchase& Delivery of Fuels Page 15 of 107 68 35. Retention of Rights The Owner retains the right to accept or reject any or all Bids or accept any presented which meets or exceeds these specifications, and which would be in the best interest of the Owner and will not necessarily be bound to accept the low bid. All Bids become the property of Owner upon receipt. All rights, title and interest in all materials and ideas prepared by the Bidder for this Bid to Owner shall be the exclusive property of Owner and may be used by the Owner at its option. 36. Points Not Addressed Bidders are encouraged to list any points not addressed in these specifications that they feel improve or enhance the operation of their units. 37. Other City And County Departments/Like Items Added At any time during the term of this contract, or any extension thereof, other departments may be served under these same terms and conditions. Additional like items may be added at the request of the Purchasing Manager. 38. Product and Materials Bought from Different Supplier Should the Contractor be unable to or refuse to supply products, materials and/or services, on any given day, against this predetermined delivery schedule or arrangements to which the supplier has agreed and the Owner is forced to procure product, materials and/or services from a different supplier, the difference in the awarded Bid price of the products, materials and/or services and that paid the new supplier, shall be charged to and paid for by the Contractor holding the Bid award for these products, materials and services. Contractor shall not, however, be responsible for delays in delivery due to: • Unavoidable mechanical breakdowns • Strikes • Inability to secure component materials • Acts of God • Fire Provided the Purchasing Manager is notified in writing by the Contractor of such pending or actual delay. In the event of any delay, the date of delivery shall be extended for a period equal to the time lost due to the reason for the delay. 39. Re-Award When the contract is terminated by the Owner or the Contractor upon providing the written notice as herein required, the Owner, may re-award the contract to the next most responsible bidder within 120 days from original award. 40. Errors and Omissions The Owner reserves the right to correct obvious ambiguities and errors in the Bidder's proposed Bid and to waive non-material irregularities and/or omissions. In this regard, if the OPIS Average amount combined with the Differential amount does not compute to the extended total price, the differential amount shall govern. 41. Tariffs The Contract Price may be adjusted by the amount of an after-imposed federal tax or duty on materials used or consumed for the Project (e.g., tariffs), in accordance with Section 42 Changes, under the following conditions: (1) the federal tax or duty must be imposed or increased after the date of bid opening; (2) Contractor must certify in writing that no amount for such newly imposed federal tax or duty or rate increase was included in the Contract Price, as a contingency reserve or otherwise, nor 12603J Bulk Purchase& Delivery of Fuels Page 16 of 107 69 reimbursed; (3) the actual cost increase in Contractor-paid tax or duty must exceed $1,000.00; (4) the adjustment must reflect the actual costs paid for this project and must not include cost markups, supervision, fees, general conditions, overhead, or any other costs; and (5) Contractor must provide written notice of any such tax or duty change no later than 30 days after having actual knowledge that the new or changed tax or duty would impact material costs for this Project (and no later than 30 days after the first payment of such after-imposed tax or duty on Project materials). Any request for adjustment must be based on actual cost impact, supported by documentation and records of payment, and must identify the specific tariffs, taxes, or duties that have changed and the affected materials. Examples of such documentation may include, but are not limited to, federal notices, tariff schedules, supplier communications, or shipping/import records. The Purchasing Manager, in their discretion, will determine the adequacy of the submitted materials on a case-by-case basis and may consider factors such as country of origin, Harmonized Tariff Schedule (HTS) codes, or other relevant details. The City, in its discretion, reserves the right to audit or request additional evidence as necessary. The Contractor must also notify the City of any reductions or relief from such taxes or duties during the contract term, and the City may audit and make appropriate adjustments for any such reductions. 42. Changes Any proposed change in this contract shall be submitted in writing to the Purchasing Manager for prior approval. If approved, they will make the change by a contract amendment that will become effective upon execution by the parties hereto. Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 43. Cooperative Purchasing The Washington State Interlocal Cooperative Act RCW 39.34 provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. III. SPECIAL CONDITIONS 1. Tanks The Owner has a total of twenty-one (21) fuel tanks at various locations as listed in Attachment A, Estimated Usage. Of these tanks, eight (8) of them are 6,000 gallons to 15,000 gallons and are underground tanks with a Vetter-Root automated metering system. All other tanks range in size from 250 gallons to 6,000 gallons and are above ground tanks that require a pump for delivery. During the life of the contract, the Owner may activate or add additional fuel storage tanks not identified in Attachment A or change the type of service identified for that existing tank. The Contractor's already established OPIS multiplier will be used to calculate the fuel price. Likewise, there may be occasions when a fuel storage tank is deactivated. In such cases the Owner is to notify the Contractor of this decision and state the last day of service in writing. Contractor shall acknowledge the notification within two business days. 2. Bulk Delivery Services Overview Bulk deliveries are generally intended to service those fuel storage tanks that are capable of accommodating a full truck and trailer load (an order placement of 8,000 gallons or more up to the vehicle's volume or weight capacity), in a single fuel type or split load, in accordance with industry standard best practices. The City or County purchaser will initiate a bulk delivery order but it's not uncommon for bulk deliveries to be ordered on a regular basis. The Owner is to provide contractor with as much advance notice of an order as possible. However, on occasion the Owner will only be able to provide the contractor with one day advance notice of an order. The OPIS reference price coupled with the multiplier is to cover all cost associated with a Bulk Delivery. Routine Deliveries: Unless otherwise indicated, Bulk deliveries are to be scheduled during normal working hours identified on in the Site Worksheet/Delivery Profile and the contractor is to guarantee order 12603J Bulk Purchase& Delivery of Fuels Page 17 of 107 70 fulfillment of not more than 2 calendar days after receipt of an order. Unless authorized by the Purchasing Manager by Contract Amendment. 3. Keep-Full/Will-Call Overview The Keep-Full and Will-Call service is generally intended to refuel those tanks that cannot accommodate a full truck&trailer load. A Keep-Full and/or Will-Call order(s) is an order of less than 8,000 gallons. The OPIS reference price coupled with a price differential is to cover all cost associated with a typical Keep- Full and Will-Call delivery. 4. Keep-Full Setup and Order Placement With the Keep-Full service, the contractor is to guarantee that storage tanks always retain sufficient inventory and never go dry. Contractor shall monitor the level of all tanks on a daily basis, or as often as indicated on the Site Worksheet/Delivery Profile, plan and schedule deliveries accordingly to ensure the most expeditious and economic delivery. The Owner, whenever possible, will notify the contractor of any anticipated unusual increases in fuel demand. Contractor will ensure that tank levels never fall below the minimums listed on the Site Worksheet/Delivery Profiles. If tank levels fall below the minimum level more than three (3) times within a two (2) month period, the Contractor will be in default of contract, and the City and/or County may cancel their contract and purchase fuel from a different supplier. Be advised that some locations do not allow unrestricted access to fuel storage tanks. In such cases the contractor is to accommodate the purchaser's Site Worksheet/Delivery Profile for timelines when ensuring that tanks always have an adequate amount of fuel to meet the customer's requirements. 5. Keep-Full Fuel Inventory Management To most effectively manage tank inventories, Contractors will need to monitor tank inventory levels as notated on the Site Worksheet/Delivery Profiles for each location. The Contractor is to identify via the Site Worksheet/Delivery Profile how often tank level data is to be communicated relevant to the customer's fuel demand and the preferred communication method (e.g. email, fax, voice mail etc.). Alternatively, if Keep-Full tanks are equipped with an electronic tank level monitoring system, Owner may (at their own discretion) choose to grant the contractor remote access to the data on a read-only basis. Additionally, if both parties agree, the Contractor (at their own expense) may equip tanks with electronic tank level monitoring equipment. The contractor will be responsible for the cost of maintaining the equipment. Removal of Contractor Provided Equipment: If contractor desires equipment to be returned upon contract expiration/termination, the contractor must make arrangements with the City and/or County Department. The Contractor, at their own expense, may remove the equipment in a workman like manner leaving no removal damage behind. Contractor agrees that equipment not removed within 60 days of contract expiration/termination is deemed abandoned and becomes the property of the Owner. Liquidated Damages: The Owner has immediate requirement for the product, materials, equipment or services specified herein. Bidders are urged to give careful consideration to the Owner's requirements and to the manufacturer's production capabilities when establishing a delivery date(s). Liquidated damages will be assessed in the amount of actual damages incurred by the Contractor as a result of Contractor's failure to perform herein. 6. Will-Call Order Placement With Will-Call service, the Owner will place orders on an as-needed basis. Will-Call may include on- going regularly scheduled deliveries. The OPIS reference price coupled with the differential is to cover all cost associated with a Will-Call order deliveries. A. Order Placement: Owner's Purchaser will place Will-Call order with Contractor's representatives. Contractor shall acknowledge all Purchaser Orders from Purchasers with valid customer accounts within one (1) business day. Contractor will deliver request fuel volume within 2 business days 12603J Bulk Purchase& Delivery of Fuels Page 18 of 107 71 after a verbal, electronic, written or faxed order is received. Purchaser will set delivery time and special requirements for delivery. B. Fuel Amount: The amount of product delivered by Contractor must be reasonably equal (within +/- 2%) to the amount of product ordered by Purchaser. 7. Emergency Deliveries In the event of an urgent and/or emergency, the contractor will guarantee fulfillment of an emergency will-call delivery within a maximum of 24 hours of a verbal, electronic, written or faxed order. Urgent and/or emergency orders are to be top priority, and the contractor must be equipped and prepared to successfully fulfill an emergency delivery 7 days a week, 24 hours a day. 8. State of Emergency Declaration In the event of demand spikes, regional or industry wide fuel shortages, Governor-proclaimed state of emergency, and catastrophes, Contractor shall exercise commercially reasonable efforts to make delivery of Fuel Products to Owner in a priority manner. A. During times of Governor-proclaimed state of emergency and/or catastrophic events, Contractor shall keep delivery sources filled with employees on call 24 hours a day 7 days a week. B. In the event of an emergency, Contractor shall use commercially reasonable efforts to: 1) Ensure that Owner is supplied with adequate amounts of fuel in preparation for emergency events. 2) Ensure deliveries to Owner are Contractor's first priority to the extent commercially reasonable. 3) Establish priorities for deliveries to Owner based on direct communications with Owner's agents or interactions with the Washington State Department of Emergency Management, as may be required. 4) Leverage its supply chain, including backup supplies, to ensure continuous supply to all Owner's during an Event; and 5) Provide Fuel Products whenever it is safe to do so. Roads will be determined to be unsafe if they are declared as closed by the state or federal government or upon the reasonable business judgment of Contractor. 6) This reasonable business judgment shall be similar to the judgment carried out by Contractor over the previous twenty-four (24) months. C. Owner will be responsible for identifying the threat level for emergency deliver timeline. Washington Department of Emergency Management also may identify the threat level,which shall supersede the Owner's identified threat level. During times of Governor proclaimed state of emergency and/or catastrophic events Contractor shall make deliveries as follows: 1) Immediate threat to persons or property: Within four (4) hours. Immediate threat means that persons or property are currently subject to harm. For example, a person is in need of immediate medical attention and/or property is currently damaged due to an Event. 2) Imminent threat to persons or property: Within ten (10) hours. Imminent threat means that persons or property will be subject to harm within the near future (i.e. within the next 10 hours) due to an Event. For example, if a Purchaser does not have fuel within the near future, persons will need medical attention after that time or property will be subject to damage after that time. 3) Impending threat to persons or property: Within eighteen (18) hours. Impending threat means that persons or property will be subject to harm within the foreseeable future due to an Event. For example, a Tsunami is forecast, within a reasonable amount of accuracy, to impact Washington or the roads will not be able to be cleared, therefore making them hazardous to travel, if fuel is not delivered. 12603J Bulk Purchase& Delivery of Fuels Page 19 of 107 72 D. Deliveries may be reduced, increased, or delayed, depending on the emergency event and the immediate need of the Owner in order to ensure that no sites run out of fuel. If a delivery is made short, Contractor shall contact the affected site prior to delivery to inform them of the short. If the site provides a reasonable business justification for refusing the short (for example, their usage rate demonstrates the location risks running out of fuel due to the short delivery) then Contractor shall deliver the fuel in the quantity ordered. E. During times of demand spikes, regional or industry wide fuel shortages, urgent need, Governor- proclaimed state of emergency, catastrophes, and in the event of fuel supply shortages at the terminal established as the primary point of supply for any particular fuel type, Contractor shall notify the affected Purchasers of the shortage and the expected date of return to normal operations. F. In the event of an emergency, Contractor, for the duration of the emergency, may charge its standard emergency fee (listed on the Bid Form). Such fee shall be included on the invoice as a separate line item. 9. Emergency Plan The contractor shall furnish emergency order contact information and always be poised to receive and respond to an emergency order. Contractor must include their standard emergency fee charge on the Bid Form. If no emergency fee exists, then contractor is to indicate there is no fee. If emergency fee section is left blank, the Owner will assume there is no emergency fee. If there is an emergency fee, it will be added to the invoice as a separate line item in addition to normal contract pricing. 10. Customer Service Representative Contractor shall designate a customer service representative (and inform Owner of the same) who shall be responsible for addressing Purchaser issues pertaining to this Contract. A. Contractor shall have at a minimum one (1) primary and one (1) secondary representative who will be knowledgeable about the contractual requirements and will serve as the dedicated points of contact. B. The Contractor representatives must be available for service calls during standard business hours (8 a.m. to 5 p.m. PST Monday through Friday). C. The Contractor representatives must respond to Owner inquiries within four (4) business hours. D. Owner requests for customer service escalation shall be resolved within one (1) business day. E. In addition to Contractor representatives, Contractor shall have a dedicated, U.S. based staff for service calls, who are familiar with the contract and its pricing parameters. Owner service must be available to take calls and respond to e-mails, Monday through Friday, during the hours of 8 a.m. to 5 p.m. PST. 11. Tank Testing There may be occasions when tanks need to be "topped off" for testing purposes. In such cases, the Owner will be allowed to initiate a "top off" order and the already established contract pricing is to be applied. If delivery is to occur on a specific date, the Owner will provide the Contractor with advanced notice of at least 7 days. 12. Tank Failure If the Contractor notices any Owner owned tanks, their hookups, joints or hoses that have significant deficiency or that any of the tanks integrity have become compromised in any way, the Contractor has a duty to immediately notify the facility representative listed on the Site Worksheet/Delivery Profile of such concern(s) or problem(s) in order to help prevent leaks and spills, and to mitigate other environmental hazards. The Owner will notify Contractor if any tank(s) needs to be shut down and if existing fuel in tank(s) needs to be removed for repair. 12603J Bulk Purchase& Delivery of Fuels Page 20 of 107 73 13. Additives/Treatments/Conditioners Contractor will be required to supply and blend a fuel additive, treatment or conditioner products to the fuel purchased. Additives, treatments or conditioners shall be itemized on the invoice and price charged shall not exceed the lowest price charged to other customers and the prices are to be comparable to current market rates of other suppliers. At the Owner's request, the Contractor is to provide supporting documentation to validate price compliance. 14. General Fuel Requirement All fuel must meet Washington state fuel quality standards as provided by Washington's Motor Fuel Quality Act, RCW 19.112, as administered by the Washington State Department of Agriculture (WSDA) and be free from contamination — i.e., free from impurities including water, dirt, harmful oils, fibrous materials, and other petroleum products or contaminants. 15. Biodiesel and Renewable Diesel Fuels A. Contractor must be able to provide biodiesel and renewable diesel (if available) in any percentage range from 1 to 99 through fuel blending. B. The biodiesel used for blending must meet ASTM D6751 specifications. The remainder of the fuel must be a diesel or Renewable Diesel fuel that meets ASTM D975 specifications. For these purposes, co-refined diesel is not considered biodiesel or Renewable Diesel. C. Renewable Diesel: RCW 19.112.010 Renewable diesel means a diesel fuel substitute produced from nonpetroleum renewable sources, including vegetable oils and animal fats, that meets the registration requirements for fuels and fuel additives established by the federal environmental protection agency in 40 C.F.R. Part 79 (2008) and meets the requirements of American society of testing and materials specification D 975. 1) Must be free of contamination resulting in bacteria or condensation. If bacteria are present, the appropriate treatment shall be applied to the renewal diesel at Contractor's expense. 2) Must be filter-cleaned to 20 microns or less. 3) If requested by Purchaser, Contractor shall provide a product transfer document (PTD) detailing the type and source of feedstocks producer of the fuel, and carbon intensity("Cl"), if available, for all gallons of renewable diesel sold and delivered to a Purchaser. 4) Shall have a CI of 60 or less. Co-mingled feedstock production shall be calculated on a mass balance basis and shall not exceed an overall CI score of 60. The CI scores will conform to the Current Certified CI values provided by the California Air Resources Board in support of low-carbon fuel standards in California and Oregon. D. All deliveries of Renewable Diesel and/or Bio Diesel will include a product transfer document (PTD) showing feedstock origin, location and producer of the fuel and CI pathway for all gallons sold. Only certified CI fuel pathway codes approved under the California and/or Oregon state low carbon fuel standard (LCFS) program(s) will be accepted and considered in compliance of this contract requirement. If Washington State adopts an LCFS program during the term of this contract, then those corresponding certified pathways would also be accepted. Co-mingled feedstock production will show gallons sold of each certified pathway and feedstock origin clearly on the PTD in order to verify compliance and allow calculation of lifecycle greenhouse gas emissions of fuel purchased. A temporary fuel pathway code may be referenced if the producer is in the active process of getting feedstock production pathways certified through California and/or Oregon LCFS programs. 1) Feed-stocks will not include palm oil due to CI concerns. E. If third party verification determines that CI documentation or feedstock/batch production exceeded five percent total volume in excess of a CI score of 60, or feedstock production claims were inaccurate or not in compliance with specifications outlined, the Contractor will be liable for damages as outlined in standard terms and conditions of this Master Contract. 12603J Bulk Purchase& Delivery of Fuels Page 21 of 107 74 F. Biodiesel fuels: 1) Must be produced by a BQ-9000 certified facility. 2) Must be manufactured from at least fifty-one percent (51%) Washington state feedstock and/or biodiesel produced in Washington State. RCW 43.19.646 3) Must be free of contamination resulting in bacteria or condensation. If bacteria are present, the appropriate treatment shall be applied to the biodiesel at Contractor's expense. 4) Must be filter-cleaned to 5 microns or less. 5) Must be less than two (2) months old (measured from date of manufacture) at the time of delivery to Purchaser. 6) If requested by Purchaser, Contractor shall provide a PTD detailing the type and source feedstock producer of the fuel and CI, if available, for all gallons of biodiesel sold and delivered to the Purchaser. 7) Feedstocks will not include palm oil due to CI concerns. 8) Must have a CI of 60 or less. Co-mingled feedstock production shall be calculated on a mass balance basis and shall not exceed an overall CI score of 60. The CI scores will conform to the Current Certified CI values provided by the California Air Resources Board in support of low-carbon fuel standards in California and Oregon. 9) All fuel information provided for the fuel sold will be subject to third party verification at the request of the Purchaser at any time. Purchasers of the fuel will be responsible for verification costs. G. Renewable Diesel Requirements: 1) Must have a minimum octane rating of 87, which shall be determined using the R+M/2 method 2) No palm or palm derived feedstock's (PFADs, palm waste, etc.) may be used in production of Renewable Gasoline sold under this contract. De minimis amounts of palm from previous batch co-production acceptable. Upon request within five business days, producers will provide documentation of feedstock inputs (traceable to point of origin) and batch production to verify feedstock requirements including disclosure of information related to production of fuel batches not sold under this contract, as needed. 3) All deliveries of Renewable Gasoline will include a PTD showing feedstock origin, location and producer of the fuel and CI pathway for all gallons sold. Only certified CI fuel pathway codes approved under the California and/or Oregon state LCFS program(s) will be accepted and considered in compliance with this contract requirement. A temporary fuel pathway code may be referenced if the producer is in the active process of getting feedstock production pathways certified through California and/or Oregon LCFS programs. If Washington State adopts an LCFS program with pathways during the term of this contract, then those corresponding certified pathways would also be accepted. Co- mingled feedstock production will show gallons sold of each certified pathway and feedstock origin clearly on the PTD in order to verify compliance and allow calculation of lifecycle greenhouse gas emissions of fuel purchased. 4) All Renewable Gasoline products will have a CI of 80 or less as defined by California and/or Oregon LCFS certified or approved temporary pathways. Co-mingled feedstock production will be calculated on a mass balance basis, contain EPA approved isobutanol/isooctane, and will not exceed an overall CI score of 80. 5) All PTD's provided with fuel sold will be subject to third party verification at the request of the fuel purchaser at any time. End purchasers of the fuel will be responsible for verification costs. Five percent of total fuel volume sold under this contract may not exceed a mass balanced LCFS certified CI score of 80. 12603J Bulk Purchase& Delivery of Fuels Page 22 of 107 75 Carbon Intensity Reporting for Biodiesel and Renewable Diesel. Certified CI fuel pathway codes approved under the California and/or Oregon State low carbon fuel standard (LCFS) program(s) will be accepted and considered in compliance with reporting requirements under this Contract. A temporary fuel pathway code may be referenced if the producer is in the active process of having feedstock production pathways certified through California and/or Oregon LCFS programs. If Washington State adopts an LCFS program during the term of this Contract, then those corresponding certified pathways will be the required documentation. 16. Reid Vapor Pressure (RVP) (RVP applies to gasoline only) EPA's federal RVP regulations, 40 CFR 1090.215. (See 85 FR 78412 (pdf), in the summertime is limited to a maximum RVP of 9 psi (pounds per square inch). A 1 psi waiver is allowed for 10% ethanol by volume gasoline blends. The entire state of Washington uses 9.0 lb. RVP gasoline that is sold to consumers from June 1st to September 15th. 17. Diesel Exhaust Fluid (DEF) DEF is used as a consumable in selective catalytic reduction (SCR) in order to lower nitrogen oxides (NOX) concentration in the diesel exhaust emissions from diesel engines. The Owner uses DEF in a number of our vehicles. The Contractor is to provide DEF fluid to all Owner designated locations. This Contract is to also supply DEF storage tanks to any Owner locations upon request. The DEF storage tanks are to be placed at the fueling stations adjacent to the fuel pumps in a dry, well-ventilated area out of the sunlight as much as the location will allow and be easily accessible. Installation of the DEF Storage tanks shall be coordinated with the facility representative listed on the Site Worksheet/Delivery Profile for that location. 18. Future Fuel Types Because OPIS price index will serve as the basis for establishing contract pricing and bid differentials are to be applied to all gasoline and diesel family of fuels, the introduction of any new gasoline or diesel type tracked by OPIS may (at the discretion of the Owner) be added to the contract by a contract amendment. 19. Negligence The awarded Contractor assumes all liability and responsibilities for the handling and transportation of the fuel until it has been placed in an Owner's storage tank(s). The Contractor shall be responsible for any and all damage to buildings and/or properties caused by delivery trucks, operating personnel and damages or services necessitated by the failure to deliver fuel or the delivery of faulty product and equipment. Any repair or clean-up services shall be made at the Contractor's expense and to the satisfaction of the Owner. If the Contractor fails to comply with these requirements within 10-30 days (depending on the severity), the Owner may deem it expedient to repair damage and perform the necessary services at the expense of the Contractor. Should the fuel be negligently unloaded into the wrong tank (i.e. diesel fuel into a gasoline storage tank), the Contractor is responsible for the immediate removal, cleaning and replacement of both products, for any resulting damage, and the loss of revenue. 20. Spill Responsibilities The awarded Contractor is solely responsible for any and all spills, leaks or releases, which occur as a result of, or are contributed to by the actions of its agents, employees, or subcontractors. Therefore, the Contractor shall take all measures as required by law to prevent fuel spills (which includes but is not limited to, any spilling, leaking, pumping, pouring, emitting, emptying, or dumping into any land or water). In the event of a fuel spill, leak, or release, the Contractor shall be responsible for the required notifications, containment, clean up, and disposal of the fuel spilled and agrees to take the following actions. A. If warranted, evacuate and warn those persons that may be affected by the spill. B. Immediately contact the appropriate Emergency Response Agencies as required. C. Notify the Owner and purchaser or site representative of the spill within two (2) hours. 12603J Bulk Purchase& Delivery of Fuels Page 23 of 107 76 D. Clean up the spill in a manner that complies with federal, state, and local laws, regulations, rules and standards. E. For spills that occur other than on a Owner's owned or leased property; provide all notifications and reports as specified by federal, state, and local laws, regulations, rules, standards and permits. F. Attend additional spill prevention training (at the contractor's expense). G. Acquire (at Contractor's expense) additional spill prevention equipment. Should the Contractor fail or refuse to take the appropriate and timely containment, clean up, and disposal actions, the Owner may do so, and the Contractor shall reimburse the Owner for all expenses incurred including fines levied by appropriate agencies of federal or local governments. If there are no monies due, the remediation costs shall be the responsibility of the Contractor. Spill Notification and Response Plan: Contractor shall provide a copy of their spill notification and response plan with their bid response and if requested during anytime of this contract, within ten (10) business days after request. Any updates to the Spill Notification and Response Plan will be provided to the Owner within five (5) business days. 21. Hazardous Materials If an order covers goods, which include hazardous chemicals, Contractor shall, at the time of product delivery, provide the Owner with copies of Material Safety Data Sheets for chemicals which require such compliance and/or for materials used by Contractor while performing Services and any updates of the same. These sheets shall be in the form then required by applicable law or regulation. This requirement shall be in addition to whatever other requirements are imposed by law or regulation. 22. Reports Purchaser Report: Upon request from Owner's Purchaser, Contractor will provide Purchaser with a report on their fuel data. All data must be made available to Purchaser within one (1) week of request. For any other data requested from Purchasers, Contractor will provide a response within one (1) week and provide the requested data within two (2) weeks. Tank Monitoring Report: If Contractor provides tank monitoring to one of Owner's facilities/locations, the Purchaser may request a tank monitoring report. Contractor will provide such report within five (5) business days. Lab Test Results: Upon request from Owner, Contractor will provide Owner's Purchaser test results from supplied materials. If Contractor has testing results available, Contractor will provide the results to Purchaser at zero cost. If Contractor testing results are not available, Purchaser will be responsible for the cost of the fuel testing. This data must be made available to Owner's Purchaser with one (1) week of request. IV. BID PREPARATION AND SUBMISSION 1. Submitting a Bid Bids shall be completely uploaded into Public Purchase.com no later than the date and time listed on Page 2 of this Bid. Late Bids will not be accepted or evaluated. If you try to submit a Bid Late, the electronic system will not receive it. If Yakima City Hall is closed for business at the time scheduled for opening, for whatever reasons, Bidder's response will be opened on the next business day of the City of Yakima, at the originally scheduled hour. Bidders must submit their bid electronically through PublicPurchase.com where they will be kept in an electronic lockbox until date and time of opening. To register as a Vendor/Bidder with Public Purchase, go to www.publicpurchase.com or the City of Yakima website at 12603J Bulk Purchase& Delivery of Fuels Page 24 of 107 77 www.YakimaWA.Gov/Services/Purchasing. The Owner is NOT responsible for late bids due to operator error, electronic malfunction, system errors or interruptions affecting the Public Purchase site and the processing of any bids. The Purchasing Manager reserves the right to make exceptions for extenuating circumstances. Bids are not considered to be confidential according to the Washington State Public Records Act(RCW 42.56 et seq.) All sections of the bid response shall be made available to the public immediately after contract opening. 2. Prohibition of Bidder Terms & Conditions A Bidder may not submit their own contract terms and conditions in response to this Invitation to Bid. If a Bid contains such terms and conditions, the Owner, at its sole discretion, may determine the Bid to be a nonresponsive counteroffer, and the Bid may be rejected. 3. Multiple Bids Multiple Bids from a Bidder will be permissible; however, each Bid must conform fully to the requirements for Bid submission. Each such Bid must be submitted separately and labeled as Bid #1, Bid #2, etc. on the first page of their response. 4. Withdrawal of Bids Bidders may withdraw or supplement their Bid at any time up to the bid closing date and time. If a previously submitted bid is withdrawn before the bid due date and time, the Bidder may submit another Bid at any time up to the bid closing date and time. After bid closing date and time, all submitted Bids shall be irrevocable until contract award. V. BIDDERS CHECKLIST Bidder must complete and upload, as part of their Bid submittal, all required forms listed below in accordance with Section IV - Preparing and Submitting a Bid to constitute a responsive bid. Bids that do not include the submittals identified below may be rejected as nonresponsive. In addition, a bidder's failure to complete any submittal as instructed may result in the bid being rejected. Bidders may not provide unsolicited materials. For any supplemental materials expressly required by the Owner in writing, bidders must identify such supplemental materials with the bidder's name. ♦ Signature Sheet Page 2 ♦ Technical Specification Analysis Pages 9-13 ♦ Bid Form Pages 64-71 ♦ Bidder's Contact Information Pages 85-86 ♦ Bidder Questionnaire Pages 87-92 ♦ FTA Debarment& Suspension Certification Pages 93-94 ♦ Spill Notification and Response Plan Page 24 ♦ Disadvantaged Business Enterprise (DBE) Utilization Form Page 49 ♦ Lobbying Restrictions Certification Page 54 VI. EVALUATION AND CONTRACT AWARD 1. Preliminary Evaluation All Bids shall be evaluated against the same standards. The Bids will first be reviewed by the Buyer to determine if they contain the required forms and conformity to the specifications, follow the submittal instructions and meet all mandatory requirements. Refer to Section V Bidder's Checklist to ensure your Bid response contains all required documents. 12603J Bulk Purchase& Delivery of Fuels Page 25 of 107 78 Failure to conform to the Bid specifications and respond to each of the submittal requirements may be the basis for rejection of a bid. Any bidder whose bid is determined to be non-responsive will be rejected and will be notified of the reason(s) for rejection. The Owner reserves the right to: A. Reject any and all bids or accept any presented that meet or exceed these specifications. B. Request clarification regarding any bid C. Waive any informality (an immaterial variation from the exact requirements of the solicitation specifications, having no effect or merely a minor or negligible effect on quality, quantity, or delivery of the goods or the quality, capability, or performance of the services being procured, and the correction or waiver of which would not affect the relative standing of, or be otherwise prejudicial, to bidders). D. Cancel the competitive solicitation and, if desired, re-solicit bids All responsive, responsible bids will then be reviewed by the using division managers and/or department directors. 2. Bid Evaluation The evaluation and selection of a Bidder will be based on the information submitted in the Bid. Award will be made to a responsible Bidder with the most responsive Bid that meets or exceeds these specifications, and which would be in the best overall interest of the City and County and will not necessarily be bound to accept the low bid. Evaluation of Bids and determination of Bidder responsibility shall be based on Bidder's supporting documentation, past experience with Bidder, proposed delivery time, responsibility in performing other contracts with the Owner and other agencies, experience level and qualifications of the Bidder and their subcontractor(s) or agent(s) designated to compete the requirements. Determination of responsiveness shall be based on number of fuel types provided, number of different load sizes provided, number of different terminals for each type available, if shipping is performed in-house or subcontracted out, responsiveness to customer services request, in addition to price. All materials submitted by Bidder, and other evidence the Owner may obtain otherwise, will be used to determine whether Bidder is capable of and has a history of successfully completing contracts of this type, including, but not limited to: A. Bidder is skilled and regularly engaged in the general class or type of work called for under the contract. B. Bidder has the requisite experience and ability, capacity, sufficient capital, facilities, personnel and plant to enable it to execute the work properly and successfully, and to complete it within the time stated in its bid. C. Whether the bidder can fulfil the contract or provide the service promptly, or within the time specified, without delay or interference. D. Bidder's ability to provide product and services during a local, state or national emergency. E. Bidder has performed satisfactorily other contracts of like service, nature, magnitude and comparable difficulty. F. The character, integrity, reputation, judgement, experience and efficiency of the bidder. G. The previous and existing compliance by the bidder with laws and ordinances relating to contracts or services. H. The quality, availability, and adaptability of the supplies or contractual services to the particular use required. I. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. J. The enclosed Bidder Questionnaire must be completed and enclosed with the bid to be considered for award. Non-conformance may result in rejection of bid as non-responsive. 12603J Bulk Purchase& Delivery of Fuels Page 26 of 107 79 A Bidder, if requested, must be prepared to present evidence of experience, ability, service facilities and financial standing necessary to meet satisfactorily the requirements set forth or implied in the bid proposal. 3. Offer in Effect for Ninety (90) Days A Bid may not be modified, withdrawn or canceled by the Bidder for a ninety (90) day period following the deadline for Bid due date, or receipt of best and final offer, if required, and Bidder so agrees by submittal of a bid. 4. Award of Contract The Owner reserves the right to make multiple awards depending on what would be in the best interest of the City and County and will not necessarily be bound to accept the low bid. Upon award of this Bid, two separate Contracts will be implemented, one for the City of Yakima and one for Yakima County with each entity performing their own contract administration. The award of the Contract will be made within ninety (90) days after the opening of the bids. A. It shall not be the responsibility of the Owner to provide engineering or other services to protect the bidder from additional costs accrued from performing this Contract. B. A Preliminary Bid Tab will be posted on the City of Yakima website the day after the bid opening. To view bid tabs, please go to www.yakimawa.gov, and look under Purchasing, bid results. C. After preliminary review, all responsive, responsible bids will then be reviewed by the using division and department managers and/or directors of both the City of Yakima and Yakima County, and recommendation(s) of award(s) form both will be made. D. The recommendation(s) for award(s) along with the submitted bid(s) will then be reviewed and final award will be approved by: • City - Yakima City Council, will make the final award for the City. • County— Board of County Commissioners, will make the final award for the County. E. The Buyer listed on page 2, shall announce the successful Bidder via Website, e-mail, fax, regular mail, or by any other appropriate means. After award is made, the final bid tab will be posted on the City of Yakima website. 5. Protest Procedure Any protest must be made in writing, signed by the protestor, and state that the Bidder is submitting a formal protest. The protest shall be filed with the City of Yakima's Purchasing Manager at 129 No. 2nd St., Yakima, WA 98901, or by fax: 509-576-6394 or emailed to: Rudy.Silva©YakimaWA.Gov and Purch@YakimaWa.Gov. The protest shall clearly state the specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being requested. Protests based on specifications/scope of work, or other terms in the Bid shall be filed at least five (5) calendar days before the solicitation's due date, and protests based on award or after the award shall be filed no more than five calendar (5) days after Notice of Intent to Award Announcement (see below for details). The following steps shall be taken in an attempt to resolve the protest with the Bidder: Step I. Purchasing Manager(s) and Division Manager(s) of solicitation try resolving matter with protester. All available facts will be considered, and the City of Yakima Purchasing Manager shall issue a written decision. Step II. If unresolved, within three (3) business days after receipt of written decision, the protest may be appealed to the Department Head(s) by the Purchasing Manager(s). Step III. If still unresolved, within three (3) business days after receipt of appeal response, the protest may be appealed to the City of Yakima Executive and Yakima County Commissioners. The City of Yakima Executive and Yakima County Commissioners shall make a final determination in writing to the Protester. 12603J Bulk Purchase& Delivery of Fuels Page 27 of 107 80 Award Announcement The Buyer listed on page 2 shall announce the successful Bidder via Public Purchase.com, Website, e-mail, fax, regular mail, or by any other appropriate means. Once the Award is released by Purchasing, the protest time frame begins. The timeframe is not based upon when the bidder received the information, but rather when the announcement is issued by Purchasing. Award Regardless of Protest When a written protest against making an award is received, the award shall not be made until the matter is resolved, unless the City and/or County determines that one of the following applies: • The supplies or services to be contracted for are urgently required. • Delivery or performance will be unduly delayed by failure to make award promptly. • A prompt award will otherwise be advantageous to the City. If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for the award. Written notice of the decision to proceed shall be sent to the protester and others who may be concerned. The Owner retains the right to enter into any contract, and nothing herein shall be construed to limit that authority in any manner. 6. Sample Contract and Terms and Conditions The Sample Contract provided with this Bid Specification represents the terms and conditions which the Owner expects to execute in a contract with the successful Bidder. Bidders must accept or submit point-by-point exceptions along with proposed alternative or additional language for each point. The Owner may or may not consider any of the Bidder's suggested revisions. Any changes or amendment to any of the Contract Terms and Conditions will occur only if the change is in the best interest of the Owner. VII. TECHNICAL SPECIFICATIONS 1. The Bidder must provide a detailed description of each major component of their bid for fuels, DEF, incidentals and their proposed delivery system. At a minimum, these descriptions shall take into consideration the specifications outlined below in this Technical Specifications section and shall be equal to or better than the specifications stated herein. Bidders are reminded to provide point-by-point responses to all specifications. All exceptions to these specifications or any additional work found necessary that is not specified in this Bid specification shall be listed on a separate sheet entitled "EXCEPTIONS TO THE SPECIFICATIONS". Any Bid submitted without exceptions will be required to meet every detail of these specifications regardless of cost to the successful bidder. Where "NO EXCEPTIONS" are shown, none will be allowed. No exceptions will be considered that may tend to devalue the equipment or give an individual bidder who is offering a lesser item a distinct advantage. 2. Bidder must complete the following "Technical Specification Analysis" section and return it with their Bid Submittal. FAILURE TO DO SO WILL BE CAUSE FOR REJECTION OF SAID BID. The Bidder must complete the following Technical Specification Analysis section using one of the following responses for each of the specifications. Y—Yes. The Bidder's proposed product currently satisfies the entire requirement, and the proposed system will completely support the requirement. N — No. The Bidder's product does not currently satisfy the entire requirement, and the Bidder's delivered product will not satisfy the requirement. 12603J Bulk Purchase& Delivery of Fuels Page 28 of 107 81 E— Explanation. The Bidder's product partially satisfies the requirement, and an explanation is included in the response. MR— Modification Required. The Bidder's product does not currently satisfy the requirement, but the Bidder commits that the delivered base product will satisfy the requirement at no additional cost and shall be supported in future releases of the Bidder's base products. The following Technical Specifications Analysis shall be answered with a Y of N. Checking "NO" on any item will not necessarily disallow a Bid. The Owner shall be the sole judge as to whether an exception is acceptable or not. Bidders are encouraged to provide further detail where such detail might differentiate their products from those of their competitors or where such detail might assist in analysis of the Bid. The Owner reserves the right to request additional information or perform tests and measurements before selecting the Apparent Successful Bidder. A bidder's failure to provide requested information to the Owner within ten (10) business days may result in disqualification. TECHNICAL SPECIFICATION ANALYSIS FORM Bulk Purchase and Delivery of Gasoline, Diesel Fuels and Related Products Item Specification Yes No Comments GENERAL REQUIREMENTS All fuel meets Washington state fuel quality standards as provided by Washington's Motor Fuel Quality Act, RCW 19.112, and is free from contamination — i.e., free from impurities including water, ❑ ❑ dirt,harmful oils,fibrous materials,and other petroleum products or contaminates. All fuel supplied by vendor meets or exceeds the most current ❑ ❑ ASTM specifications relevant to the fuel type ordered. UNLEADED GASOLINE .1111.111.111 Shall meet ASTM D4814 ❑ 0 Vendor's gasoline is blended with at least 2% ethanol up to 10% ❑ ❑ and is measured on a quarterly basis. Premium Unleaded Gasoline Shall be rated 91 to 93 Octane. ❑ ❑ Shall have an RVP rating of 7.8 to 9.0 Mid-Grade Gasoline Shall be rated 89 Octane. ❑ ❑ Shall have an RVP rating of 7.8 to 9.0 Regular Gasoline Shall be rated 87 Octane. ❑ ❑ Shall have an RVP rating of 7.8 to 9.0 ULTRA LOW SULFUR DIESEL (ULSD) FUELS Does Vendor's diesel contain more than 2%biodiesel? ❑ ❑ 12603J Bulk Purchase& Delivery of Fuels Page 29 of 107 82 ULSD#1 Clear and Dyed Shall meet ASTM D975. ❑ ❑ The City and County is not accepting any biodiesel blended above 2%in with the dyed diesel#1 fuel. ULSD#2 Clear and Dyed Shall be per ASTM D975. ❑ ❑ The City and County is not accepting any biodiesel blended above 2%in with the dyed diesel#2 RENEWABLE DIESEL (RD) Shall meet ASTM D975 and adheres to EN 15940 ❑ ❑ R99 must be compatible with ULSD ❑ ❑ Must have a minimum octane rating of 87 ❑ ❑ Must be filter-cleaned to 20 microns or less ❑ ❑ Shall have a Carbon Intensity(CI) of 80 or less ❑ ❑ Have certified CI fuel pathway codes approved under the California and/or Oregon state low carbon fuel standards (LCFS) ❑ ❑ programs No palm or palm derived (PFADs, palm waste, etc.) in feedstock ❑ ❑ used in production Deliveries will include a PTD showing feedstock origin, location ❑ ❑ and producer of the fuel and CI pathways for all gallons REID VAPOR PRESSURE (RVP) applies to gasoline only Per Federal Regulations RVP percentages apply during the following time periods June 1—September 15, RVP 9.0 ❑ ❑ DIESEL EXHAUST FLUID (DEF) DEF is used as consumable in Selective Catalytic Reduction (SCR) in order to lower nitrogen oxides (NOx) concentration in the diesel exhaust emissions from diesel engines. The City and County use DEF in a number of vehicles Contractor will provide DEF to each of the designated fueling locations notated on the Site Worksheet/Delivery Profile ❑ ❑ The contractor will provide a storage tank, if needed,to Owner's ❑ ❑ locations upon request. The DEF storage tanks are to be placed at the fueling stations adjacent to the fuel pumps in a dry, well-ventilated area out of the sunlight as much as the location will allow and be easily accessible. ❑ ❑ Installation of the DEF Storage tanks shall be coordinated with the facility representative listed on the Site Worksheet for that location 12603J Bulk Purchase& Delivery of Fuels Page 30 of 107 83 ADDITIVES, TREATMENTS, AND CONDITIONERS Contractor is able to and will supply and blend fuel additives, ❑ ❑ treatments and conditioner products to the fuel purchased. Vendor is to automatically add weatherization additives to deliveries and pre blend, with the standard 70/30 blend from October 15 to March 15 of each year. If vehicles experience fuel gelling problems during this ❑ ❑ period due to Contractor not delivering pre-blended fuel as stated above, Contractor will pay all expenses to rectify the problem and be financially responsible for any damages caused. The Contractor will also provide weatherization additives from March 16 to October 14 to mix with existing fuel in tanks any time the temperature dips below the manufacturer's ❑ ❑ recommendation and a weatherization additive is recommended for optimum fuel performance. Vendor shall itemize additives,treatments or conditioners on invoices as a separate line item. Price charged shall not exceed the lowest price charged to ❑ ❑ other customers and the prices are to be comparable to current market rates of other suppliers. At the Owner's request,the Contractor shall provide supporting ❑ ❑ documentation to validate price compliance. KEEP-FULL and WILL-CALL Besides conforming to the standard contract terms as defined herein, the following will be applicable to Keep-Full and Will-Call deliveries. Tank Levels: Contractor shall monitor the level of all tanks per the requirements detailed on the Site Worksheet/Delivery ❑ ❑ Profile for each location. Contractor will plan and schedule deliveries accordingly to ❑ ❑ ensure the most expeditious and economic delivery. Contractor will ensure that tank levels never fall below the minimums listed. City—5,000 gallons ❑ ❑ County—2,500 gallons Or as stated on the Site Worksheet/Delivery Profile. Split Loads: Prices shall be the same for bulk and split deliveries, i.e. if the County orders a full truck and has part of the load ❑ ❑ delivered to Sunnyside and part of the load delivered to Yakima; the price shall be for a full truck load. Tank Testing: Owner will be allowed to initiate a "top off" order ❑ ❑ at the established contract pricing. 12603J Bulk Purchase& Delivery of Fuels Page 31 of 107 84 DELIVERIES Fuel being purchased under this contract serves law enforcement, emergency fire services and other critical government services. Contractor guarantees order fulfillment within two (2) calendar ❑ ❑ days after receipt of an order EMERGENCY DELIVERIES and DISASTER RELEIF Emergency orders are to be top priority Contractor is equipped and prepared to successfully fulfill an emergency delivery OR respond to a disaster 7-days a week, 24- ❑ ❑ hours a day. During an emergency or disaster,this City and County contract ❑ ❑ will be given priority. Contractor will make every effort to fulfill an emergency delivery within a maximum of 24 hours of a verbal, electronic, written or ❑ ❑ faxed order. Contractor shall furnish emergency order contact information and always be poised to receive and respond to an emergency or ❑ ❑ disaster relief order. VOLUME VERIFICATION REQUIREMENTS To ensure that delivery volumes are accurately calculated, the following shall apply. Dispensing meters are to be certified by the Washington State Department of Weights and Measures, and delivery volumes ❑ ❑ shall not be temperature corrected. The Owner reserves the right to randomly ask for stick readings. ❑ ❑ All invoices are to be accompanied with the appropriate volume delivery verification documentation including, but not limited to, ❑ ❑ a metered delivery ticket, bill of lading as well as a record of before and after delivery readings. BACKGROUND CHECK Some delivery sites may have security restrictions requiring delivery personnel to pass a criminal background check before access is granted. Contractor will perform a back-ground check and provide to the City and/or County representative listed in the Contract under ❑ ❑ Notices with the necessary paperwork for all drivers delivering to that location. 12603J Bulk Purchase& Delivery of Fuels Page 32 of 107 85 VIII. FEDERAL REGULATIONS Code of Federal Regulations When spending Federal Funding, the City complies with and has a separate policy for"Uniform Administrative Requirement, Cost Principals, and Audit Requirements for Federal Awards", published in Title 2 of the Code of Federal Regulations, (2 CFR 200), specifically 2 CFR 200.318 through 200.326. The successful bidder shall comply with applicable federal, state and local laws, regulations, and executive orders, which are incorporated by reference herein. This bid is being used by the City of Yakima Transit Division, which receives Federal funding and, therefore, must adhere to the following federal regulations: 2 CFR 200 Procurement Standards for when utilizing Federal Funds (Adapted for City of Yakima use to comply with 200.318 through 200.326) 200.318 General procurement standards. 200.319 Competition. 200.320 Methods of procurement to be followed. 200.321 Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms. 200.322 Procurement of recovered materials. 200.323 Contract cost and price. 200.324 Federal awarding agency or pass-through entity review. 200.325 Bonding requirements. 200.326 Contract provisions. POLICY: 1. General procurement standards. (Adapted from§200.318) A. Conform to Federal Law: The City uses its own documented procurement procedures which reflect applicable State, local, laws and regulations, providing for procurements that conform to applicable Federal law and the standards identified in these Procurement Standards. B. Oversight: City Attorney shall maintain oversight when procuring Equipment, Materials, Services and Limited Public Works, to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. C. Conflict of Interest: City maintains written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts in the City. In addition, no employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family,his or her partner,or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the City may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. D. Organizational Conflicts of Interest: If the City has a parent, affiliate, or subsidiary organization that is not a state, local government, or Indian tribe, the City maintains written standards of conduct covering organizational conflicts of interest. Organizational conflicts of interest means that because of relationships with a parent company, affiliate, or subsidiary organization, the City entity is unable or appears to be unable to be impartial in conducting a procurement action involving a related organization. 12603J Bulk Purchase& Delivery of Fuels Page 33 of 107 86 E. Most Economical Approach: The City must avoid acquisition of unnecessary or duplicative items.Consideration should be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. F. Intergovernmental Procurements: To foster greater economy and efficiency, and in accordance with efforts to promote cost- effective use of shared services across the Federal Government, the City is encouraged to enter into state and local intergovernmental agreements or inter-entity agreements where appropriate for procurement or use of common or shared goods and services. G. Federal Surplus: The City is encouraged to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs. H. Value Engineering: The City is encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost. I. Responsible Contractor: The City must award contracts only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. See also §200.213 Suspension and debarment. J. Records: The City must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. K. Time and Materials Contracts: The City entity may use a time and materials type contract only after a determination that no other contract is suitable and if the contract includes a ceiling price that the contractor exceeds at its own risk.Time and materials type contract means a contract whose cost to a City is the sum of: i. The actual cost of materials; and ii. Direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit. L. Ceiling Price: Since this formula generates an open-ended contract price, a time-and-materials contract provides no positive profit incentive to the contractor for cost control or labor efficiency. Therefore, each contract must set a ceiling price that the contractor exceeds at its own risk. Further, the City awarding such a contract must assert a high degree of oversight in order to obtain reasonable assurance that the contractor is using efficient methods and effective cost controls. M. Issues: The City alone must be responsible, in accordance with good administrative practice and sound business judgment,for the settlement of all contractual and administrative issues arising out of procurements. These issues include, but are not limited to, source evaluation, protests, disputes, and claims. These standards do not relieve the City of any contractual responsibilities under its contracts. The Federal awarding agency will not substitute its judgment for that of the City unless the matter is primarily a Federal concern. Violations of law will be referred to the local, state, or Federal authority having proper jurisdiction. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014; 80 FR 43309, July 22, 2015] 2. Competition. (Adapted from§200.319) A. Full and Open Competition: All procurement transactions must be conducted in a manner providing full and open competition consistent with the standards of this section. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, or invitations for bids or requests 12603J Bulk Purchase& Delivery of Fuels Page 34 of 107 87 for proposals must be excluded from competing for such procurements. Some of the situations considered to be restrictive of competition include but are not limited to: B. Unreasonable Requirements: Placing unreasonable requirements on firms in order for them to qualify to do business; C. Unnecessary Experience and Bonding: Requiring unnecessary experience and excessive bonding; D. Noncompetitive Pricing: Noncompetitive pricing practices between firms or between affiliated companies; E. Noncompetitive Contracts: Noncompetitive contracts to consultants that are on retainer contracts; F. Organizational conflicts of interest: G. Brand Name: Specifying only a"brand name" product instead of allowing "an equal" product to be offered and describing the performance or other relevant requirements of the procurement; and H. Arbitrary Actions: Any arbitrary action in the procurement process. I. Geographical Preferences: The City will conduct procurements in a manner that prohibits the use of statutorily or administratively imposed state, local, or tribal geographical preferences in the evaluation of bids or proposals, except in those cases where applicable Federal statutes expressly mandate or encourage geographic preference. Nothing in this section preempts state licensing laws. When contracting for architectural and engineering (NE)services, geographic location may be a selection criterion provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. J. The City ensures that all solicitations: i. Incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured and, when necessary, must set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equivalent" description may be used as a means to define the performance or other salient requirements of procurement. The specific features of the named brand which must be met by offers must be clearly stated; and ii. Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. iii. The City ensures that all prequalified lists of persons,firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition. Also, the City must not preclude potential bidders from qualifying during the solicitation period. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014] 3. Methods of procurement to be followed. (Adapted from§200.320) The City must use one of the following methods of procurement. A. Procurement by micro-purchases.Procurement by micro-purchase is the acquisition of supplies or services,the aggregate dollar amount of which does not exceed the micro-purchase threshold (§200.67 Micro-purchase). To the extent practicable, the City must distribute micro-purchases equitably among qualified suppliers. Micro-purchases may be awarded without soliciting competitive quotations if the City considers the price to be reasonable. 12603J Bulk Purchase& Delivery of Fuels Page 35 of 107 88 B. Procurement by small purchase procedures. Small purchase procedures are those relatively simple and informal procurement methods for securing services, supplies, or other property that do not cost more than the Simplified Acquisition Threshold. If small purchase procedures are used, price or rate quotations must be obtained from an adequate number of qualified sources. C. Procurement by sealed bids (formal advertising). Bids are publicly solicited and a firm fixed price contract (lump sum or unit price)is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. The sealed bid method is the preferred method for procuring construction, if the conditions in paragraph (J)(i)of this section apply. i. In order for sealed bidding to be feasible, the following conditions should be present: 1) A complete, adequate, and realistic specification or purchase description is available; 2) Two or more responsible bidders are willing and able to compete effectively for the business; and 3) The procurement lends itself to a firm fixed price contract and the selection of the successful bidder can be made principally on the basis of price. 4) If sealed bids are used, the following requirements apply: a) Bids must be solicited from an adequate number of known suppliers, providing them sufficient response time prior to the date set for opening the bids (11 days for the City in 2 issues and 13 days for the County in 2 issues). The invitation for bids must be publicly advertised; b) The invitation for bids,which will include any specifications and pertinent attachments, must define the items or services in order for the bidder to properly respond; c) All bids will be opened at the time and place prescribed in the invitation for bids, and opened publicly; d) A firm fixed price contract award will be made in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors such as discounts, transportation cost, and life cycle costs must be considered in determining which bid is lowest. Payment discounts will only be used to determine the low bid when prior experience indicates that such discounts are usually taken advantage of; and e) Any or all bids may be rejected if there is a sound documented reason. D. Procurement by competitive proposals.The technique of competitive proposals is normally conducted with more than one source submitting an offer, and either a fixed price or cost-reimbursement type contract is awarded. It is generally used when conditions are not appropriate for the use of sealed bids. If this method is used, the following requirements apply: i. Requests for proposals must be publicized and identify all evaluation factors and their relative importance. Any response to publicized requests for proposals must be considered to the maximum extent practical; ii. Proposals must be solicited from an adequate number of qualified sources; iii. The City must have a written method for conducting technical evaluations of the proposals received and for selecting recipients; iv. Contracts must be awarded to the responsible firm whose proposal is most advantageous to the program,with price and other factors considered; and v. The City may use competitive proposal procedures for qualifications-based procurement of architectural/engineering (NE) professional services whereby competitors' qualifications are evaluated and the most qualified competitor is selected, subject to negotiation of fair and reasonable compensation. The method, where price is not used as a 12603J Bulk Purchase& Delivery of Fuels Page 36 of 107 89 selection factor, can only be used in procurement of NE professional services. It cannot be used to purchase other types of services though NE firms are a potential source to perform the proposed effort. vi. Procurement by noncompetitive proposals. Procurement by noncompetitive proposals is procurement through solicitation of a proposal from only one source and may be used only when one or more of the following circumstances apply: 1)The item is available only from a single source; 2)The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation; 3)The Federal awarding agency or pass-through entity expressly authorizes noncompetitive proposals in response to a written request from the City; or 4)After solicitation of a number of sources, competition is determined inadequate. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014; 80 FR 54409, Sept. 10, 2015] 4. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms. (Adapted from§200.321) A. The City must take all necessary affirmative steps to assure that minority businesses,women's business enterprises, and labor surplus area firms are used when possible. B. Affirmative steps must include: i. Placing qualified small and minority businesses and women's business enterprises on solicitation lists (forward requests to Purchasing); ii. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. Log onto WWW.MDT.MT.GOV and search their database for any potential vendors. Click on "Doing Business"; iii. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; iv. Establishing delivery schedules,where the requirement permits,which encourage participation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce, and Office of Minority & Women's Business Enterprises; and vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (i) through (ii)of this section. 5. Procurement of recovered materials. (Adapted from§200.322) The City must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the 12603J Bulk Purchase& Delivery of Fuels Page 37 of 107 90 preceding fiscal year exceeded$10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014] 6. Contract cost and price. (Adapted from§200.323) A. The City must perform a cost or price analysis in connection with every procurement action in excess of the Simplified Acquisition Threshold including contract modifications. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the City must make independent estimates before receiving bids or proposals. B. The City must negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. C. Costs or prices based on estimated costs for contracts under the Federal award are allowable only to the extent that costs incurred or cost estimates included in negotiated prices would be allowable for the City. The City may reference its own cost principles that comply with the Federal cost principles. D. The cost plus a percentage of cost and percentage of construction cost methods of contracting must not be used. 7. Federal awarding agency or pass-through entity review. (Adapted from§200.324) A. The City must make available, upon request of the Federal awarding agency or pass-through entity, technical specifications on proposed procurements where the Federal awarding agency or pass-through entity believes such review is needed to ensure that the item or service specified is the one being proposed for acquisition. This review generally will take place prior to the time the specification is incorporated into a solicitation document. However, if the City desires to have the review accomplished after a solicitation has been developed, the Federal awarding agency or pass-through entity may still review the specifications, with such review usually limited to the technical aspects of the proposed purchase. B. The City must make available upon request, for the Federal awarding agency or pass-through entity pre-procurement review, procurement documents, such as requests for proposals or invitations for bids, or independent cost estimates, when: i. The City's procurement procedures or operation fails to comply with the procurement standards in this part; ii. The procurement is expected to exceed the Simplified Acquisition Threshold and is to be awarded without competition or only one bid or offer is received in response to a solicitation; iii. The procurement, which is expected to exceed the Simplified Acquisition Threshold, specifies a "brand name" product; iv. The proposed contract is more than the Simplified Acquisition Threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or v. A proposed contract modification changes the scope of a contract or increases the contract amount by more than the Simplified Acquisition Threshold. C. The City is exempt from the pre-procurement review in paragraph (ii) of this section if the Federal awarding agency or pass- through entity determines that its procurement systems comply with the standards of this part. 12603J Bulk Purchase& Delivery of Fuels Page 38 of 107 91 D. The City may request that its procurement system be reviewed by the Federal awarding agency or pass-through entity to determine whether its system meets these standards in order for its system to be certified. Generally, these reviews must occur where there is continuous high-dollar funding, and third party contracts are awarded on a regular basis; E. The City may self-certify its procurement system. Such self-certification must not limit the Federal awarding agency's right to survey the system. Under a self-certification procedure, the Federal awarding agency may rely on written assurances from the City that it is complying with these standards. The City must cite specific policies, procedures, regulations, or standards as being in compliance with these requirements and have its system available for review. 8. Bonding requirements. (Adapted from§200.325) For construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold,the Federal awarding agency or pass-through entity may accept the bonding policy and requirements of the City provided that the Federal awarding agency or pass-through entity has made a determination that the Federal interest is adequately protected. If such a determination has not been made, the minimum requirements must be as follows: A. A bid guarantee from each bidder equivalent to five percent of the bid price. The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified. B. A performance bond on the part of the contractor for 100 percent of the contract price. A"performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. C. A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. 9. Federal Contract provisions. (Adapted from §200.326) Simplified Acquisition Threshold raised to$250,000; However, FTA is still set at$150,000 for Buy American, The City's contracts utilizing Federal Funding must contain the applicable provisions described in Appendix II to Part 200—Contract Provisions for City Contracts Under Federal Awards, which can be viewed and copied at: http://federal.elaws.us/cfr/title2.chapterii.part200.appii In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A)Contracts for more than the simplified acquisition threshold currently set at$250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B)All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be affected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964- 1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations(29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a 12603J Bulk Purchase& Delivery of Fuels Page 39 of 107 92 wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or sub-recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. (E)Contract Work Hours and Safety Standards Act(40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non- Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR§401.2 (a) and the recipient or sub-recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement," the recipient or sub-recipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G)Clean Air Act(42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387), as amended— Contracts and sub-grants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti-Lobbying Amendment(31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (J) See§200.322 Procurement of recovered materials. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75888, Dec. 19, 2014] 12603J Bulk Purchase& Delivery of Fuels Page 40 of 107 93 Federal Transit Administration (FTA) Requirements When spending grants funds issued by the FTA, the City complies with all FTA 3rd party contract requirements as presented below. Federal Transit Administration 3rd Party Contract Clauses FOR CITY OF YAKIMA Appendix A. Federally Required and Other Model Contract Clauses A.1 ACCESS TO RECORDS AND REPORTS A.2 BONDING REQUIREMENTS Section Deleted/Not Applicable A.3 BUS TESTING Section Deleted/Not Applicable AA BUY AMERICA REQUIREMENTS Section Deleted/Not Applicable A.5 CARGO PREFERENCE REQUIREMENTS A.6 CHARTER SERVICE Section Deleted/Not Applicable A.7 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT A.8 CIVIL RIGHTS LAWS AND REGULATIONS A.9 DISADVANTAGED BUSINESS ENTERPRISE (DBE) THIS SECTION MUST BE COMPLETED BY BIDDER A.10 EMPLOYEE PROTECTIONS A.11 ENERGY CONSERVATION A.12 FLY AMERICA Section Deleted/Not Applicable A.13 GOVERNMENT-WIDE DEBARMENT AND SUSPENSION A.14 LOBBYING RESTRICTIONS THIS SECTON MUST BE COMPLETED BY BIDDER A.15 NO GOVERNMENT OBLIGATION TO THIRD PARTIES A.16 PATENT RIGHTS AND RIGHTS IN DATA Section Deleted/Not Applicable A.17 PRE AWARD AND POST DELIVERY AUDITS OF ROLLING STOCK PURCHASES Section Deleted/Not Applicable A.18 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS A.19 PUBLIC TRANSPORTATION EMPLOYEE PROTECTIVE ARRANGEMENTS Section Deleted/Not Applicable A.20 RECYCLED PRODUCTS A.21 SAFE OPERATION OF MOTOR VEHICLES A.22 SCHOOL BUS OPERATIONS Section Deleted/Not Applicable A.23 SEISMIC SAFETY Section Deleted/Not Applicable A.24 SUBSTANCE ABUSE REQUIREMENTS A.25 TERMINATION A.26 VIOLATION AND BREACH OF CONTRACT 12603J Bulk Purchase& Delivery of Fuels Page 41 of 107 94 A.1 ACCESS TO RECORDS AND REPORTS 49 U.S.C. § 5325(g) 2 C.F.R. § 200.333 49 C.F.R. part 633 Applicability to Contracts The record keeping and access requirements apply to all contracts funded in whole or in part with FTA funds. Under 49 U.S.C. §5325(g), FTA has the right to examine and inspect all records, documents, and papers, including contracts, related to any FTA project financed with Federal assistance authorized by 49 U.S.C. Chapter 53. Flow Down The record keeping and access requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language There is no required language for record keeping and access requirements. Recipients can draw on the following language for inclusion in their federally funded procurements. Access to Records and Reports a. Record Retention.The Contractor will retain,and will require its subcontractors of all tiers to retain,complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third party agreements of any type, and supporting materials related to those records. b. Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. §200.333.The Contractor shall maintain all books, records,accounts and reports required under this Contract for a period of at not less than three(3)years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. c. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. d. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. A.5 CARGO PREFERENCE REQUIREMENTS 46 U.S.C. §55305 46 C.F.R. part 381 Applicability to Contracts The Cargo Preference Act of 1954 requirements applies to all contracts involving equipment, materials, or commodities that may be transported by ocean vessels. Flow Down The Cargo Preference requirements apply to all contracts involved with the transport of equipment, material, or commodities by ocean vessel. Model Clause/Language 12603J Bulk Purchase& Delivery of Fuels Page 42 of 107 95 The Maritime Administration (MARAD) regulations at 46 C.F.R. § 381.7 contain suggested contract clauses. Recipients can draw on the following language for inclusion in their federally funded procurements. Cargo Preference-Use of United States-Flag Vessels The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.); and c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. A.7 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 42 U.S.C. §§ 7401—7671q 33 U.S.C. §§ 1251-1387 2 C.F.R. part 200, Appendix II (G) Applicability to Contracts The Clean Air and Clean Water Act requirements apply to each contract and subcontract exceeding$150,000. Each contract and subcontract must contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251— 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Flow Down The Clean Air Act and Federal Water Pollution Control Act requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language Recipients can draw on the following language for inclusion in their federally funded procurements. The Contractor agrees: 1) It will not use any violating facilities; 2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA"List of Violating Facilities;" 3) It will report violations of use of prohibited facilities to FTA;and 4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401—7671q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). 12603J Bulk Purchase& Delivery of Fuels Page 43 of 107 96 A.8 CIVIL RIGHTS LAWS AND REGULATIONS Applicability to Contracts The following Federal Civil Rights laws and regulations apply to all contracts. 1. Federal Equal Employment Opportunity(EEO) Requirements.These include, but are not limited to: a. Nondiscrimination in Federal Public Transportation Programs. 49 U.S.C. §5332, covering projects, programs, and activities financed under 49 U.S.C. Chapter 53, prohibits discrimination on the basis of race, color, religion, national origin, sex (including sexual orientation and gender identity), disability, or age, and prohibits discrimination in employment or business opportunity. b. Prohibition against Employment Discrimination. Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000e, and Executive Order No. 11246, "Equal Employment Opportunity," September 24, 1965, as amended, prohibit discrimination in employment on the basis of race, color, religion, sex, or national origin 2. Nondiscrimination on the Basis of Sex. Title IX of the Education Amendments of 1972,as amended,20 U.S.C. § 1681 et seq. and implementing Federal regulations, "Nondiscrimination on the Basis of Sex in Education Programs or Activities Receiving Federal Financial Assistance," 49 C.F.R. part 25 prohibit discrimination on the basis of sex. 3. Nondiscrimination on the Basis of Age. The"Age Discrimination Act of 1975," as amended,42 U.S.C. §6101 et seq., and Department of Health and Human Services implementing regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,"45 C.F.R. part 90, prohibit discrimination by participants in federally assisted programs against individuals on the basis of age.The Age Discrimination in Employment Act (ADEA), 29 U.S.C. § 621 et seq., and Equal Employment Opportunity Commission(EEOC)implementing regulations,"Age Discrimination in Employment Act," 29 C.F.R. part 1625, also prohibit employment discrimination against individuals age 40 and over on the basis of age. 4. Federal Protections for Individuals with Disabilities. The Americans with Disabilities Act of 1990,as amended (ADA), 42 U.S.C. § 12101 et seq., prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and imposes specific requirements on public and private entities. Third party contractors must comply with their responsibilities under Titles I, II, Ill, IV, and V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions, many of which are subject to regulations issued by other Federal agencies. Flow Down The Civil Rights requirements flow down to all third party contractors and their contracts at every tier. Model Clause/Language Every federally funded contract must include an Equal Opportunity clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Civil Rights and Equal Opportunity The AGENCY is an Equal Opportunity Employer. As such, the AGENCY agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, the AGENCY agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. FTA's certified list of Transit Vehicle Manufacturers, or that have submitted a goal methodology to FTA that has been approved or has not been disapproved at the time of solicitation, are eligible to bid. 12603J Bulk Purchase& Delivery of Fuels Page 44 of 107 97 FTA recipients must meet the maximum feasible portion of their overall goal using race-neutral methods. Where appropriate, however, recipients are responsible for establishing DBE contract goals on individual DOT-assisted contracts. FTA recipients may use contract goals only on those DOT-assisted contracts that have subcontracting responsibilities. See 49 C.F.R. § 26.51(e). Furthermore, while FTA recipients are not required to set a contract goal on every DOT-assisted contract,they are responsible for achieving their overall program goals by administering their DBE program in good faith. FTA recipients and third party contractors can obtain information about the DBE program at the following website locations: Federal Transit Administration website Disadvantaged Business Enterprise page http://www.transit.dot.gov/dbe Department of Transportation website Disadvantaged Business Enterprise Program https://www.transportation.gov/civil-rights/disdvantaged-business-enterprise Flow Down The DBE contracting requirements flow down to all third party contractors and their contracts at every tier. It is the recipient's and prime contractor's responsibility to ensure the DBE requirements are applied across the board to all subrecipients/contractors/subcontractors. Should a subcontractor fail to comply with the DBE regulations, FTA would look to the recipient to make sure it intervenes to monitor compliance. The onus for compliance is on the recipient. Clause Language For all DOT-assisted contracts, each FTA recipient must include assurances that third party contractors will comply with the DBE program requirements of 49 C.F.R. part 26,when applicable.The following contract clause is required in all DOT-assisted prime and subcontracts: The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages;and/or (4) Disqualifying the contractor from future bidding as non-responsible. 49 C.F.R. § 26.13(b). Further, recipients must establish a contract clause to require prime contractors to pay subcontractors for satisfactory performance of their contracts no later than 30 days from receipt of each payment the recipient makes to the prime contractor. 49 C.F.R. § 26.29(a). Finally, for contracts with defined DBE contract goals, each FTA recipient must include in each prime contract a provision stating that the contractor shall utilize the specific DBEs listed unless the contractor obtains the recipient's written consent; and that, unless the recipient's consent is provided,the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. 49 C.F.R. § 26.53(f) (1). As an additional resource, recipients can draw on the following language for inclusion in their federally funded procurements. 12603J Bulk Purchase& Delivery of Fuels Page 45 of 107 98 Overview It is the policy of the AGENCY and the United States Department of Transportation ("DOT") that Disadvantaged Business Enterprises ("DBE's"), as defined herein and in the Federal regulations published at 49 C.F.R. part 26, shall have an equal opportunity to participate in DOT-assisted contracts. It is also the policy of the AGENCY to: 1. Ensure nondiscrimination in the award and administration of DOT-assisted contracts; 2. Create a level playing field on which DBE's can compete fairly for DOT-assisted contracts; 3. Ensure that the DBE program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE's; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and 7. Assist in the development of firms that can compete successfully in the marketplace outside the DBE program. This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements for DBE participation as set forth herein. These requirements are in addition to all other equal opportunity employment requirements of this Contract. The AGENCY shall make all determinations with regard to whether or not a Bidder/Offeror is in compliance with the requirements stated herein. In assessing compliance, the AGENCY may consider during its review of the Bidder/Offeror's submission package,the Bidder/Offeror's documented history of non-compliance with DBE requirements on previous contracts with the AGENCY. Contract Assurance The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract.The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the AGENCY deems appropriate. DBE Participation For the purpose of this Contract,the AGENCY will accept only DBE's who are: 1. Certified, at the time of bid opening or proposal evaluation, by the [certifying agency or the Unified Certification Program (UCP)];or 2. An out-of-state firm who has been certified by either a local government, state government or Federal government entity authorized to certify DBE status or an agency whose DBE certification process has received FTA approval;or 3. Certified by another agency approved by the AGENCY. DBE Participation Goal The DBE participation goal for this Contract is set at 0%. This goal represents those elements of work under this Contract performed by qualified Disadvantaged Business Enterprises for amounts totaling not less than 0% of the total Contract price. Failure to meet the stated goal at the time of proposal submission may render the Bidder/Offeror non-responsive. Proposed Submission Each Bidder/Offeror, as part of its submission, shall supply the following information: 1. A completed DBE Utilization Form (see below) that indicates the percentage and dollar value of the total 12603J Bulk Purchase& Delivery of Fuels Page 46 of 107 99 bid/contract amount to be supplied by Disadvantaged Business Enterprises under this Contract. 2. A list of those qualified DBE's with whom the Bidder/Offeror intends to contract for the performance of portions of the work under the Contract, the agreed price to be paid to each DBE for work, the Contract items or parts to be performed by each DBE, a proposed timetable for the performance or delivery of the Contract item, and other information as required by the DBE Participation Schedule (see below). No work shall be included in the Schedule that the Bidder/Offeror has reason to believe the listed DBE will subcontract, at any tier, to other than another DBE. If awarded the Contract, the Bidder/Offeror may not deviate from the DBE Participation Schedule submitted in response to the bid. Any subsequent changes and/or substitutions of DBE firms will require review and written approval by the AGENCY. 3. An original DBE Letter of Intent (see below)from each DBE listed in the DBE Participation Schedule. 4. An original DBE Affidavit(see below)from each DBE stating that there has not been any change in its status since the date of its last certification. Good Faith Efforts If the Bidder/Offeror is unable to meet the goal set forth above (DBE Participation Goal), the AGENCY will consider the Bidder/Offeror's documented good faith efforts to meet the goal in determining responsiveness. The types of actions that the AGENCY will consider as part of the Bidder/Offeror's good faith efforts include, but are not limited to,the following: 1. Documented communication with the AGENCY's DBE Coordinator (questions of IFB or RFP requirements, subcontracting opportunities, appropriate certification,will be addressed in a timely fashion); 2. Pre-bid meeting attendance. At the pre-bid meeting, the AGENCY generally informs potential Bidder/Offeror's of DBE subcontracting opportunities; 3. The Bidder/Offeror's own solicitations to obtain DBE involvement in general circulation media, trade association publication, minority-focus media and other reasonable and available means within sufficient time to allow DBEs to respond to the solicitation; 4. Written notification to DBE's encouraging participation in the proposed Contract; and 5. Efforts made to identify specific portions of the work that might be performed by DBE's. The Bidder/Offeror shall provide the following details, at a minimum, of the specific efforts it made to negotiate in good faith with DBE's for elements of the Contract: 1. The names, addresses, and telephone numbers of DBE's that were contacted; 2. A description of the information provided to targeted DBE's regarding the specifications and bid proposals for portions of the work; 3. Efforts made to assist DBE's contacted in obtaining bonding or insurance required by the Bidder or the Authority. Further,the documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted when a non-DBE subcontractor was selected over a DBE for work on the contract.49 C.F.R. § 26.53(b) (2) (VI). In determining whether a Bidder has made good faith efforts, the Authority may take into account the performance of other Bidders in meeting the Contract goals. For example, if the apparent successful Bidder failed to meet the goal, but meets or exceeds the average DBE participation obtained by other Bidders,the Authority may view this as evidence of the Bidder having made good faith efforts. Administrative Reconsideration Within five (5) business days of being informed by the AGENCY that it is not responsive or responsible because it has not documented sufficient good faith efforts,the Bidder/Offeror may request administrative reconsideration. 12603J Bulk Purchase& Delivery of Fuels Page 47 of 107 100 The Bidder should make this request in writing to the AGENCY's Buyer.The Buyer will forward the Bidder/Offeror's request to a reconsideration official who will not have played any role in the original determination that the Bidder/Offeror did not document sufficient good faith efforts. As part of this reconsideration, the Bidder/Offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The Bidder/Offeror will have the opportunity to meet in person with the assigned reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. The AGENCY will send the Bidder/Offeror a written decision on its reconsideration, explaining the basis for finding that the Bidder/Offeror did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. Termination of DBE Subcontractor The Contractor shall not terminate the DBE subcontractor(s) listed in the DBE Participation Schedule (see below) without the AGENCY's prior written consent. The AGENCY may provide such written consent only if the Contractor has good cause to terminate the DBE firm. Before transmitting a request to terminate, the Contractor shall give notice in writing to the DBE subcontractor of its intent to terminate and the reason for the request.The Contractor shall give the DBE five days to respond to the notice and advise of the reasons why it objects to the proposed termination. When a DBE subcontractor is terminated or fails to complete its work on the Contract for any reason, the Contractor shall make good faith efforts to find another DBE subcontractor to substitute for the original DBE and immediately notify the AGENCY in writing of its efforts to replace the original DBE.These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the Contract as the DBE that was terminated,to the extent needed to meet the Contract goal established for this procurement. Failure to comply with these requirements will be in accordance with Section 8 below (Sanctions for Violations). Continued Compliance The AGENCY shall monitor the Contractor's DBE compliance during the life of the Contract. In the event this procurement exceeds ninety (90) days, it will be the responsibility of the Contractor to submit quarterly written reports to the AGENCY that summarize the total DBE value for this Contract. These reports shall provide the following details: • DBE utilization established for the Contract; • Total value of expenditures with DBE firms for the quarter; • The value of expenditures with each DBE firm for the quarter by race and gender; • Total value of expenditures with DBE firms from inception of the Contract;and • The value of expenditures with each DBE firm from the inception of the Contract by race and gender. Reports and other correspondence must be submitted to the DBE Coordinator with copies provided to the City of Yakima/Yakima County Purchasing Office. Reports shall continue to be submitted quarterly until final payment is issued or until DBE participation is completed. The successful Bidder/Offeror shall permit: • The AGENCY to have access to necessary records to examine information as the AGENCY deems appropriate for the purpose of investigating and determining compliance with this provision, including, but not limited to, records of expenditures, invoices, and contract between the successful Bidder/Offeror and other DBE parties entered into during the life of the Contract. • The authorized representative(s) of the AGENCY,the U.S. Department of Transportation,the Comptroller General of the United States, to inspect and audit all data and record of the Contractor relating to its performance under the Disadvantaged Business Enterprise Participation provision of this Contract. All data/record(s)pertaining to DBE shall be maintained as stated in bid specification and FTA 3rd Party requirements. 12603J Bulk Purchase& Delivery of Fuels Page 48 of 107 101 Sanctions for Violations If at any time the AGENCY has reason to believe that the Contractor is in violation of its obligations under this Agreement or has otherwise failed to comply with terms of this Section, the AGENCY may, in addition to pursuing any other available legal remedy, commence proceedings, which may include but are not limited to,the following: • Suspension of any payment or part due the Contractor until such time as the issues concerning the Contractor's compliance are resolved;and • Termination or cancellation of the Contract, in whole or in part, unless the successful Contractor is able to demonstrate within a reasonable time that it is in compliance with the DBE terms stated herein. DBE UTILIZATION FORM The undersigned Bidder/Offeror has satisfied the requirements of the solicitation in the following manner(please check the appropriate space): The Bidder/Offer is committed to a minimum of 0% DBE utilization on this contract. The Bidder/Offeror (if unable to meet the DBE goal of 0%) is committed to a minimum of 0% DBE utilization on this contract and submits documentation demonstrating good faith efforts. DBE PARTICIPATION SCHEDULE The Bidder/Offeror shall complete the following information for all DBE's participating in the contract that comprises the DBE Utilization percent stated in the DBE Utilization Form. The Bidder/Offeror shall also furnish the name and telephone number of the appropriate contact person should the Authority have any questions in relation to the information furnished herein. DBE IDENTIFICATION AND INFORMATION FORM Name and Address Contact Name and Participation Percent Description Of Work Race and Gender of Telephone Number (Of Total Contract To Be Performed Firm Value) 12603J Bulk Purchase& Delivery of Fuels Page 49 of 107 102 A.10 EMPLOYEE PROTECTIONS 49 U.S.C. §5333(a) 40 U.S.C. §§ 3141—3148 29 C.F.R. part 5 18 U.S.C. §874 29 C.F.R. part 3 40 U.S.C. §§3701-3708 29 C.F.R. part 1926 Applicability to Contracts Certain employee protections apply to all FTA funded contracts with particular emphasis on construction related projects. The recipient will ensure that each third party contractor complies with all federal laws, regulations, and requirements, including: 1. Prevailing Wage Requirements Section Deleted/Not Applicable 2. "Anti-Kickback" Prohibitions a. Section 1 of the Copeland "Anti-Kickback"Act, as amended, 18 U.S.C. §874; b. Section 2 of the Copeland "Anti-Kickback" Act, as amended, 40 U.S.C. §3145; and c. U.S. DOL regulations, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States," 29 C.F.R. part 3. 3. Contract Work Hours and Safety Standards a. Contract Work Hours and Safety Standards Act, as amended, 40 U.S.C. §§ 3701-3708; and supplemented by Department of Labor(DOL) regulations, 29 C.F.R. part 5; and b. U.S. DOL regulations, "Safety and Health Regulations for Construction," 29 C.F.R. part 1926. Flow Down These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. The Davis-Bacon Act and the Copeland "Anti- Kickback" Act apply to all prime construction, alteration or repair contracts in excess of$2,000.The Contract Work Hours and Safety Standards Act apply to all FTA funded contracts in excess of$100,000 that involve the employment of mechanics or laborers. Model Clause/Language The recipient must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. In addition, recipients can draw on the following language for inclusion in their federally funded procurements. Prevailing Wage and Anti-Kickback Section Deleted/Not Applicable Contract Work Hours and Safety Standards For all contracts in excess of$100,000 that involve the employment of mechanics or laborers, the Contractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§3701-3708), as supplemented by the DOL regulations at 29 C.F.R. part 5. Under 40 U.S.C. § 3702 of the Act, the Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These 12603J Bulk Purchase& Delivery of Fuels Page 50 of 107 103 requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence. In the event of any violation of the clause set forth herein, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of this clause in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by this clause. The FTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime Contractor,such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this agreement. Contract Work Hours and Safety Standards for Awards Not Involving Construction The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non-construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act)," 29 C.F.R. part 5. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Such records maintained under this paragraph shall be made available by the Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. A.11 ENERGY CONSERVATION 42 U.S.C. 6321 et seq. 49 C.F.R. part 622, subpart C Applicability to Contracts The Energy Policy and Conservation requirements are applicable to all contracts. The Recipient agrees to, and assures that its subrecipients,if any,will comply with the mandatory energy standards and policies of its state energy conservation plans under the Energy Policy and Conservation Act, as amended,42 U.S.C. §6201 et seq.,and perform an energy assessment for any building constructed, reconstructed, or modified with federal assistance as required under FTA regulations, "Requirements for Energy Assessments," 49 C.F.R. part 622, subpart C. 12603J Bulk Purchase& Delivery of Fuels Page 51 of 107 104 Flow Down These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language No specific clause is recommended in the regulations because the Energy Conservation requirements are so dependent on the state energy conservation plan. Recipients can draw on the following language for inclusion in their federally funded procurements. Energy Conservation The contractor agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. A.13 GOVERNMENT-WIDE DEBARMENT AND SUSPENSION 2 C.F.R. part 180 2 C.F.R part 1200 2 C.F.R. § 200.213 2 C.F.R. part 200 Appendix II (I) Executive Order 12549 Executive Order 12689 Background and Applicability A contract award (of any tier) in an amount expected to equal or exceed $25,000 or a contract award at any tier for a federally required audit (irrespective of the contract amount) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. part 180.The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Recipients, contractors, and subcontractors (at any level)that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) with which they propose to contract or subcontract is not excluded or disqualified. This is done by: (a) checking the SAM exclusions; (b) collecting a certification from that person; or (c) adding a clause or condition to the contract or subcontract. Flow Down Recipients, contractors, and subcontractors who enter into covered transactions with a participant at the next lower level, must require that participant to: (a) comply with subpart C of 2 C.F.R. part 180, as supplemented by 2 C.F.R. part 1200; and (b) pass the requirement to comply with subpart C of 2 C.F.R. part 180 to each person with whom the participant enters into a covered transaction at the next lower tier. Model Clause/Language There is no required language for the Debarment and Suspension clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Debarment,Suspension, Ineligibility and Voluntary Exclusion The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Government wide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 12603J Bulk Purchase& Delivery of Fuels Page 52 of 107 105 180. These provisions apply to each contract at any tier of$25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200,while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. A.14 LOBBYING RESTRICTIONS 31 U.S.C. § 1352 2 C.F.R. § 200.450 2 C.F.R. part 200 appendix II (J) 49 C.F.R. part 20 Applicability to Contracts The lobbying requirements apply to all contracts and subcontracts of$100,000 or more at any tier under a Federal grant. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this agreement, the payor must complete and submit the Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Flow Down The lobbying requirements mandate the maximum flow down pursuant to Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352(b)(5). Model Clause/Language 49 C.F.R. part 20, Appendices A and B provide specific language for inclusion in FTA funded third party contracts as follows: 12603J Bulk Purchase& Delivery of Fuels Page 53 of 107 106 Lobbying Restrictions The undersigned certifies,to the best of his or her knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 12603J Bulk Purchase& Delivery of Fuels Page 54 of 107 107 A.15 NO GOVERNMENT OBLIGATION TO THIRD PARTIES Applicability to Contracts The No Obligation clause applies to all contracts that are federally funded. Flow Down The No Obligation clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language There is no required language for the No Obligations clause. Recipients can draw on the following language for inclusion in their federally funded procurements. No Federal Government Obligation to Third Parties. The Recipient and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract,absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract.The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. A.18 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 49 U.S.C. §5323(1) (1) 31 U.S.C. §§ 3801-3812 18 U.S.C. § 1001 49 C.F.R. part 31 Applicability to Contracts The Program Fraud clause applies to all third party contracts that are federally funded. Flow Down The Program Fraud clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.These requirements flow down to contractors and subcontractors who make, present, or submit covered claims and statements. Model Clause/Language There is no required language for the Program Fraud clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies,"49 C.F.R. part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable,the Contractor further acknowledges that if it makes, or causes to be made, a false,fictitious,or fraudulent claim,statement,submission,or certification,the Federal Government reserves the right to impose the penalties of the Program Fraud civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. 12603J Bulk Purchase& Delivery of Fuels Page 55 of 107 108 The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(1) on the Contractor,to the extent the Federal Government deems appropriate. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. A.20 RECYCLED PRODUCTS 42 U.S.C. §6962 40 C.F.R. part 247 2 C.F.R. part§ 200.322 Applicability to Contracts The Resource Conservation and Recovery Act, as amended, (42 U.S.C. § 6962 et seq.), requires States and local governmental authorities to provide a competitive preference to products and services that conserve natural resources,protect the environment,and are energy efficient. Recipients are required to procure only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000. Flow Down These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier where the value of an EPA designated item exceeds $10,000. Model Clause/Language There is no required language for preference for recycled products. Recipients can draw on the following language for inclusion in their federally funded procurements. Recovered Materials The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), "Comprehensive Procurement Guideline for Products Containing Recovered Materials,"40 C.F.R. part 247. A.21 SAFE OPERATION OF MOTOR VEHICLES 23 U.S.C. part 402 Executive Order No. 13043 Executive Order No. 13513 U.S. DOT Order No. 3902.10 Applicability to Contracts The Safe Operation of Motor Vehicles requirements apply to all federally funded third party contracts. In compliance with Federal Executive Order No. 13043, "Increasing Seat Belt Use in the United States," April 16, 1997, 23 U.S.C. Section 402 note, FTA encourages each third party contractor to adopt and promote on-the-job seat belt use policies 12603J Bulk Purchase& Delivery of Fuels Page 56 of 107 109 and programs for its employees and other personnel that operate company owned, rented, or personally operated vehicles,and to include this provision in each third party subcontract involving the project.Additionally, recipients are required by FTA to include a Distracted Driving clause that addresses distracted driving, including text messaging in each of its third party agreements supported with Federal assistance. Flow Down Requirements The Safe Operation of Motor Vehicles requirements flow down to all third party contractors at every tier. Model Clause/Language There is no required language for the Safe Operation of Motor Vehicles clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Safe Operation of Motor Vehicles Seat Belt Use The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company rented vehicles, or personally operated vehicles. The terms "company-owned" and "company-leased" refer to vehicles owned or leased either by the Contractor or AGENCY. Distracted Driving The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer,and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in connection with the work performed under this agreement. A.24 SUBSTANCE ABUSE REQUIREMENTS 49 U.S.C. §5331 49 C.F.R. part 655 49 C.F.R. part 40 Applicability to Contracts Third party contractors who perform safety-sensitive functions must comply with FTA's substance abuse management program under 49 C.F.R. part 655, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations." Under 49 C.F.R. § 655.4, Safety-sensitive function means any of the following duties, when performed by employees of recipients, subrecipients, operators, or contractors: 1. Operating a revenue service vehicle, including when not in revenue service; 2. Operating a nonrevenue service vehicle, when required to be operated by a holder of a Commercial Driver's License; 3. Controlling dispatch or movement of a revenue service vehicle; 4. Maintaining (including repairs, overhaul and rebuilding) a revenue service vehicle or equipment used in revenue service. This section does not apply to the following: an employer who receives funding under 49 U.S.C. § 5307 or § 5309, is in an area less than 200,000 in population, and contracts out such services; or an employer who receives funding under 49 U.S.C. §5311 and contracts out such services; 5. Carrying a firearm for security purposes. Additionally,third party contractors providing testing services involving the performance of safety sensitive activities must also comply with 49 C.F.R. part 40, "Procedures for Transportation Workplace Drug and Alcohol Testing Programs." 12603J Bulk Purchase& Delivery of Fuels Page 57 of 107 110 Flow Down Requirements The Substance Abuse requirements flow down to all third party contractors at every tier who perform a safety- sensitive function for the recipient or subrecipient. Model Clause/Language FTA's drug and alcohol rules, 49 C.F.R. part 655, are unique among the regulations issued by FTA. First, they require recipients to ensure that any entity performing a safety-sensitive function on the recipient's behalf (usually subrecipients and/or contractors)implement a complex drug and alcohol testing program that complies with part 655. Second, the rules condition the receipt of certain kinds of FTA funding on the recipient's compliance with the rules; thus,the recipient is not in compliance with the rules unless every entity that performs a safety-sensitive function on the recipient's behalf is in compliance with the rules. Third, the rules do not specify how a recipient ensures that its subrecipients and/or contractors comply with them. How a recipient does so depends on several factors, including whether the contractor is covered independently by the drug and alcohol rules of another Department of Transportation operating administration, the nature of the relationship that the recipient has with the contractor,and the financial resources available to the recipient to oversee the contractor's drug and alcohol testing program. In short,there are a variety of ways a recipient can ensure that its subrecipients and contractors comply with the rules. FTA has developed three model contract provisions for recipients to use "as is" or to modify to fit their particular situations. Explanation of Model Contract Clauses Option 1 The recipient ensures the contractor's compliance with the rules by requiring the contractor to participate in a drug and alcohol program administered by the recipient.The advantages of doing this are obvious:the recipient maintains total control over its compliance with 49 C.F.R. part 655.The disadvantage is that the recipient,which may not directly employ any safety-sensitive employees, has to implement a complex testing program. Therefore, this may be a practical option for only those recipients that have a testing program for their employees and can add the contractor's safety-sensitive employees to that program. Option 2 The recipient relies on the contractor to implement a drug and alcohol testing program that complies with 49 C.F.R. part 655, but retains the ability to monitor the contractor's testing program; thus,the recipient has less control over its compliance with the drug and alcohol testing rules than it does under Option 1.The advantage of this approach is that it places the responsibility for complying with the rules on the entity that is actually performing the safety- sensitive function. Moreover, it reserves to the recipient the power to ensure that the contractor complies with the program.The disadvantage of Option 2 is that,without adequate monitoring of the contractor's program,the recipient may find itself out of compliance with the rules. Option 3 The recipient specifies some or all of the specific features of a contractor's drug and alcohol compliance program. Thus, it requires the recipient to decide what it wants to do and how it wants to do it.The advantage of this option is that the recipient has more control over the contractor's drug and alcohol testing program, yet it is not actually administering the testing program.The disadvantage is that the recipient has to specify and understand clearly what it wants to do and why. SUBSTANCE ABUSE TESTING Option 1 The Contractor agrees to participate in AGENCY's drug and alcohol program established in compliance with 49 C.F.R. part 655. 12603J Bulk Purchase& Delivery of Fuels Page 58 of 107 111 SUBSTANCE ABUSE TESTING Option 2 The Contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 C.F.R. parts 655, produce any documentation necessary to establish its compliance with part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of Washington,or AGENCY,to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 C.F.R. part 655 and review the testing process. The Contractor agrees further to certify annually its compliance with parts 655 before March 8, 2026 and to submit the Management Information System (MIS) reports before March 31 to the City of Yakima Purchasing Manager and the Yakima County Purchasing Manager to certify compliance, the Contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. SUBSTANCE ABUSE TESTING Option 3 The Contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 C.F.R. part 655, produce any documentation necessary to establish its compliance with part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations,the State Oversight Agency of Washington, or AGENCY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 C.F.R. part 655 and review the testing process.The Contractor agrees further to certify annually its compliance with parts 655 before March 31,2026,and to submit the Management Information System (MIS) reports before April 30 to the City of Yakima Purchasing Office at 129 N. 2nd Street,Yakima, WA. 98901 and the Yakima County Purchasing Office at 128 N. 2nd Street, Yakima, WA. 98901. To certify compliance the Contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. The Contractor agrees further to adopt the City of Yakima Administrative Policy 1-1810 DOT Controlled Substance and Alcohol Use as its policy statement as required under 49 C.F.R. part 655; In addition, the Contractor agrees to: use The Healthy Worker, Occupational Medicine Clinic, at 307 S. 12th Abe, Yakima, WA 98902, or an other certified laboratory, substance abuse professional, or Medical Review Officer that is approved by the City of Yakima or Yakima County. A.25 TERMINATION 2 C.F.R. § 200.339 2 C.F.R. part 200, Appendix II (B) Applicability to Contracts All contracts in excess of$10,000 must address termination for cause and for convenience, including the manner by which it will be effected and the basis for settlement. Flow Down For all contracts in excess of$10,000,the Termination clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language There is no required language for the Terminations clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Termination for Convenience(General Provision) The AGENCY may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the AGENCY's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit 12603J Bulk Purchase& Delivery of Fuels Page 59 of 107 112 on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to AGENCY to be paid the Contractor. If the Contractor has any property in its possession belonging to AGENCY, the Contractor will account for the same, and dispose of it in the manner AGENCY directs. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the AGENCY may terminate this contract for default. Termination shall be effected by serving a Notice of Termination on the Contractor setting forth the manner in which the Contractor is in default.The Contractor will be paid only the contract price for supplies delivered and accepted,or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the AGENCY that the Contractor had an excusable reason for not performing, such as a strike,fire, or flood, events which are not the fault of or are beyond the control of the Contractor,the AGENCY, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a Termination for Convenience. Opportunity to Cure(General Provision) The AGENCY, in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case,the Notice of Termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to AGENCY's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within 30 days after receipt by Contractor of written notice from AGENCY setting forth the nature of said breach or default,AGENCY shall have the right to terminate the contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude AGENCY from also pursuing all available remedies against Contractor and its sureties for said breach or default. Waiver of Remedies for any Breach In the event that AGENCY elects to waive its remedies for any breach by Contractor of any covenant,term or condition of this contract, such waiver by AGENCY shall not limit AGENCY's remedies for any succeeding breach of that or of any other covenant,term, or condition of this contract. Termination for Default(Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension, or if the Contractor fails to comply with any other provisions of this contract, the AGENCY may terminate this contract for default.The AGENCY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the AGENCY. Termination for Default(Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension, or if the Contractor fails to comply with any other provisions of this contract, the AGENCY may terminate this contract for default. The AGENCY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default.The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of AGENCY goods, the Contractor shall, upon direction of the AGENCY, protect and preserve the goods until surrendered to the AGENCY or its agent.The Contractor 12603J Bulk Purchase& Delivery of Fuels Page 60 of 107 113 and AGENCY shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the AGENCY. Termination for Convenience or Default(Cost-Type Contracts) The AGENCY may terminate this contract, or any portion of it, by serving a Notice of Termination on the Contractor. The notice shall state whether the termination is for convenience of AGENCY or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the Contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the AGENCY, or property supplied to the Contractor by the AGENCY. If the termination is for default, the AGENCY may fix the fee, if the contract provides for a fee, to be paid the Contractor in proportion to the value, if any, of work performed up to the time of termination.The Contractor shall promptly submit its termination claim to the AGENCY and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of AGENCY, the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a Notice of Termination for Default, the AGENCY determines that the Contractor has an excusable reason for not performing, the AGENCY, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a Termination for Convenience. A.26 VIOLATION AND BREACH OF CONTRACT 2 C.F.R. § 200.326 2 C.F.R. part 200, Appendix II (A) Applicability to Contracts All contracts in excess of the Simplified Acquisition Threshold (currently set at$150,000) shall contain administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms and provide for such sanctions and penalties as appropriate. Flow Down The Violations and Breach of Contracts clause flow down to all third-party contractors and their contracts at every tier. Model Clauses/Language FTA does not prescribe the form or content of such provisions. The provisions developed will depend on the circumstances and the type of contract. Recipients should consult legal counsel in developing appropriate clauses.The following clauses are examples of provisions from various FTA third party contracts. Recipients can draw on these examples for inclusion in their federally funded procurements. Rights and Remedies of the AGENCY The AGENCY shall have the following rights in the event that the AGENCY deems the Contractor guilty of a breach of any term under the Contract. 1. The right to take over and complete the work or any part thereof as agency for and at the expense of the Contractor, either directly or through other contractors; 2. The right to cancel this Contract as to any or all of the work yet to be performed; 3. The right to specific performance, an injunction or any other appropriate equitable remedy; and 12603J Bulk Purchase& Delivery of Fuels Page 61 of 107 114 4. The right to money damages. Rights and Remedies of Contractor Inasmuch as the Contractor can be adequately compensated by money damages for any breach of this Contract,which may be committed by the AGENCY, the Contractor expressly agrees that no default, act or omission of the AGENCY shall constitute a material breach of this Contract, entitling Contractor to cancel or rescind the Contract (unless the AGENCY directs Contractor to do so) or to suspend or abandon performance. Remedies Substantial failure of the Contractor to complete the Project in accordance with the terms of this Agreement will be a default of this Agreement. In the event of a default, the AGENCY will have all remedies in law and equity, including the right to specific performance, without further assistance, and the rights to termination or suspension as provided herein. The Contractor recognizes that in the event of a breach of this Agreement by the Contractor before the AGENCY takes action contemplated herein,the AGENCY will provide the Contractor with sixty(60)days written notice that the AGENCY considers that such a breach has occurred and will provide the Contractor a reasonable period of time to respond and to take necessary corrective action. Disputes • Example 1: Disputes arising in the performance of this Contract that are not resolved by agreement of the parties shall be decided in writing by the authorized representative of AGENCY. This decision shall be final and conclusive unless within 10 days from the date of receipt of its copy,the Contractor mails or otherwise furnishes a written appeal to the Purchasing Manager. In connection with any such appeal,the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position.The decision of the AGENCY representative shall be binding upon the Contractor and the Contractor shall abide be the decision. • Example 2:The AGENCY and the Contractor intend to resolve all disputes under this Agreement to the best of their abilities in an informal manner. To accomplish this end, the parties will use an Alternative Dispute Resolution process to resolve disputes in a manner designed to avoid litigation. In general, the parties contemplate that the Alternative Dispute Resolution process will include, at a minimum, an attempt to resolve disputes through communications between their staffs, and, if resolution is not reached at that level, a procedure for review and action on such disputes by appropriate management level officials within the AGENCY and the Contractor's organization. In the event that a resolution of the dispute is not mutually agreed upon,the parties can agree to mediate the dispute or proceed with litigation. Notwithstanding any provision of this section,or any other provision of this Contract, it is expressly agreed and understood that any court proceeding arising out of a dispute under the Contract shall be heard by a Court de novo and the court shall not be limited in such proceeding to the issue of whether the Authority acted in an arbitrary, capricious or grossly erroneous manner. Pending final settlement of any dispute, the parties shall proceed diligently with the performance of the Contract, and in accordance with the AGENCY's direction or decisions made thereof. Performance during Dispute Unless otherwise directed by AGENCY, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of its employees, agents or others for whose acts it is legally liable, a claim for damages therefor 12603J Bulk Purchase& Delivery of Fuels Page 62 of 107 115 shall be made in writing to such other party within a reasonable time after the first observance of such injury or damage. Remedies Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the AGENCY and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the AGENCY is located. Rights and Remedies The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the AGENCY or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 12603J Bulk Purchase& Delivery of Fuels Page 63 of 107 116 ESTIMATED USAGE & DELIVERY PROFILES ATTACHMENTA Although the Owner does not guarantee volume commitments, the total projected annual usage in gallons is as follows: Combined Estimated Usage Regular Unleaded Gasoline 285,253 Gallons Dyed Diesel#2 609,325 Gallons CITY OF YAKIMA City of Yakima Total Estimated Usage Diesel 325,530 gal. Regular Unleaded 189,253 gal. City of Yakima estimated usage by location 1. City of Yakima Public Works Underground Tanks with Veeter-Root 2301 Fruitvale Blvd StaffMonitors Daily Yakima,WA 15,000 gal Dyed Diesel tank Approximately 266,235 gal per/yr. Keep Full 15,000 gal Regular Unleaded tank Approximately 58,070 gal per/yr. Keep Full 2. First Street Fuel Station Underground Tanks with Veeter-Root 302 N. 1st Street StaffMonitors Daily Yakima,WA 15,000 gal Dyed Diesel tank Approximately 6,718 gal per/yr. Keep Full 10,000 gal Regular Unleaded tank Approximately 10,492 gal per/yr. Keep Full 4. City of Yakima Waste Water Plant Aboveground Tanks 2220 E. Viola Vendor Monitors Weekly Yakima,WA 1,000 gal Dyed Diesel tank Approximately 915 gal per/yr. Keep Full 500 gal Regular Unleaded tank Approximately 3,555 gal per/yr. Keep Full 3-500 gal Diesel Generator tanks Approximately 2,500 gal per/yr. Will Call 5. Yakima Fire Station No.95 Aboveground Tanks 807 E Nob Hill Blvd Staff Monitors Monthly Yakima,WA 98901 500 gal Dyed Diesel tank Approximately 5180 gal per/yr. Keep Full 500 gal Regular Unleaded tank Approximately 560 gal per/yr. Keep Full 6. Yakima Fire Station No.92 Aboveground Tanks 7701 Tieton Drive StaffMonitors Monthly Yakima,WA 98908 250 gal Dyed Diesel tank Approximately 2,231 gal per/yr. Keep Full 7. Yakima Air Terminal Aboveground Tanks 3106 West Washington Ave. StaffMonitors Monthly Yakima,WA 98903 1,000 gal Dyed Diesel tank Approximately 7,616 gallons per/yr. Keep Full 2,000 gal Regular Unleaded tank Approximately 2,643 gallons per/yr. Keep Full 12603J Bulk Purchase& Delivery of Fuels Page 95 of 107 117 ESTIMATED USAGE CONTINUED ATTACHMENTA 8. Yakima Law &Justice Center StaffMonitors 200 South 3"d Street Yakima,WA 98901 250 gal Diesel Generator tank Approximately 150 gallons per/yr. Will Call 9. Yakima City Hall StaffMonitors 129 N. 2nd Street Yakima,WA 98901 250 gal Diesel Generator tank Approximately 200 gallons per/yr. Will Call YAKIMA COUNTY Yakima County Total Estimated Usage Diesel 283,795 gal. Regular Unleaded 96,000 gal. Yakima County estimated usage by location 10. Yakima County Shop Underground Tanks with Veeter-Root 1216 S. 18th St StaffMonitors Yakima,WA 10,000 gal Dyed Diesel tank Approximately 98,552 gallons per/yr. Will Call 10,000 gal Regular Unleaded tank Approximately 76,595 gallons per/yr. Will Call 11. Yakima County Sunnyside Shop Underground Tanks with Veeter-Root 321 S. 1st Ave StaffMonitors Sunnyside,WA 6,000 gal Dyed Diesel tank Approximately 42,269 gallons per/yr. Will Call 6,000 gal Regular Unleaded tank Approximately 20,300 gallons per/yr. Will Call 12. Terrace Heights Landfill Site Aboveground Tanks 7151 Roza Hill Drive Vendor Monitors Weekly Yakima,WA 6,000 gal Dyed Diesel tank/upper NOT IN USE. 4,000 gal Dyed Diesel tank/Lower Approximately 63,306 gallons per/yr. Keep Full 13. Cheyne Landfill Site Aboveground Tank 4970 Cheyne Rd Vendor Monitors Monthly Zillah,WA 6,000 gal Dyed Diesel tank Approximately 88,006 gallons per/yr. Keep Full 12603J Bulk Purchase& Delivery of Fuels Page 96 of 107 118 Site Worksheet & Delivery Profile DELIVERY SITE NAME: Public Works Emergency# (509) 576-6462 Delivery Location -SECURED Address: 2301 Fruitvale Blvd. City:Yakima State:WA Zip Code: 98903 Delivery Contact: Melissa Franke Delivery Contact: Matt Kruger Phone: (509) 576-6462 Mobile: (509) 424-2272 Phone: (509) 576-6467 Mobile: (509) 571-0148 Email: Melissa.Franke@YakimaWA.Gov Email: Matt.Kruger( YakimaWA.Gov Billing Address: 129 N. 2nd Street City: Yakima State: WA Zip Code: 98901 Contact: Ann Northrup (509) 576-6633 Contact: Braedon Masset (509) 576-6631 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 6am — 6pm 6am — 6pm 6am — 6pm 6am — 6pm 6am — 6pm None None Tank Name or No. XERXES #2 Tank Size: 15,000 Gal. Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 5,000 Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes • No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: City Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily ■ Weekly❑ Monthly❑ Other: Fax❑ Email ■ Phone ❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 266,235 60,504 59,270 71,387 65,074 Tank Name or No. XERXES #1 Tank Size: 15,000 Gal. Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 5,000 Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes ■ No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: City Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily • Weekly❑ Monthly❑ Other: Fax❑ Email • Phone ❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 58,070 12,184 15,806 16,714 13,367 DEF TANKS Does this location use DEF: Yes • No ❑ Ownership of Current Tanks: City • Contractor❑ Number of Tanks and Size: 1 — 750 Gallon Annual DEF Consumption: 9,527 Gal. 12603J Bulk Purchase& Delivery of Fuels Page 97 of 107 119 Site Worksheet & Delivery Profile DELIVERY SITE NAME: First Street Fuel Station Emergency# (509) 576-6462 Delivery Location Address: 302 N. 1st Street City:Yakima State:WA Zip Code: 98901 Delivery Contact: Melissa Franke Delivery Contact: Matt Kruger Phone: (509) 576-6462 Mobile: (509) 424-2272 Phone:(509) 576-6467 Mobile: (509) 571-0418 Email: Melissa.Franke@YakimaWA.Gov Email: Matt.Kruger(a,YakimaWA.Gov Billing Address: 129 N. 2nd Street City: Yakima State: WA Zip Code: 98901 Contact: Ann Northrup (509) 576-6633 Contact: Braedon Masset (509) 576-6631 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: Any Any Any Any Any Any Any Tank Name or No. #1 Tank Size: 10,000 Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 5,000 Gal Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes • No ❑ Contractor granted remote access to monitoring system: Yes ❑ No • N/A❑ Other: City Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily ■ Weekly❑ Monthly❑ Other: Fax❑ Email ■ Phone ❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 6,718 1,813 1,574 1,555 1,776 Tank Name or No. #2 Tank Size: 15,000 Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 5,000 Gal. Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes ■ No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: City Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily • Weekly❑ Monthly❑ Other: Fax❑ Email • Phone❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 10,492 2,691 2,851 2,737 2,214 DEF TANKS Does this location use DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 98 of 107 120 CITY OF YAKIMA Site Worksheet & Delivery Profile DELIVERY SITE NAME: Waste Water Plant Emergency# (509) 576-6462 Delivery Location Address: 2220 E. Viola City:Yakima State:WA Zip Code: Delivery Contact: Melissa Franke Delivery Contact: Matt Kruger Phone: (509) 576-6462 Mobile: (509) 424-2272 Phone: (509) 576-6462 Mobile: (509) 424-2272 Email: Melissa.Franke@YakimaWA.Gov Email: Matt.Kruger(a,YakimaWA.Gov Billing Address: 129 N. 2nd Street City: Yakima State: WA Zip Code: 98901 Contact: Arm Northrup (509) 576-6633 Contact: Braedon Masset (509) 576-6631 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 8am — 5pm 8am — 5pm 8am — 5pm 8am — 5pm 8am — 5pm None None Tank Name or No. #1 Tank Size: 500 Gal. Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 250 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No ■ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: Vendor to Check Level How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly ■ Monthly❑ Other: Fax❑ Email❑ Phone❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 915 170 142 349 255 Tank Name or No. #2 Tank Size: 1,000 Gal. Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 500 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No • Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: Vendor to Check Level How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly • Monthly❑ Other: Fax❑ Email ❑ Phone❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 3,555 848 867 1079 761 DEF TANKS Does this location use DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 99 of 107 121 Site Worksheet & Delivery Profile DELIVERY SITE NAME: Fire Station 95 Emergency# (509) 728-2349 Delivery Location Address: 807 E. Nob Hill City: Yakima State:WA Zip Code: 98901 Delivery Contact: Deputy Chief Chris Hutsell Delivery Contact: Susan Madrigal Phone: (509) 576-6732 Mobile: (509) 728-2317 Phone: (509) 576-6730 Mobile: (509) Email: Jeremy.Rodriquez@YakimaWA.Gov Email: Susan.Madrigal@YakimaWA.Gov Billing Address: 401 N. Front Street City: Yakima State: WA Zip Code: 98901 Contact: Stephanie Lamoureux (509) 576-6352 Contact: Susan Madrigal (509) 576-6730 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: Any Any Any Any Any Any Any Tank Name or No. # 1 Tank Size: 500 Gal. Fuel Type: Dyed Diesel Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 250 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No ■ Contractor granted remote access to monitoring system: Yes ❑ No ❑ N/A ■ Other: City will report How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly ■ Other: Fax❑ Email ■ Phone ■ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 4426 993 1005 1241 1187 Tank Name or No. #2 Tank Size: 500 Gal Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 250 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No • Contractor granted remote access to monitoring system: Yes ❑ No ❑ N/A • Other: City Will Report How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly • Other: Fax❑ Email • Phone • Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 558 358 200 DEF TANKS Does this location o_c— DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 100 of 107 122 Site Worksheet & Delivery Profile DELIVERY SITE NAME: Fire Station 92 Emergency# (509) 728-2349 Delivery Location Address: 7707 Tieton Drive City:Yakima State:WA Zip Code: 98908 Delivery Contact: Deputy Chief Chris Hutsell Delivery Contact: Susan Madrigal Phone: (509) 576-6732 Mobile: (509) 728-2317 Phone: (509) 576-6730 Mobile: (509) Email: Jeremy.Rodriquez@YakimaWA.Gov Email: Susan.Madrigal(d,YakimaWA.Gov Billing Address: 401 N. Front Street City: Yakima State: WA Zip Code: 98901 Contact: Stephanie Lamoureux (509) 576-6352 Contact: Susan Madrigal (509) 576-6730 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: Any Any Any Any Any Any Any Tank Name or No. #1 Tank Size: 500 Gal. Fuel Type: Dyed Diesel#2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 250 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No ■ Contractor granted remote access to monitoring system: Yes ❑ No ❑ N/A ■ Other: City Will Report How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly ■ Other: Fax❑ Email ■ Phone ■ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 2801 729 661 781 630 Tank Name or No. Tank Size: Fuel Type: Type of Service: Keep Full delivery must occur before tank level reaches: Tank are: ABOVE Ground: ❑ BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ❑ N/A❑ Other: How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly❑ Other: Fax❑ Email❑ Phone ❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December DEF TANKS Does this location use DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 101 of 107 123 CITY OF YAKIMA Site Worksheet & Delivery Profile DELIVERY SITE NAME: Yakima Air Terminal/McAllister Field Emergency# (509) 307-5250 Delivery Location Address: 3106 West Washington Ave. City:Yakima State:WA Zip Code: 98903 Delivery Contact: Brian Carlenius Delivery Contact: Ryan Pastor Phone: (509) 575-6148 Mobile: (509) 307-5250 Phone: (509) 575-6148 Mobile: (509) 654-4545 Email: Brian.Carlenius@YakimaWA.Gov Email: Ryan.Pastor(a,YakimaWA.Gov Billing Address: 2400 W. Washington Ave City: Yakima State: WA Zip Code: 98903 Contact: Shelby Barrett Phone: (509) 576-6383 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 7am-3pm 7am-3pm 7am-3pm 7am-3pm 7am-3pm None None Tank Name or No. #1 Tank Size: 2,000 Gal. Fuel Type: Dyed Diesel Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 1,000 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No ■ Contractor granted remote access to monitoring system: Yes ❑ No • N/A❑ Other: City will Report Levels How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly ■ Other: Fax❑ Email ■ Phone ❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 7578 2,863 1,804 1,394 1,517 Tank Name or No. #2 Tank Size: 1,000 Gal. Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 500 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No • Contractor granted remote access to monitoring system: Yes ❑ No • N/A❑ Other: City Will Report Levels How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly • Other: Fax❑ Email • Phone❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 2,625 1,095 193 685 652 DEF TANKS Does this location use DEF: Yes • No ❑ Ownership of Current Tanks: City/Co. ❑ Contractor • Number of Tanks and Size: 1-55 gallon drum Annual DEF Consumption: 10,203 12603J Bulk Purchase& Delivery of Fuels Page 102 of 107 124 YAKIMA COUNTY Site Worksheet & Delivery Profile DELIVERY SITE NAME: Yakima County Shop Emergency# (509) 986-0067 Delivery Location Address: 1216 S. 18th Street City:Yakima State:WA Zip Code: 98901 Delivery Contact: Joel Chavez Delivery Contact: Jason Alvord Phone: (509) 574-2351 Mobile: (509) 986-0067 Phone: (509) 574-2405 Mobile: (509) 930-8080 Email: Joel.Chavez@Co.Yakima.WA.US Email: Jason.Alvord@Co.Yakima.WA.US Billing Address: 1216 S. 18th Street City: Yakima State: WA Zip Code: 98901 Contact: Joel Chavez Phone: (509) 574-2351 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 8am — 5pm 8am — 5pm 8am — 5pm 8am — 5pm 8am — 2pm NONE NONE Tank Name or No. #1 Tank Size: 10,000 Gal. Fuel Type: Dyed Diesel Type of Service: Will Call Keep Full delivery must occur before tank level reaches: 2,500 Gal. Tank are: ABOVE Ground: ❑ BELOW ground: ■ Tank has electronic level monitoring system: Yes ■ No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: Co, Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly❑ Other: When Need Fax❑ Email ■ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 98,552 25,422 26,928 24,302 21,900 Tank Name or No. #2 Tank Size: 10,000 Gal. Fuel Type: Regular Unleaded Type of Service: Will Call Keep Full delivery must occur before tank level reaches: 2,500 Gal. Tank are: ABOVE Ground: ❑ BELOW ground: ■ Tank has electronic level monitoring system: Yes ■ No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: Co. Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily ❑ Weekly❑ Monthly❑ Other: When Need Fax❑ Email • Phone ❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 76,595 18,998 20,194 19,602 17,801 DEF TANKS Does this location use DEF: Yes ■ No ❑ Ownership of Current Tanks: City/Co. ❑ Contractor ■ Number of Tanks and Size: 1 - 325 gallon tote Annual DEF Consumption: 1,450 gallons 12603J Bulk Purchase& Delivery of Fuels Page 103 of 107 125 YAKIMA COUNTY Site Worksheet & Delivery Profile DELIVERY SITE NAME: Sunnyside Shop Emergency# (509) 574-2812 Delivery Location Address: 321 S. 1st Ave. City: Sunnyside State:WA Zip Code: 98944 Delivery Contact: Joel Chavez Delivery Contact: Jason Alvord Phone: (509) 574-2351 Mobile: (509) 986-0067 Phone: (509) 574-2405 Mobile: (509) 930-8080 Email: Joel.Chavez@Co.Yakima.WA.US Email: Jason.Alvord@Co.Yakima.WA.US Billing Address: 1216 S. 18th Street City: Yakima State: WA Zip Code: 98901 Contact: Joel Chavez Phone: (509) 574-2351 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 7am-2:30pm 7am-2:30pm 7am-2:30pm 7am-2:30pm 7am-2:30pm NONE NONE Tank Name or No. #1 Tank Size: 6,000 Gal. Fuel Type: Dyed Diesel Type of Service: Will Call Keep Full delivery must occur before tank level reaches: 2,500 Gal. Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes • No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: Co. Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly❑ Other:When Need Fax❑ Email ■ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 42,269 10,102 11,921 9,602 10,644 Tank Name or No. #2 Tank Size: 6,000 Gal. Fuel Type: Regular Unleaded Type of Service: Will Call Keep Full delivery must occur before tank level reaches: 2,500 Gal. Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes ■ No ❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: Co. Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly❑ Other: When Need Fax❑ Email ■ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 20,300 4,798 5,401 4,901 5,200 DEF TANKS Does this location use DEF: Yes • No ❑ Ownership of Current Tanks: City/Co. ❑ Contractor • Number of Tanks and Size: 1 - 325 gallon tote Annual DEF Consumption: 850 gallons 12603J Bulk Purchase& Delivery of Fuels Page 104 of 107 126 YAKIMA COUNTUY Site Worksheet & Delivery Profile DELIVERY SITE NAME: Terrace Heights Landfill Emergency# (509) 574-2812 Delivery Location Address: 7151 Roza Hill Drive City:Yakima State:WA Zip Code: 98901 Delivery Contact: Joel Chavez Delivery Contact: Jason Alvord Phone: (509) 574-2351 Phone: (509) 986-0067 Phone: (509) 574-2405 Mobile: (509) 930-8080 Email: Joel.Chavez@Co.Yakima.WA.US Email: Jason.Alvord@Co.Yakima.WA.US Billing Address: 1216 S. 18th Street City: Yakima State: WA Zip Code: 98901 Contact: Joel Chavez Phone: (509) 574-2351 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 8am-4pm 8am-4pm 8am-4pm 8am-4pm 8am-4pm NONE NONE Tank Name or No. Upper Tank Tank Size: 6,000 Gal. Fuel Type: NOT IN USE Type of Service: Keep Full delivery must occur before tank level reaches: Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No • Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A ■ Other: How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly❑ Other: Fax❑ Email❑ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December NOT IN USE Tank Name or No. Lower Tank Tank Size: 4,000 Gal. Fuel Type: Dyed Diesel Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 2,500 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No • Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A • Other: Co. Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly • Monthly❑ Other: Fax❑ Email • Phone ❑ Approximate Consumption Approximate Ordered Amount (Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 63,306 13,046 14,977 16,889 18,394 DEF TANKS Does this location use DEF: Yes • No ❑ Ownership of Current Tanks: City/Co. ❑ Contractor • 1,550 gallons upper portion of site Number of Tanks and Size: 2 - 325 gallon totes Annual DEF Consumption: 1,075 gallons Lower portion of site 12603J Bulk Purchase& Delivery of Fuels Page 105 of 107 127 YAKIMA COUNTY Site Worksheet & Delivery Profile DELIVERY SITE NAME: Cheyne Landfill Site Emergency# (509) 574-2812 Delivery Location Address: 4970 Cheyne Road City:Yakima State:WA Zip Code: 98953 Delivery Contact: Joel Chavez Delivery Contact: Jason Alvord Phone: (509) 574-2351 Phone: (509) 986-0067 Phone: (509) 574-2405 Mobile: (509) 930-8080 Email: Joel.Chavez@Co.Yakima.WA.US Email: Jason.Alvord@Co.Yakima.WA.US Billing Address: 1216 S. 18th Street City: Yakima State: WA Zip Code: 98901 Contact: Joel Chavez Phone: (509) 574-2351 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 8am-4pm 8am-4pm 8am-4pm 8am-4pm 8am-4pm NONE NONE Tank Name or No. #1 Tank Size: 4,000 Gal. Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 2,000 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No • Contractor granted remote access to monitoring system: Yes ❑ No ❑ N/A ■ Other: Vendor Checks Levels How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly ■ Monthly❑ Other: Fax❑ Email❑ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 88,006 23,236 21,236 20,352 23,182 Tank Name or No. Tank Size: Fuel Type: Type of Service: Keep Full delivery must occur before tank level reaches: Tank are: ABOVE Ground: ❑ BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No❑ Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A❑ Other: How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly❑ Other: Fax❑ Email ❑ Phone ❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December DEF TANKS Does this location use DEF: Yes • No ❑ Ownership of Current Tanks: City/Co. ❑ Contractor ■ Number of Tanks and Size: 2 - 325 gallon totes Annual DEF Consumption: 890 gallons 12603J Bulk Purchase& Delivery of Fuels Page 106 of 107 128 ATTACHMENT B SAMPLE INVOICE Customer Name: City of Yakima Public Works Date of Delivery: 01/02/14 Delivery Location: 2301 Fruitvale Boulevard Customer Account#: YCITY-PW-123 Fuel Type OPIS Daily Average x OPIS Multiplier x Gallons Delivered Fuel Price ULS Dyed#2 $2.34 x 0.9876 x 3800 $8781.74 ULS Dyed#1 $2.56 x 0.9876 x 3800 $9,607.37 B100(BioDiesel) $3.45 x 1.2345 x 400 $1,703.61 BioDiesel"Blender"Tax Credit ($1.00 per gallon) x 400 ($400.00) Additives/Conditioners $0.00 Emergency Delivery Fee (Keep-Full not applicable) $100.00 Prompt Payment Discount (If applicable) - 2%Net 15 ($0.00) Taxes Gasoline Diesel Washington State and Local Sales Tax (As Applicable) (As Applicable) $640.00 Washington State Hazardous Substance Tax $0.007/gal $0.007/gal $56.00 Washington State Fuel Tax $0.31/gal $0.31/gal $248.00 Washington State Oil Spill Tax(per gallon) $0.010/gal $0.010/gal $80.00 Federal Excise Tax $0.184/gal $0.244/galRattRattRatt $1,792.00 Federal Lust Tax .001/gal .001/gal $8.00 Total $22,616.72 12603J Bulk Purchase& Delivery of Fuels Page 107 of 107 129 EXHIBIT B — Contractors Bid Response CONTRACTORS BID RESPONSE The following are the Contractors Required Forms • Signature Sheet • Technical Specification Analysis • Bidder's Contact Information • Bidders Questionnaire • FTA Debarment & Suspension Certification • Disadvantaged Business Enterprise DBE Utilization Form • Lobbying Restrictions Certification • Bid Form (pricing) Page 13 of 14 130 17 r> CITY OF YAKIMA INVITATION TO BID 12603J �' . \r/ SIGNATURE SHEET THIS IS NOT AN ORDER BID Release Date: February 19, 2026 Bid Receipt: Bidders must first register with PublicPurchase.com and Bid shall be completely uploaded into PublicPurchase.com no later than the date and time listed below. Register as early as possible and do not wait until the due date to upload your documents, as this may take some time. Late Bids will not be accepted or evaluated. If you try to submit a Bid late, the electronic system will not receive it. Bid openings are public. Bids shall be firm for acceptance for ninety(90)days from date of Bid opening, unless otherwise noted BIDS ARE ONLY RECEIVED THROUGH PUBLICPURCHASE.COM Purchasing For: Buyer in charge of this procurement(Contact for further information): City of Yakima and Yakima County Susan Knotts, NIGP-CPP, CPPB, CPPO Yakima, WA 98901 Buyer ll Bids Must be completely uploaded by: Public Opening 0 Phone E-Mail Address March 12, 2026, at 3:30:0o PM PST (509) 575-6095 Susan.Knotts@YakimaWA.Gov PROJECT DESCRIPTION SUMMARY Bulk Purchase and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF) and Incidentals City of Yakima and Yakima County Delivery Details: FOB Destination, Freight Prepaid, Inside Delivery required ® I hereby acknowledge receiving addendum(a) 1 , (use as many spaces as addenda received) In signing this Bid we also certify that we have not,either directly or indirectly,entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a Bid; that this Bid has been independently arrived at without collusion with any other Bidder, competitor or potential competitor; that this Bid has not been knowingly disclosed prior to the opening of Bids to any other Bidder or competitor;that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms,conditions and specifications required by the City of Yakima in this Invitation to Bid and all terms of our Bid. Company Name Company Address christensen, Inc 151 N commercial Ave, Pasco, WA 99301 Name of Authorized Company Representative(Type or Print) Title Phone 09-539-0606 Micah zumwalt sales Manager EWA Fax ( ) Signature of Above Date Email Address IDocuSigned by: 3/11/2026 Mi cah.zumwalt@ch ri stensenusa.corn A 5D124975FF854C0... 12603J Bulk Purchase& Delivery of Fuels Page 2 of 107 131 E— Explanation. The Bidder's product partially satisfies the requirement, and an explanation is included in the response. MR— Modification Required. The Bidder's product does not currently satisfy the requirement, but the Bidder commits that the delivered base product will satisfy the requirement at no additional cost and shall be supported in future releases of the Bidder's base products. The following Technical Specifications Analysis shall be answered with a Y of N. Checking "NO" on any item will not necessarily disallow a Bid. The Owner shall be the sole judge as to whether an exception is acceptable or not. Bidders are encouraged to provide further detail where such detail might differentiate their products from those of their competitors or where such detail might assist in analysis of the Bid. The Owner reserves the right to request additional information or perform tests and measurements before selecting the Apparent Successful Bidder. A bidder's failure to provide requested information to the Owner within ten (10) business days may result in disqualification. TECHNICAL SPECIFICATION ANALYSIS FORM Bulk Purchase and Delivery of Gasoline, Diesel Fuels and Related Products Item Specification Yes No Comments GENERAL REQUIREMENTS All fuel meets Washington state fuel quality standards as provided by Washington's Motor Fuel Quality Act, RCW 19.112, and is free from contamination — i.e., free from impurities including water, l3 ❑ dirt,harmful oils,fibrous materials,and other petroleum products or contaminates. All fuel supplied by vendor meets or exceeds the most current © ❑ ASTM specifications relevant to the fuel type ordered. UNLEADED GASOLINE Shall meet ASTM D4814 ® ❑ Vendor's gasoline is blended with at least 2% ethanol up to 10% ❑ and is measured on a quarterly basis. Premium Unleaded Gasoline Shall be rated 91 to 93 Octane. © ❑ Shall have an RVP rating of 7.8 to 9.0 Mid-Grade Gasoline Shall be rated 89 Octane. © ❑ Shall have an RVP rating of 7.8 to 9.0 Regular Gasoline Shall be rated 87 Octane. l3 ❑ Shall have an RVP rating of 7.8 to 9.0 ULTRA LOW SULFUR DIESEL (ULSD) FUELS imimP Does Vendor's diesel contain more than 2%biodiesel? © ❑ 12603J Bulk Purchase& Delivery of Fuels Page 29 of 107 132 ULSD#1 Clear and Dyed Shall meet ASTM D975. ® ❑ The City and County is not accepting any biodiesel blended above 2%in with the dyed diesel#1 fuel. ULSD#2 Clear and Dyed Shall be per ASTM D975. ® ❑ The City and County is not accepting any biodiesel blended above 2%in with the dyed diesel#2 RENEWABLE DIESEL (RD) Shall meet ASTM D975 and adheres to EN 15940 El ❑ R99 must be compatible with ULSD IN ❑ Must have a minimum octane rating of 87 El ❑ Must be filter-cleaned to 20 microns or less IN ❑ Shall have a Carbon Intensity(CI)of 80 or less © ❑ Have certified CI fuel pathway codes approved under the ril California and/or Oregon state low carbon fuel standards(LCFS) ® ❑ programs No palm or palm derived (PFADs, palm waste,etc.) in feedstock ® 0 used in production Deliveries will include a PTD showing feedstock origin, location El ❑ and producer of the fuel and CI pathways for all gallons REID VAPOR PRESSURE (RVP) applies to gasoline only Per Federal Regulations RVP percentages apply during the following time periods June 1—September 15, RVP 9.0 © ❑ DIESEL EXHAUST FLUID (DEF) DEF is used as consumable in Selective Catalytic Reduction (SCR) in order to lower nitrogen oxides (NOx) concentration in the diesel exhaust emissions from diesel engines. The City and County use DEF in a number of vehicles Contractor will provide DEF to each of the designated fueling El locations notated on the Site Worksheet/Delivery Profile ❑ The contractor will provide a storage tank, if needed,to Owner's ® ❑ locations upon request. The DEF storage tanks are to be placed at the fueling stations adjacent to the fuel pumps in a dry, well-ventilated area out of the sunlight as much as the location will allow and be easily accessible. © ❑ 4 Installation of the DEF Storage tanks shall be coordinated with the facility representative listed on the Site Worksheet for that location 12603J Bulk Purchase& Delivery of Fuels Page 30 of 107 133 ADDITIVES, TREATMENTS, AND CONDITIONERS Contractor is able to and will supply and blend fuel additives, © ❑ treatments and conditioner products to the fuel purchased. Vendor is to automatically add weatherization additives to deliveries and pre blend, with the standard 70/30 blend from October 15 to March 15 of each year. 4. If vehicles experience fuel gelling problems during this © 0 period due to Contractor not delivering pre-blended fuel as stated above, Contractor will pay all expenses to rectify the problem and be financially responsible for any damages caused The Contractor will also provide weatherization additives from March 16 to October 14 to mix with existing fuel in tanks any time the temperature dips below the manufacturer's El 0 recommendation and a weatherization additive is recommended for optimum fuel performance. Vendor shall itemize additives,treatments or conditioners on invoices as a separate line item. 4. Price charged shall not exceed the lowest price charged to El 0 other customers and the prices are to be comparable to current market rates of other suppliers. At the Owner's request,the Contractor shall provide supporting ® ❑ documentation to validate price compliance. KEEP-FULL and WILL-CALL Besides conforming to the standard contract terms as defined herein, the following will be applicable to Keep-Full and Will-Call deliveries. Tank Levels: Contractor shall monitor the level of all tanks per the requirements detailed on the Site Worksheet/Delivery El 0 Profile for each location. Contractor will plan and schedule deliveries accordingly to ® ❑ ensure the most expeditious and economic delivery. Contractor will ensure that tank levels never fall below the minimums listed. City—5,000 gallons ® ❑ County—2,500 gallons Or as stated on the Site Worksheet/Delivery Profile. Split Loads: Prices shall be the same for bulk and split deliveries, i.e. if the County orders a full truck and has part of the load © ❑ delivered to Sunnyside and part of the load delivered to Yakima; the price shall be for a full truck load. Tank Testing: Owner will be allowed to initiate a "top off"order ® ❑ at the established contract pricing. 12603J Bulk Purchase& Delivery of Fuels Page 31 of 107 134 DELIVERIES Fuel being purchased under this contract serves law enforcement, emergency fire services and other critical government services. Contractor guarantees order fulfillment within two(2) calendar ® ❑ days after receipt of an order EMERGENCY DELIVERIES and DISASTER RELEIF Emergency orders are to be top priority .111 Contractor is equipped and prepared to successfully fulfill an emergency delivery OR respond to a disaster 7-days a week, 24- © ❑ hours a day. During an emergency or disaster,this City and County contract 0 ❑ will be given priority. Contractor will make every effort to fulfill an emergency delivery within a maximum of 24 hours of a verbal,electronic,written or © ❑ faxed order. Contractor shall furnish emergency order contact information and always be poised to receive and respond to an emergency or © ❑ disaster relief order. VOLUME VERIFICATION REQUIREMENTS To ensure that delivery volumes are accurately calculated, the following shall apply. Dispensing meters are to be certified by the Washington State rpl Department of Weights and Measures,and delivery volumes ® ❑ shall not be temperature corrected. The Owner reserves the right to randomly ask for stick readings. ® ❑ All invoices are to be accompanied with the appropriate volume delivery verification documentation including, but not limited to, ® ❑ a metered delivery ticket, bill of lading as well as a record of before and after delivery readings. BACKGROUND CHECK Some delivery sites may have security restrictions requiring delivery personnel to pass a criminal background check before access is granted. Contractor will perform a back-ground check and provide to the City and/or County representative listed in the Contract under ® ❑ Notices with the necessary paperwork for all drivers delivering to that location. 12603J Bulk Purchase& Delivery of Fuels Page 32 of 107 135 XI.BIDDER'S FORMS Bidder must complete all forms and return with Bid response before vendor's Bid will be considered. BIDDER CONTACT INFORMATION FORM BIDDER CONTACT INFORMATION BIDDER: Micah Zumwalt Page 1 of 2 BIDDER INFORMATION Company's Legal Name: Christensen, Inc Company's dba: (if applicable) CEO/President Name: Tony Christensen Business Taxpayer Identification License No. 600-365-962 UBI No.600-365-962 Number(TIN) 91-1107733 Phon e (509) 547-6122 Toll Free Phone ( ) FAX (509) 882-2197 E-Mail Address commercialsales@christensenusa.com Mailing Address 151 N Commercial Ave City Pasco State WA Zip+ 4 99301 Physical Address 401 W I Street City Yakima State WA Zip+ 4 98902 CONTRACT ADMINISTRATOR INFORMATION Name Micah Zumwalt Title Sales Manager Phone (509) 539-0606 Toll Free Phone ( ) FAX (509) 547-1687 E-Mail Address micah.zumwalt@christensenusa.com Mailing Address 151 N Commercial Ave City Pasco State WA Zip+ 4 99301 Physical Address Same as above City State Zip+ 4 Backup Contact: Name Kristen Scott Title Lead Sales Coordinator Phone (509) 237-6355 E-Mail Address kristen.scott@christensenusa.com 12603J Bulk Purchase& Delivery of Fuels Page 85 of 107 136 BIDDER CONTACT INFORMATION BIDDER: Micah Zumwalt Page 2 of 2 PAYMENT AND BILLING CONTACT INFORMATION 1 Name Commercial AR Title Accounts Receivable Phone (509) 530-1511 Toll Free Phone ( ) FAX ( ) E-Mail Address commercialar@christensenusa.com Payment Address Christensen, Inc PO Box 845543 City Dallas State TX Zip + 4 75284-5543 ORDERING/SALES CONTACT INFORMATION 111 Name Micah Zumwalt Title Sales Manager Phone (509) 539-0606 Fax (509 ) 547-1687 E-Mail Address micah.zumwalt@christensenusa.com Order Receiving Address 151 N Commercial Ave City Pasco State WA Zip + 4 99301 Name Christensen Dispatch Title Dispatch Phone (509)547-6122 Fax ( ) E-Mail Address orders@christensenusa.com Name Kristen Scott Title Lead Sales Coordinator Phone (509) 237-6355 Fax (509 ) 882-2197 E-Mail Address kristen.scott@christensenusa.com or commercialsales@christensenusa.com EMERGENCY CONTACT INFORMATION Person to contact in case of emergency 24/7 Name Micah Zumwalt Title Sales Manager Phone (509 )539-0606 Cell Phone Same 12603J Bulk Purchase& Delivery of Fuels Page 86 of 107 137 BIDDER QUESTIONNAIRE The following statements as to experience, equipment and general qualifications of the bidder shall be submitted in conjunction with the bid, as part thereof and truthfulness and accuracy of information is guaranteed by the bidder and included in bid evaluation. Checking "NO" on any item will not necessarily disallow vendors bid. The Owner shall be the sole judge as to whether information provided deems Bidder responsible or not. INSTRUCTIONS: Provide the requested information, sign and date. If "NO" is checked, Bidder must explain in the "COMMENTS". If further description is required, the Owner may request Bidder to provide such information by a mandatory due date. You must submit this completed form with your Bid. Failure to submit this form fully completed may result in disqualification of Bid. Christensen inc BIDDER QUESTIONNAIRE BIDDER: Page 1 of 6 OWNERSHIP Is your firm a subsidiary, parent, holding company, or affiliate of another firm? Yes No X Please explain: Is your firm certified as a minority or woman owned business with the Washington State Office of Minority&Women's Business Enterprises(OMWBE)? Yes No X If yes, provide Bidder's MWBE certification number: EXPERIENCE Bidder must have at least five (5) years experience as a provider in this field of work and have satisfactorily completed three (3) contracts of this nature in the last five (5)years. List contracts Below: 1. Company Hanford Mission Intergation Solutions, LLC Address PO Box 943, Richland, WA 99352 Contact Person Jennifer Torres Phone (509) 376-2046 2. Company Bechtel National, Inc Address 2435 Stevens Center PL, Richland, WA 99352 Contact Person Linda Watson Phone ( 509) 827-2875 3. Company Central Plateau Cleanup Company Address PO Box 1464 Mail Stop A7-05, Richland, WA 99352 Contact Person Britney Faubert Phone (509) 373-0483 12603J Bulk Purchase& Delivery of Fuels Page 87 of 107 138 Christensen Inc BIDDER QUESTIONNAIRE BIDDER: Page 2 of 6 List all other public entities (up to five, largest first) in Washington State you provide service to. 1. Company City of Bellevue Address 2901 115th Ave NE, Bellevue WA 98004 Contact Person Danielle Tyler Phone ( (425)452-4338 2. Company City of Renton Address 1055 SO Grady Way, Renton WA 98057 Contact Person Kristin Lauterbach Phone ( (425))430-7445 3• Company City of Auburn Address 25 W Main St,Auburn WA 98001 Contact Person Tyler Thompson Phone ((253)388-3137 4. City of Kirkland Company Address 123 5th Ave, Kirkland WA 98033 Contact Person Julia Scotland Phone ((425))587-3882 City of Richland 5. Company Address 625 Swift Blvd, Richland WA 98352 Contact Person Tracy Reed Phone ( (509554-4984 How many delivery trucks do you have and what size are they? Please list, use extra paper if needed. 1. 43 transports(105,500) 2. 3. 4. 5. 12603J Bulk Purchase& Delivery of Fuels Page 88 of 107 139 BIDDER QUESTIONNAIRE BIDDER: Christensen Inc Page 3 of 6 FINANCIAL RESOURCES AND RESPONSIBILITY Number of years your company has been engaged in business? 45 Years Are you a branded What brand of fuel do you sell? Most major oil brands dealer? Yes: X No: Are you a branded dealer? Yes: X No: The bidder as a Vendor has never failed to satisfactorily perform a contract awarded to him except as follows: (Name of any and all exceptions and reasons thereof) Yes: No: X Please explain: Within the previous five years, has your firm been the debtor of a bankruptcy? Yes: No: X Please explain: Is your firm in the process of or in negotiations toward being sold? Yes: No: X Please explain: Within the previous five years, has your firm been determined to be a non- responsible bidder or proposer for any government contract? Yes: No: X Please explain: Within the previous five years, has a governmental or private entity terminated your firm's contract prior to contract completion? Yes: No: X Please explain: Within the previous five years, has your firm used any subcontractor to perform work on a government contract when that subcontractor had been debarred by X a governmental agency? Yes: No: Please explain: 12603J Bulk Purchase& Delivery of Fuels Page 89 of 107 140 BIDDER QUESTIONNAIRE BIDDER: Christensen Inc Page 4 of 6 DISPUTES Within the previous five years, has your firm been the defendant in court on a matter related to any of the following? • Payment to subcontractors? Yes: No: X Please explain: • Work performance on a contract? Yes: No: X Please explain: Does your firm have outstanding judgement pending against it? Yes: No: X Please explain: Within the previous five years, has your firm been assessed liquidated damages on a contract? Yes: No; X Please explain: COMPLIANCE Within the previous five years, has your firm or any of its owners, partners, or officers, been assessed penalties of found to have violated any laws, rules, or regulations enforced or administered by a government entity? This does not include X owners of stock if your firm is a publicly traded corporation. Yes: No; Please explain: Hazardous Materials are an element of this contract. Has the Bidder had any violations of improper transportation of such materials or any violation of X associated laws, rules or regulations in the previous five years? Yes: No: Please explain: 12603J Bulk Purchase& Delivery of Fuels Page 90 of 107 141 Christensen Inc BIDDER QUESTIONNAIRE BIDDER: Page 5 of 6 BUSINESS INTEGRITY Is a governmental entity or public utility currently investigating your firm for false X claims or material misrepresentations? Yes: No: Please explain: Within the previous five years, has a governmental entity or public utility X determined your firm made a false claim or material misrepresentation? Yes: No: Please explain: Within the previous five years, has your firm or any of its owners or officers been convicted of a crime involving the bidding on a government contract,the awarding of a government contract,the performance of a government contract, or of a crime of fraud, theft, embezzlement, perjury, bribery? This does not include Owners of stock if your firm is a publicly traded corporation. Yes: No: X Please explain: SAFETY Is fuel shipped on radio-equipped trucks? Yes: X No: What safety equipment is carried on the delivery trucks? Please List: A. Fire extinguishers (ABC or Purple K rated)—Required for flammable liquid transport and mounted on the tractor and/or trailer. Emergency spill response kit—Includes absorbent pads, booms, containment socks, drain covers, disposal bags, and PPE for fuel spill B. containment c. Wheel chocks—Used to secure the truck and prevent movement during loading or unloading. D. Grounding/bonding cable—Used to bond the truck to the storage tank or rack to prevent static electricity ignition during fuel transfer. E Personal protective equipment(PPE)— Includes flame-resistant clothing (FR), safety glasses, gloves(fuel-resistant), a hard hat, and a • safety vest. Vapor recovery equipment&Cones and warning triangles What is your unloading procedure (using the above listed.safety equipment)?. Before unloading,the driver parks the vehicle in the designated delivery area, sets the parking brake, and places wheel chocks to prevent movement. The driver conducts a safety inspection of the delivery site and confirms the correct product and tank before beginning transfer. The truck is then bonded/grounded to the facility to prevent static electricity buildup. The driver connects the appropriate delivery hose and verifies that all valves and fittings are secure. Personal protective equipment(PPE), including safety glasses, gloves, and high-visibility clothing, is worn during the entire unloading process. Emergency shutoff procedures and fire extinguishers remain readily accessible throughout the operation. A spill response kit is available in the event of an accidental release. After delivery is complete, the driver closes all valves, disconnects hoses, drains product from hoses as required, removes the bonding cable, secures all equipment, and performs a final inspection of the area before departing. 12603J Bulk Purchase& Delivery of Fuels Page 91 of 107 142 C hriGtanGan BIDDER QUESTIONNAIRE BIDDER: Page 6 of 6 What emergency training have the drivers received? Course Name: Number of Hours: Date of Training: DOT Hazardous Materials Transportation & 1. Emergency Response Training 4 Initial Hire and Every 3 Years Fuel Spill Prevention and Spill Response 2. Procedures 2 Annually Driver Emergency Response and Incident 3. Management Training 2 Annually What procedures are proposed for emergencies during transport? Please List (i.e.Will local Fire Departments be notified of transport routes and times?) Immediate Notification and Escalation-Drivers are trained to secure the vehicle and immediately contact the Operations Manager or On-Call Operations Manager. If the situation presents an immediate safety risk,drivers will contact 911 first,followed by management notification. Emergency Response Coordination-The Operations Manager coordinates response actions,including contacting emergency responders,company leadership,and 2. spill response contractors when required. Hazard Communication-Drivers maintain required hazardous materials shipping papers and emergency response information in thevehicle. 3. This information is provided to emergency responders to identify the product and appropriate response actions. Incident Reporting and Investigation-All transportation incidents are reported through the company's safety and incident reporting process.Management conducts a 4 review of the incident and implements corrective actions when necessary. SUBCONTRACTORS INFORMATION List all subcontractors with their contact information (company name, address, phone numbers, e-mail address) and UBI number that might perform services for the Contractor in fulfillment of these contract requirements. Company Name Christensen Inc Company DBA (If applicable) Contact Person Title Phone ( ) E-mail address 12603J Bulk Purchase& Delivery of Fuels Page 92 of 107 143 BIDDER'S GOVERNMENT WIDE FTA DEBARMENT AND SUSPENSION CERTIFICATION Bidder, through the duly authorized undersigned, makes this certification as a required element of submitting a responsive bid. Bidder certifies, to the best of its knowledge and belief, that the following are true, complete, correct, and made in good faith: Bidder certifies it will comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Government Wide Debarment and Suspension Nonprocurement),"2 CFR part 180. Bidder hereby certifies that: 1. Its principals, affiliates, and subcontractors are eligible to participate in this contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in any federally assisted Award. 2. It has not had one or more public transactions (Federal, State, or local)terminated for cause or default within a three (3)year period preceding this Certification, 3. It will treat each lower tier contract or lower tier subcontract under this contract as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it equals or exceeds$25,000, is for audit services, or requires the consent of a Federal official. 4. It will require that each covered lower tier contractor and subcontractor: a) Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and b) Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: i. Debarred from participation in its federally funded Project, ii. Suspended from participation in its federally funded Project, iii. Proposed for debarment from participation in its federally funded Project, iv. Declared ineligible to participate in its federally funded Project, v. Voluntarily excluded from participation in its federally funded Project, or vi. Disqualified from participation in its federally funded Project,and 5. It will provide a written explanation as indicated on a page attached in FTA's TEAM-Web or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. 6. If, at a later time, it receives any information that contradicts the statements of this certification, bidder will promptly provide that information to FTA. The certification in this clause is a material representation of fact relied upon by Enterprise Services. If it is later determined by Enterprise Services that the bidder knowingly rendered an erroneous certification, in addition to remedies available to Enterprise Services, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.The bidder agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract 12603J Bulk Purchase& Delivery of Fuels Page 93 of 107 144 that may arise from this offer. The bidder further agrees to include a provision requiring such compliance in its lower tier covered transactions. If the bidder is unable to certify to the statement above, it shall attach an explanation, and indicate that it has done so by placing an "X" in the following space: ❑ Bidder certifies or affirms the truthfulness and accuracy of each statement of its certification and explanation, if any. In addition, bidder understands and agrees that the provisions of 31 U.S.C. §§3801 et seq. apply to this certification and explanation, if any. BIDDER NAME: Christensen, Inc Print Name of Bidder—Print full legal entity name of the firm submitting the Bid —DocuSigned by: Ail legaN 7—,44A-WoAkMicah zumwalt By: _.. 5D124975FF854C0... Signature of Bidder's authorized person Print Name of person making certifications for Bidder Title: sales Manager Eastern Washington Date: 3/11/2026 Title of person signing certificate 12603J Bulk Purchase& Delivery of Fuels Page 94 of 107 145 Sanctions for Violations If at any time the AGENCY has reason to believe that the Contractor is in violation of its obligations under this Agreement or has otherwise failed to comply with terms of this Section, the AGENCY may, in addition to pursuing any other available legal remedy, commence proceedings, which may include but are not limited to,the following: • Suspension of any payment or part due the Contractor until such time as the issues concerning the Contractor's compliance are resolved;and • Termination or cancellation of the Contract, in whole or in part, unless the successful Contractor is able to demonstrate within a reasonable time that it is in compliance with the DBE terms stated herein. DBE UTILIZATION FORM The undersigned Bidder/Offeror has satisfied the requirements of the solicitation in the following manner (please check the appropriate space): DS X AA.. .... The Bidder/Offer is committed to a minimum of 0% DBE utilization on this contract. The Bidder/Offeror(if unable to meet the DBE goal of 0%) is committed to a minimum of 0% DBE utilization on this contract and submits documentation demonstrating good faith efforts. DBE PARTICIPATION SCHEDULE The Bidder/Offeror shall complete the following information for all DBE's participating in the contract that comprises the DBE Utilization percent stated in the DBE Utilization Form. The Bidder/Offeror shall also furnish the name and telephone number of the appropriate contact person should the Authority have any questions in relation to the information furnished herein. DBE IDENTIFICATION AND INFORMATION FORM Name and Address Contact Name and Participation Percent Description Of Work Race and Gender of Telephone Number (Of Total Contract To Be Performed Firm Value) 12603J Bulk Purchase& Delivery of Fuels Page 49 of 107 146 Lobbying Restrictions The undersigned certifies,to the best of his or her knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. r__DocuSigned by: Signature of Contractor's Authorized Official 5D124975FF854C0... Micah zumwalt sales Manager Eastern washi ngton Name and Title of Contractor's Authorized Official 3/11/2026 Date 12603J Bulk Purchase& Delivery of Fuels Page 54 of 107 147 IX. BID FORM Bulk Purchase&Delivery of Fuels,"As Needed" Diesel Exhaust Fluid (DEF)and Incidentals The undersigned hereby certifies that they have thoroughly examined the delivery sites, have read and understand the specifications and services required. Bidders do not need to bid on all schedules or all racks listed in a schedule to be considered. The Owner realizes that some Suppliers cannot provide all types of fuel nor can they provide fuel from every rack listed. The Owner reserves the right to award the bulk purchase and delivery of fuels,"as needed"diesel exhaust fluid(DEF) and incidentals to one vendor,or to multiple vendors. See Section;II General Information, Item 13. Pricing&Discounts,for instructions on fuel unit pricing. All prices Bid must be; FOB Destination,exempt from Federal Excise Tax,and Exclusive of all other US,State and local taxes and surcharges. All taxes must be listed separately on invoices and should not be listed as components of the differential prices. If your terminal is not listed under a schedule,please list it in the blank provided notating terminal name, fuel type and price in the same format. SCHEDULE I UNLEADED CLEAR - DELIVERED OPI5 +/-Price Differential Total Price Per Gallon Fuel Full Load 2,500 2,500 Rack Average Type 2/19/2026 8,000more gallons 'A Load Gallons Full Load %Load Gallons or or Less or Less Unleaded $ N/A $ $ $ $ $ $ Moses Lake,WA Mid $N/A $ $ $ $ $ $ Premium $ 3.5887 $ $ $ $ $ $ Unleaded $ 3.6292 $ $ $ $ $ $ Pasco,WA Mid $ N/A $ $ $ $ $ $ Premium $ N/A $ $ $ $ $ $ Unleaded $ 3.6096 $ $ -0.0581 $ 0.0199 $ 3.5315 $ $ Seattle, WA Mid $ N/A $ $ $ $ $ $ Premium $ N/A $ $ $ $ $ $ Unleaded $ N/A $ $ $ $ $ $ Spokane, WA Mid $ N/A $ $ $ $ $ $ Premium $ 3.7365 $ $ $ $ $ $ Unleaded $ 3.8496 $ $ $ $ $ $ Tacoma, 4.0094 WA Mid $ $ $ $ $ $ $ Premium $ 4.4574 $ $ $ $ $ $ Unleaded $ 3.2242 $ $ $ $ $ $ Portland, Mid $ N/A $ $ $ $ $ $ OR Premium $ N/A $ $ $ $ $ $ Unleaded $ $ $ $ $ $ $ Mid $ $ $ $ $ $ $ Premium $ $ $ $ $ $ $ Additives, Conditioners&Treatment(if not already added into the price above) $ /gallon 12603J Bulk Purchase& Delivery of Fuels Page 64 of 107 148 SCHEDULE II UNLEADED ETHANOL (10%) - DELIVERED +/-Price Differential Total Price Per Gallon OPIS Rack Fuel Type Average Full Load 2,500 Full 2,500 2/19/2026 8,000 gallons %Load Gallons Load %Load Gallons or more or Less or Less Unleaded $ 2.8282 $ $ $ $ $ $ Moses Lake,WA Mid $ 3.0495 $ $ $ $ $ $ Premium $ 3.2732 $ $ $ $ $ $ Unleaded $ 3.0556 $ $ $ $ $ $ Pasco,WA Mid $ 3.2332 $ $ $ $ $ $ Premium $ 3.4074 $ $ $ $ $ $ Unleaded $ 3.2441 $ $ $ $ $ $ Seattle, 3.4237 WA Mid $ $ $ $ $ $ $ Premium $ 3.5521 $ $ $ $ $ $ Unleaded $ 2.9209 $ $ $ $ $ $ Spokane, 3.1334 WA Mid $ $ $ $ $ $ $ Premium $ 3.3449 $ $ $ $ $ $ Unleaded $ 3.2383 $ $ $ $ $ $ Tacoma, 3.4401 WA Mid $ $ $ $ $ $ $ Premium $ 3.5824 $ $ $ $ $ $ Unleaded $ 2.8695 $ $ $ $ $ $ Portland, 3.0518 OR Mid $ $ $ $ $ $ $ Premium $ 3.1789 $ $ $ $ $ $ Unleaded $ $ $ $ $ $ $ Mid $ $ $ $ $ $ $ Premium $ $ $ $ $ $ $ Additives, Conditioners&Treatment(if not already added into the price above) $ /gallon 12603J Bulk Purchase& Delivery of Fuels Page 65 of 107 149 SCHEDULE III Ultra Low Sulfur Distillate - Delivered OPIS +/-Price Differential Total Price Per Gallon Rack Fuel Average Full Load % 2,500 Full 1 2,500 Type 2/19/2026 8,000 gallons or Load Gallons Load /z Load Gallons or Less or Less Moses No. 2 $ 3.3205 $ $ $ $ $ $ Lake,WA No. 1 $ N/A $ $ $ $ $ $ No. 2 $ 3.5095 $ $ $ $ $ $ Pasco,WA No. 1 $ 4.1314 $ $ $ $ $ $ Seattle,WA No. 2 $ 3.3618 $ -0.04 $ '. _ $ _. ... �; $ $ . $ No. 1 $ 3.8718 $ $ $ $ $ $ Spokane, No. 2 $ 3.4493 $ $ $ $ $ $ WA No. 1 $ 3.9595 $ $ $ $ $ $ Tacoma, No. 2 $ 3.4172 $ $ $ $ $ $ WA No. 1 $ N/A $ $ $ $ $ $ Portland, No. 2 $ 3.0385 $ $ $ $ $ $ OR No. 1 $ 3.4644 $ $ $ $ $ $ No. 2 $ $ $ $ $ $ $ No. 1 $ $ $ $ $ $ $ Additives,Conditioners&Treatment(if not already added into the price above) $ /gallon Does your Diesel contain 2%Biodiesel? ❑ Yes ❑ No 126031 Bulk Purchase& Delivery of Fuels Page 66 of 107 150 SCHEDULE IV WINTER Ultra Low Sulfur Distillate - Delivered OPIS +/-Price Differential Total Price Per Gallon Rack Fuel Type Average Full Load % 2,500 Full 1 2,500 8 000 gallons orLoad Gallons /z Load Gallons 2/19/2026 more Load or Less or Less Moses No. 2 $ 3.3655 $ $ $ $ $ $ Lake,WA No. 1 $ N/A $ $ $ $ $ $ No. 2 $ 3.5545 $ $ $ $ $ $ Pasco,WA No. 1 $ 4.1764 $ $ $ $ $ $ Seattle,WA No. 2 $ 3.4068 $ $ $ 0.058 $ 3.3668 $ 3.3868 $ No. 1 $ 3.9168 $ $ $ $ $ $ Spokane, No. 2 $ 3.4493 $ $ $ $ $ $ WA No. 1 $ 4.0045 $ $ $ $ $ $ Tacoma, No. 2 $ 3.4622 $ $ $ $ $ $ WA No. 1 $ N/A $ $ $ $ $ $ Portland, No. 2 $ 3.0835 $ $ $ $ $ $ OR No. 1 $ 3.5094 $ $ $ $ $ $ No. 2 $ $ $ $ $ $ $ No. 1 $ $ $ $ $ $ $ Does your Diesel contain 2%Biodiesel? ❑ Yes ❑ No 12603J Bulk Purchase& Delivery of Fuels Page 67 of 107 151 SCHEDULE V RED DYED Ultra Low Sulfur Distillate - Delivered OPIS +/-Price Differential Total Price Per Gallon Rack Fuel Average Full Load % 2,500 Full % 2,500 Type 2/19/2026 8,000 gallons or Load Gallons Load Load Gallons or Less or Less Moses No. 2 $ 3.3342 $ $ $ $ $ $ Lake,WA No. 1 $ N/A $ $ $ $ $ $ No. 2 $ 3.5152 $ $ $ $ $ $ Pasco,WA No. 1 $ 4.1361 $ $ $ $ $ $ Seattle,WA No. 2 $ 3.3549 $ $ $ $ 3.3149 $ 3.3349 $ 3.4129 No. 1 $ 3.8763 $ $ $ $ $ $ Spokane, No. 2 $ 3.4579 $ $ $ $ $ $ WA No. 1 $ 3.9638 $ $ $ $ $ $ Tacoma, No. 2 $ 3.4154 $ $ $ $ $ $ WA No. 1 $ 3.8763 $ $ $ $ $ $ Portland, No. 2 $ 3.0390 $ $ $ $ $ $ OR No. 1 $ 3.4694 $ $ $ $ $ $ No. 2 $ $ $ $ $ $ $ No. 1 $ $ $ $ $ $ $ Additives, Conditioners&Treatment(if not already added into the price above) $ /gallon Does your Diesel contain 2%Biodiesel? ❑ Yes ❑ No 12603J Bulk Purchase& Delivery of Fuels Page 68 of 107 152 SCHEDULE VI WINTER RED DYED Ultra Low Sulfur Distillate - Delivered OPIS +/-Price Differential Total Price Per Gallon Rack Fuel Average Full Load % 2,500 Full r 2,500 Type 8,000 gallons orLoad Gallons /z Load Gallons 2/19/2026more or Less Load or Less Moses No. 2 $ 3.3792 $ $ $ $ $ $ Lake,WA No. 1 $ N/A $ $ $ $ $ $ Pasco,WA No. 2 $ 3.5602 $ $ $ $ $ $ No. 1 $ 4.1811 $ $ $ $ $ $ Seattle,WA No. 2 $ 3.3999 $ $ $ $ 3.3599 $ 3.3799 $ 3.4579 No. 1 $ 3.9213 $ $ $ $ $ $ Spokane, No. 2 $ 3.5029 $ $ $ $ $ $ WA No. 1 $ 4.0088 $ $ $ $ $ $ Tacoma, No. 2 $ 3.4604 $ $ $ $ $ $ WA No. 1 $ 3.9213 $ $ $ $ $ $ Portland, No. 2 $ 3.0840 $ $ $ $ $ $ OR No. 1 $ 3.5144 $ $ $ $ $ $ No. 2 $ $ $ $ $ $ $ No. 1 $ $ $ $ $ $ $ 12603J Bulk Purchase& Delivery of Fuels Page 69 of 107 153 SCHEDULE VII R99 Renewable Diesel - Delivered OPIS +/-Price Differential Total Price Per Gallon Rack Fuel Average Full Load 1 2,500 Full 1 2,500 Type 2/19/2026 8,000 gallonsO or A Load Gallons Load A Load Gallons or Less or Less Moses $ N/A $ $ $ $ $ $ Lake,WA Pasco,WA $ N/A $ $ $ $ $ $ Seattle, $ N/A $ $ $ $ $ $ WA Spokane, $ N/A $ $ $ $ $ $ WA Tacoma, $ N/A $ $ $ $ $ $ WA Portland, $ N/A $ $ $ $ $ $ OR $ $ $ $ $ $ $ Additives, Conditioners&Treatment(if not already added into the price above) $ /gallon SCHEDULE VIII Diesel Exhaust Fluid (DEF) Drum Per 55 gallon drum. $ $194.20 Is drum returnable: ❑ Yes — No Deposit for returned drum. $ n/a Tote Per gallon in tote. $ $1.99/gallon Specify size(s)of tote: 330g1 Does price include tote: X Yes — No To LEASE tote. $ To BUY tote. $ I can supply 330 gallon totes at no additional cost and Christensen will pump bulk DEF directly intc Comments: Totes onsite at no additional cost to ensure best pricing 12603J Bulk Purchase& Delivery of Fuels Page 70 of 107 154 Prompt Payment Discount PROMPT PAYMENT DISCOUNT: Contractor to enter a prompt payment discount if paid within Discount off order: %,NET 15 Days fifteen (15)days upon receipt of invoice. Prompt payment discount can be taken as a designated amount per gallon or a calculated as a percentage off order. Discount per gallon: $ Per Gallon Emergency Delivery EMERGENCY FEE: Contractor must include their standard emergency fee charge on the Bid Form. If no $ $150.00 emergency fee exists, then contractor is to indicate there is no fee. If emergency fee section is left blank,the City/County is to assume there is not emergency fee. 12603J Bulk Purchase& Delivery of Fuels Page 71 of 107 155 1h 44 �'I:" s/` 129 North 2nd Street • Yakima, Washington • 98901 February 26, 2026 Dear Sir or Madam: Subject: Bid 12603J Bulk Purchased and Delivery Fuels, "As-Needed" Diesel Exhaust Fluid (DEF) and Incidentals Addendum No. 1 CHANGE TO SPECIFICATIONS PLEASE MAKE THE FOLLOWING CHANGES TO YOUR SPECIFICATIONS. Changes to Attachment A, Estimated Usage & Delivery Profiles. Please replace Attachment A,pages 96 and 97, in your specifications with corrected Attachment A below.Note the changes in red and highlighted in yellow. Changes to Site Worksheet & Delivery Profiles. Please replace the following Site Worksheet&Delivery Profiles with the corrected documents.Note the changes in red and highlighted in yellow. • City of Yakima, First Street Fuel Station,page 98. • City of Yakima,Waste Water Plant,page 99. • City of Yakima, Fire Station 92,page 101 • Yakima County, Cheyne Landfill Site,page 106 Please make the following change to your specifications, below in red, in Section VI. Evaluation and Contract Award, Subsection 2. Bid Evaluation, starting on page 26. VI. Evaluation and Contract Award 2. Bid Evaluation The evaluation and selection of a Bidder will be based on the information submitted in the Bid. Award will be made to a responsible Bidder with the most responsive Bid that meets or exceeds these specifications, and which would be in the best overall interest of the City and County and will not necessarily be bound to accept the low bid. Evaluation of Bids and determination of Bidder responsibility shall be based on Bidder's supporting documentation, past experience with Bidder, proposed delivery time, responsibility in performing other contracts with the Owner and other agencies, experience level and qualifications of the Bidder and their subcontractor(s) or agent(s) designated to compete the requirements. Determination of responsiveness shall be based on number of fuel types provided, number of different load sizes provided, number of different terminals for each type available, if shipping is performed in-house or subcontracted out, responsiveness to customer services request, in addition to price. Evaluation of pricing will be based off the Owner's two highest volume fuel types, dyed diesel and unleaded ethanol (10%) from the Seattle rack. All materials submitted by Bidder, and other evidence the Owner may obtain otherwise, will be used to determine whether Bidder is capable of and has a history of successfully completing contracts of this type, including, but not limited to: P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 156 129 North 2nd Street • Yakima, Washington • 98901 A. Bidder is skilled and regularly engaged in the general class or type of work called for under the contract. B. Bidder has the requisite experience and ability, capacity, sufficient capital, facilities, personnel and plant to enable it to execute the work properly and successfully, and to complete it within the time stated in its bid. C. Whether the bidder can fulfil the contract or provide the service promptly, or within the time specified, without delay or interference. D. Bidder's ability to provide product and services during a local, state or national emergency. E. Bidder has performed satisfactorily other contracts of like service, nature, magnitude and comparable difficulty. F. The character, integrity, reputation,judgement, experience and efficiency of the bidder. G. The previous and existing compliance by the bidder with laws and ordinances relating to contracts or services. H. The quality, availability, and adaptability of the supplies or contractual services to the particular use required. I. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. J. The enclosed Bidder Questionnaire must be completed and enclosed with the bid to be considered for award. Non-conformance may result in rejection of bid as non-responsive. A Bidder, if requested, must be prepared to present evidence of experience, ability, service facilities and financial standing necessary to meet satisfactorily the requirements set forth or implied in the bid proposal. QUESTIONS PRESENTED BY INTERESTED PARTIES Below are questions that were asked formally under the state open records law. 1. Question: We would like copies of two(2)invoices per month from your current gasoline and diesel contract delivered by your current vendor(s)and corresponding bill of ladings. Please only your most recent 12 months. Answer: Please see the invoices and corresponding bill of lading attached below. 2. Question: We request: copies of the three most recent fuel invoices for gasoline delivered to Public Works at 2301 Fruitvale Blvd. and supporting bills of lading; copies of the three most recent fuel invoices for dyed diesel delivered to Public Works at 2302 Fruitvale Blvd. and supporting bills of lading; Copies of the three most recent fuel invoices for gasoline delivered to First St Fuel Station at 302 N 1st St and supporting bills of lading; Copies of the three most recent fuel invoices for dyed diesel delivered to First St Fuel Station at 302 N 1st St and supporting bills of lading; Copies of the three most recent fuel invoices for gasoline delivered to Yakima Air Terminal at 3106 West Washington Ave and supporting bills of lading; Copies of the three most recent fuel invoices for dyed diesel delivered to Yakima Air Terminal at 3106 West Washington Ave and supporting bills of lading. Answer: Please see the invoices and corresponding bill of lading below in Attachment A. *In addition, data was formally requested from Yakima County through the state open records law. This data is also attached below. P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 157 129 North 2nd Street • Yakima, Washington • 98901 Below are questions that have been asked through the Public Purchase site by interested parties and their answers. 3. Question: I do not see any volumes or delivery locations or the term of contract in any of the documents. Can you provide? Answer: The Contract Term along with the delivery locations and volumes are all included in the Bid specifications. Term: In Section II. General Information, Subsection 11. Contract Term, at the bottom of page 8, refers you to Section 3 of the Sample Contract. Section X. Sample Contract, Subsection 3 Contract Term, page 72, it states"The period of this contract shall be for a period of(1)year from its effective date. The City may, at its option, extend the Contract on a year-to-year basis for up to Four (4) additional years. Volume&Delivery Locations: This information is located in Attachment A,labeled Estimated Usage and Delivery Profiles, starting on page 95. 4. Question: Would you like bidders to use the OPIS W/out CAR(CAP-AT-THE-RACK)report or the OPIS W/ CAR? Answer: The City of Yakima and Yakima County do not haul any agricultural products. Due to this all pricing shall be based off the DAILY GROSS CONTRACT AVERAGE RACK PRICING WITH CAR. 5. Question: If you want us to use the OPIS W/CAR report, how would you like bidders to handle the Portland pricing since Portland does not have a report that contains the WA CAR figure? Answer: For any rack that does not have an OPIS W/ CAR, please notate on the Bid Form that your pricing is based off a rack pricing without CAR. 6. Question: A better way to handle pricing might be for you all to post the OPIS Average figures you want bidders to use as a reference so that you are able to compare things apples to apples. Answer: Pricing shall be based off the Daily Gross Contract AVERAGE Rack Pricing for that rack on the day specified in on the Bid Form, February 19, 2026. Because OPIS Average pricing is a snapshot of the average of ALL SUPPLIER postings in each OPIS rack market, everyone should be basing their Bid off the same rack pricing. 7. Question: Can you please clarify the final due date for questions? Answer: The final due date for all questions, as listed in the specification in Section II. General Information, Subsection 32 Clarification and/or Revisions to Specification and Requirements state "any questions, exceptions, or additions concerning the subject matter of the Bid document(s) shall not be considered unless submitted via e-mail (no phone calls) to the Buyer listed on page 2, a minimum of five (5) business days prior to the submittal due date." With a Bid due date of March 12, 2026, the last day to submit any questions is March 5, 2026. 8. Question: Can you provide a copy of the current fuel contract? Answer: A copy of the City of Yakima's current fuel contract J11902 Bulk Purchase and Delivery of Fuels, "As-Needed" Diesel Exhaust Fluid and Incidentals is attached below. 9. Question: Can you provide a copy of the bid tabulations from the last award, including bidders submitted pricing? P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 158 {-J DIVISION 129 North 2nd Street • Yakima, Washington • 98901 Answer: The City of Yakima Bid Tabulation for J11902 Bulk Purchase and Delivery of Fuels, "As- Needed" Diesel Exhaust Fluid and Incidentals can be found on the City of Yakima website under Purchasing's page titled Bid Results, along with all the other bid tabulations for the City of Yakima. 10. Question: Can you clarify the gallon range that will full under the "1/2 Load" pricing differential? Answer: A"1/2 load" would be the number of gallons between the"full load" of 8,000, or more, the smallest load side of"2,500 gallons or less" making a"1/2 load" any size between 2,501 gallons and 7,999 gallons. 11. Question: Can you confirm the tank capacity for the tanks at 302 N. 1st Street? Page 95 states 15,000 gal for dyed and 10,000 gal for gasoline, but page 98 states 10,000 gal for dyed and 15,000 gal for gasoline. Answer: The tanks and their capacity at 302 N. 1st Street are as follows: 15,000 gallons for dyed diesel and 10,000 gallons for regular unleaded 12. Question: Can you confirm the tank capacity for the tanks at 220 E. Viola? Page 95 states 1,000 gal for dyed and 500 gal for gasoline, but page 99 states 500 gal for dyed and 1,000 gal for gasoline. Answer: The tanks and their capacity at 220 E. Viola are as follows: 1,000 gallons for dyed diesel and 500 gallons for regular unleaded. 13. Question: Can you confirm the tank capacity for the tank at 7701 Tieton Drive? Page 95 states 250 gal for dyed, but page 101 states 500 gal for dyed. Answer: The tank at 7701 Tieton Drive is actually a split tank and the gallons for this split tank are as follows: 250 gallons of dyed diesel and 250 gallons of regular unleaded. 14. Question: Can you confirm the tanks capacity for the tanks at 3106 West Washington Ave? Page 95 states 1,000 gal for dyed and 2,000 gal for gasoline, but page 102 states 2,000 gal for dyed and 1,000 gal for gasoline. Answer: The tanks and their capacity at 3106 West Washington Ave. are as follows: 2,000 gallons dyed diesel and 1,000 gallons of regular unleaded. 15. Question: Can you confirm the tank capacity for the tank at 4970 Cheyne Road? Page 96 states 6,000 gal for dyed, but page 106 states 4,000 gal for dyed. Answer: The dyed diesel tank capacity at 4970 Cheyne Road is 6,000 gallons. 16. Question: Can you confirm that bidders must submit one price per product/rack/delivery size that would apply to all delivery locations? Answer: Each product is separated by schedule. Vendors should bid each schedule that they can provide fuel for. Within each schedule, Vendor's bid should include pricing for each rack location available to them with pricing for each product load size; full load, 1/2 load and 2,500 gallons or less. 17. Question: Are bidders able to utilize common carriers to fulfil deliveries for this contract? Answer: Bidders can utilize common carriers or subcontractors to fulfil deliveries, but this contract does not allow delivery fees, fuel surcharges, split load fees, etc. All such fees must be included in your Price Differential, and all carriers and subcontractors must meet the requirements of the bid including but not limited to the insurance requirements. 18. Question: Will bidders be marked unresponsive if they do not provide other public enties in Washington State in the bidder questionnaire? P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 159 I" CHASING DIVISION 129 North 2nd Street • Yakima, Washington • 98901 Answer: Providing a list of other entities within Washington State is part of our vendor responsibility check, among other criteria, which is a component of mitigating risk. This one thing alone will not make a bidder unresponsive. 19. Question: Can you clarify which sites receive gasoline and which sites receive non-ethanol gasoline? Answer: Currently the City of Yakima and Yakima County only purchase dyed diesel, regular unleaded ethanol (10%) and when available, R99. 20. Question: Will you be allowing both multipliers and price differentials to be bid this year or would you consider only accepting price differentials to allow better comparison of bid differentials? Answer: Bidder are to bid a price differential to be added or deducted to the OPIS Daily Gross Contract Average pricing per the rack and fuel type specified. As the price of fuel fluctuates, the differential amount bid will stay the same. Acknowledge receipt of this addendum on the Signature Sheet(page 2) of the RFP document. Sincerely, K.34444,1-, ) r di6 Susan Knotts, NIGP-CPP, CPPO, CPPB Buyer II P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 160 129 North 2nd Street • Yakima, Washington • 98901 ATTACHEMENT A CORRECTED ESTIMATED USAGE AND DELIVERY PROFILES P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 161 ESTIMATED USAGE & DELIVERY PROFILES CORRECTED ATTACHMENTA Although the Owner does not guarantee volume commitments, the total projected annual usage in gallons is as follows: Combined Estimated Usage Regular Unleaded Gasoline 285,253 Gallons Dyed Diesel #2 609,325 Gallons CITY OF YAKIMA City of Yakima Total Estimated Usage Diesel 325,530 gal. Regular Unleaded 189,253 gal. City of Yakima estimated usage by location 1. City of Yakima Public Works Underground Tanks with Veeter-Root 2301 Fruitvale Blvd StaffMonitors Daily Yakima,WA 15,000 gal Dyed Diesel tank Approximately 266,235 gal per/yr. Keep Full 15,000 gal Regular Unleaded tank Approximately 58,070 gal per/yr. Keep Full 2. First Street Fuel Station Underground Tanks with Veeter-Root 302 N. 1st Street StaffMonitors Daily Yakima,WA 15,000 gal Dyed Diesel tank Approximately 6,718 gal per/yr. Keep Full 10,000 gal Regular Unleaded tank Approximately 10,492 gal per/yr. Keep Full 4. City of Yakima Waste Water Plant Aboveground Tanks 2220 E. Viola Vendor Monitors Weekly Yakima,WA 1,000 gal Dyed Diesel tank Approximately 915 gal per/yr. Keep Full 500 gal Regular Unleaded tank Approximately 3,555 gal per/yr. Keep Full 3-500 gal Diesel Generator tanks Approximately 2,500 gal per/yr. Will Call 5. Yakima Fire Station No.95 Aboveground Tanks 807 E Nob Hill Blvd StaffMonitors Monthly Yakima,WA 98901 500 gal Dyed Diesel tank Approximately 5180 gal per/yr. Keep Full 500 gal Regular Unleaded tank Approximately 560 gal per/yr. Keep Full 6. Yakima Fire Station No.92 Aboveground Tanks 7701 Tieton Drive StaffMonitors Monthly Yakima,WA 98908 250 gal Dyed Diesel tank Approximately 2,231 gal per/yr. Keep Full 250 gal Regular Unleaded tank 7. Yakima Air Terminal Aboveground Tanks 3106 West Washington Ave. StaffMonitors Monthly Yakima,WA 98903 2,000 gal Dyed Diesel tank Approximately 7,616 gallons per/yr. Keep Full 1,000 gal Regular Unleaded tank Approximately 2,643 gallons per/yr. Keep Full 12603J Bulk Purchase& Delivery of Fuels Page 95 of 107 162 ESTIMATED USAGE CONTINUED ATTACHMENTA 8. Yakima Law &Justice Center StaffMonitors 200 South 3"d Street Yakima,WA 98901 250 gal Diesel Generator tank Approximately 150 gallons per/yr. Will Call 9. Yakima City Hall StaffMonitors 129 N. 2nd Street Yakima,WA 98901 250 gal Diesel Generator tank Approximately 200 gallons per/yr. Will Call YAKIMA COUNTY Yakima County Total Estimated Usage Diesel 283,795 gal. Regular Unleaded 96,000 gal. Yakima County estimated usage by location 10. Yakima County Shop Underground Tanks with Veeter-Root 1216 S. 18th St StaffMonitors Yakima,WA 10,000 gal Dyed Diesel tank Approximately 98,552 gallons per/yr. Will Call 10,000 gal Regular Unleaded tank Approximately 76,595 gallons per/yr. Will Call 11. Yakima County Sunnyside Shop Underground Tanks with Veeter-Root 321 S. 1st Ave StaffMonitors Sunnyside,WA 6,000 gal Dyed Diesel tank Approximately 42,269 gallons per/yr. Will Call 6,000 gal Regular Unleaded tank Approximately 20,300 gallons per/yr. Will Call 12. Terrace Heights Landfill Site Aboveground Tanks 7151 Roza Hill Drive Vendor Monitors Weekly Yakima,WA 6,000 gal Dyed Diesel tank/upper NOT IN USE. 4,000 gal Dyed Diesel tank/Lower Approximately 63,306 gallons per/yr. Keep Full 13. Cheyne Landfill Site Aboveground Tank 4970 Cheyne Rd Vendor Monitors Monthly Zillah,WA 6,000 gal Dyed Diesel tank Approximately 88,006 gallons per/yr. Keep Full 12603J Bulk Purchase& Delivery of Fuels Page 96 of 107 163 129 North 2nd Street • Yakima, Washington • 98901 CORRECTED SITE WORKSHEETS AND DELIVERY PROFILES • First Street Fuel Station— City of Yakima • Waste Water Plant— City of Yakima • Fire Station 92— City of Yakima • Cheyne Landfill Site—Yakima County P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 164 CITY OF YAKIMA CORRECTED Site Worksheet & Delivery Profile DELIVERY SITE NAME: First Street Fuel Station Emergency# (509) 576-6462 Delivery Location Address: 302 N. 1st Street City:Yakima State:WA Zip Code: 98901 Delivery Contact: Melissa Franke Delivery Contact: Matt Kruger Phone: (509) 576-6462 Mobile: (509) 424-2272 Phone:(509) 576-6467 Mobile: (509) 571-0418 Email: Melissa.Franke(iYakimaWA.Gov Email: Matt.Kruger(d,YakimaWA.Gov Billing Address: 129 N. 2nd Street City: Yakima State: WA Zip Code: 98901 Contact: Arm Northrup (509) 576-6633 Contact: Braedon Masset (509) 576-6631 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: Any Any Any Any Any Any Any Tank Name or No. #1 Tank Size: Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 5,000 Gal Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes • No❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: City Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily • Weekly❑ Monthly❑ Other: Fax❑ Email • Phone ❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 6,718 1,813 1,574 1,555 1,776 Tank Name or No. #2 Tank Size: 10,000 Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 5,000 Gal. Tank are: ABOVE Ground: ❑ BELOW ground: • Tank has electronic level monitoring system: Yes • No❑ Contractor granted remote access to monitoring system: Yes ❑ No ■ N/A❑ Other: City Will Report Level How often are tank levels to be reported: Method used to report tank levels: Daily • Weekly❑ Monthly❑ Other: Fax❑ Email • Phone ❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 10,492 2,691 2,851 2,737 2,214 DEF TANKS Does this location use DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 98 of 107 165 CITY OF YAKIMA CORRECTED Site Worksheet & Delivery Profile DELIVERY SITE NAME: Waste Water Plant Emergency# (509) 576-6462 Delivery Location Address: 2220 E. Viola City:Yakima State:WA Zip Code: Delivery Contact: Melissa Franke Delivery Contact: Matt Kruger Phone: (509) 576-6462 Mobile: (509) 424-2272 Phone: (509) 576-6462 Mobile: (509) 424-2272 Email: Melissa.Franke(iYakimaWA.Gov Email: Matt.Kruger(d,YakimaWA.Gov Billing Address: 129 N. 2nd Street City: Yakima State: WA Zip Code: 98901 Contact: Ann Northrup (509) 576-6633 Contact: Braedon Masset (509) 576-6631 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 8am — 5pm 8am — 5pm 8am — 5pm 8am — 5pm 8am — 5pm None None Tank Name or No. #1 Tank Size: 1000 Gal. Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 250 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No • Contractor granted remote access to monitoring system: Yes ❑ No • N/A❑ Other: Vendor to Check Level How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly • Monthly❑ Other: Fax❑ Email❑ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 915 170 142 349 255 Tank Name or No. #2 Tank Size: 500 Gal. Fuel Type: Regular Unleaded Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 500 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No • Contractor granted remote access to monitoring system: Yes ❑ No • N/A❑ Other: Vendor to Check Level How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly • Monthly❑ Other: Fax❑ Email ❑ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 3,555 848 867 1079 761 DEF TANKS Does this location use DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 99 of 107 166 CITY OF YAKIMA CORRECTED Site Worksheet & Delivery Profile DELIVERY SITE NAME: Fire Station 92 Emergency# (509) 728-2349 Delivery Location Address: 7707 Tieton Drive City:Yakima State:WA Zip Code: 98908 Delivery Contact: Deputy Chief Chris Hutsell Delivery Contact: Susan Madrigal Phone: (509) 576-6732 Mobile: (509) 728-2317 Phone: (509) 576-6730 Mobile: (509) Email: Jeremy.Rodriquez iYakimaWA.Gov Email: Susan.Madrigal@YakimaWA.Gov Billing Address: 401 N. Front Street City: Yakima State: WA Zip Code: 98901 Contact: Stephanie Lamoureux (509) 576-6352 Contact: Susan Madrigal (509) 576-6730 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: Any Any Any Any Any Any Any Tank Name or No. #1 Tank Size: 250 Gal, Fuel Type: Dyed Diesel#2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 100 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No • Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A • Other: City Will Report How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly • Other: Fax❑ Email • Phone • Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 2801 729 661 781 630 Tank Name or No. #2 Tank Size: 250 Gal. Fuel Type: Regular Unleadec Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 100 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No • Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A • Other: City Will Report How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly • Other: Fax❑ Email • Phone • Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December DEF TANKS Does this location DEF: Yes❑ No • Ownership of Current Tanks: City/Co. ❑ Contractor❑ Number of Tanks and Size: Annual DEF Consumption: 12603J Bulk Purchase& Delivery of Fuels Page 101 of 107 167 YAKIMA COUNTY CORRECTED Site Worksheet & Delivery Profile DELIVERY SITE NAME: Cheyne Landfill Site Emergency# (509) 574-2812 Delivery Location Address: 4970 Cheyne Road City:Yakima State:WA Zip Code: 98953 Delivery Contact: Joel Chavez Delivery Contact: Jason Alvord Phone: (509) 574-2351 Phone: (509) 986-0067 Phone: (509) 574-2405 Mobile: (509) 930-8080 Email: Joel.Chavez(aiCo.Yakima.WA.US Email: Jason.Alvord(d,Co.Yakima.WA.US Billing Address: 1216 S. 18th Street City: Yakima State: WA Zip Code: 98901 Contact: Joel Chavez Phone: (509) 574-2351 Deliveries Monday Tuesday Wednesday Thursday Friday Saturday Sunday Can Occur: 8am-4pm 8am-4pm 8am-4pm 8am-4pm 8am-4pm NONE NONE Tank Name or No. #1 Tank Size: , Gal. Fuel Type: Dyed Diesel #2 Type of Service: Keep Full Keep Full delivery must occur before tank level reaches: 2,000 Gal. Tank are: ABOVE Ground: • BELOW ground: ❑ Tank has electronic level monitoring system: Yes ❑ No • Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A • Other: Vendor Checks Levels How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly • Monthly❑ Other: Fax❑ Email❑ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December 88,006 23,236 21,236 20,352 23,182 Tank Name or No. Tank Size: Fuel Type: Type of Service: Keep Full delivery must occur before tank level reaches: Tank are: ABOVE Ground: ❑ BELOW ground: ❑ Tank has electronic level monitoring system: Yes❑ No❑ Contractor granted remote access to monitoring system: Yes ❑ No❑ N/A❑ Other: How often are tank levels to be reported: Method used to report tank levels: Daily❑ Weekly❑ Monthly❑ Other: Fax❑ Email ❑ Phone❑ Approximate Consumption Approximate Ordered Amount(Gallons) ANNUAL(Gallons) January-March April-June July-September October-December DEF TANKS Does this location use DEF: Yes • No❑ Ownership of Current Tanks: City/Co. ❑ Contractor ■ Number of Tanks and Size: 2 - 325 gallon totes Annual DEF Consumption: 890 gallons 12603J Bulk Purchase& Delivery of Fuels Page 106 of 107 168 129 North 2nd Street • Yakima, Washington • 98901 PUBLIC DISCLOUSRE REQUESTS CITY OF YAKIMA P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 169 Invoice Page: 1 Cit' CO-ENERGY Invoice Number: 0570649-IN Invoice Date: 3/20/2025 A.COsAl_LL OIL NCOft ORAIcU COMPANY Order Number: 0570649 1025 N 6th Ave Order Date 3/20/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#103937 132 C7 NET 30 DAYS 3/20/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 3,000.000 3,000.00 3.1293 9,387.90 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 99.99 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 28.16 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.00 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 12.15 FED DSL OIL SPILL(.00214 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 9,531.20 Sales Tax: 779.19 Invoice Total: 10,310.39 1:13 pm 170 SeaPort Sound Terminal, LLC Order Number: BOL Number: 103937 Seaport Sound, NA#: 0007810 order Date: 03/20/25 Load Start: 03/20/25 08:14 2628 MARINE VIEW DR Folio Number: 03/015 Load End: 03/20/25 08:30 Tacoma, WA 98422 Order Type: Rack BILL OF LADING Loadspot Number: 03 Stockholder/Customer Account/Consignee RECEIVED BY Stockholder #: S800101890 Account #: 0000000001 Carrier #: 5E02121 SeaPort Sound Terminal, LLC Connell Oil Inc Connell Oil Incorporated/ CO-Energy SCAC #: CNQO Customer #: 0000000039 PO BOX 3998 Tractor #: 132 Connell Oil Incorporated PASCO, WA Trailer #: 132 Trailer2 #: 133 Retail or Petroex #: Driver #:00210233 NARANJO, CARLOS P,O,#: Consignee #: Terminal EPA #: 2821 DRIVER Signature: Destination EPA #: fT t This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition fox transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL 1 RCENCY CONTACT: PER8 18221 (800)633-8253 PRODUCT TOTALS (Gallons) ----------^ --� PRODUCT DESCRIPTION GROSS NET TEMP GRAV MESSAGE NUMBER(8) 000702 87 REG/ETB (OMB) 3300 3322 49.8 60.6 1502,1915,1825,2211,810ROO UL4343 #2 DYED ULSD (15PPM) 6500 6514 55.4 35.2 1556,1790,1798,2201 TOTAL 9800 9836 RED MSG: UN1203, GASOLINE, 3 , PG II, I Cargo Tank„ SEE ERG GUIDE 128 RED MSG: NA1993, DIESEL FUEL, 3, PG III, 1 Cargo Tank., SEE ERG GUIDE 128 MSG # MESSAGE 1502 GASOLINE MEETS ALL APPLICABLE TIER 3 MOTOR VEHICLE EMISSION SULFUR STANDARDS REGULATED UNDER 40 CFR PARTS 85, 86 and 1090 1556 DYED DIESEL FUEL, NONTAXABLE USE ONLY, PENALTY FOR TAXABLE USE. 1790 This Diesel Fuel Additive contains a static dissipater additive and red dye having a sulfur content greater than 15ppm. 1798 DIESEL MEETS OR EXCEEDS ALL APPLICABLE COMPLIANCE STANDARDS AS PER THE MOST CURRENT VERISION OF ASTM 0975. /815 NATIONAL DETERGENT ADDITIZED GASOLINE 1825 NO ASSIGNED RINS TRANSFERRED 2201 Dyed 15ppe sulfur (Maximum) ULSD. Dyed'Ultra Low sulfur Diesel fuel. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax-exempt use in accordance with section 4082 of the Internal Revenue Code 2231 Tuts vOLUME OP NEAT OR BLENDED ETHANOL IS DESIGNATED AND INTENDED FOR USE AS TRANSPORTATION FUEL OR JET PURL IN TER 48 U .S. CONTIGUOUS STATES AND HAWAII. ANY PERSON EXPORTING THIS FUEL IS SUBJECT TO THE REQUIREMENTS OF 40 cPR 80.1430 E1OR00 'Mister cam, 'ElO:Contains between 9 and ID vol 8 ethanol.' ---"- -_ ----'^ PRODUCT BY COMPARTMENT ------- -- COMP RISER PRODUCT GROSS NET TEMP DENSITY XX 33 000702 87 REG/ETR (UNB) 3300 3322 49.8 60.6 XX 33 UL4343 #2 DYED ULSD (15PPM) 6500 6514 55.4 35.2 SUBJECT TO CORRECTION OF CLERICAL ERRORS CUSTOMER SIGNATURE: COMMENTS --- _________-__- -------..-_---- 171 Invoice Page: 1 it _ Invoice Number: 0570648-IN CO-ENERGY Invoice Date: 3/20/2025 A.CONN_L_OIL Na.V.PORAID COMI'AN`r Order Number: 0570648 1025 N 6th Ave Order Date 3/20/2025 PO Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#103937 132 C7 NET 30 DAYS 3/20/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,500.000 1,500.00 2.9441 4,416.15 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 50.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 13.25 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.50 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 5.46 FED DSL OIL SPILL(.00214 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.49400 741.00 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:Trint) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,227.36 Sales Tax: 0.00 Invoice Total: 5,227.36 1:13 pm 172 SeaPort Sound Terminal, LLC Order Number: BOL Number: 103937 Seaport Sound, WA#: 0007810 Order Date: 03/20/25 Load Start: 03/20/25 08:14 2628 MARINE VIEW DR Folio Number: 03/015 Load End: 03/20/25 08:30 Tacoma, WA 98422 Order Type: Rack BILL OF LADING Loadspot Number: 03 Stockholder/Customer Account/Consignee RECEIVED BY Stockholder is SS00101890 Account 0: 0000000001 Carrier 0: SS02121 SeaPort Sound Terminal, LLC Connell Oil Inc Connell Oil Incorporated/ CO-Energy SCAC 4: CNQO Customer 4: 0000000039 PO BOX 3998 Tractor 4: 132 Connell Oil Incorporated PASCO, WA Trailer 1: 132 Trailer2 0: 133 Retail or Petroex 4: Driver 0:00210233 NARANJO, CARLOS P.0.0; Consignee #: Terminal EPA #: 2821 DRIVER Signature: Destination EPA #a .-,. \ This is to certify that the herein named materials are properly Classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL ********** ITV-AGENCY CONTACT: PARS 08221 (800)633-8253 PRODUCT TOTALS (Gallons) ----- -`�` PRODUCT DESCRIPTION GROSS NET TEMP GRAV MESSAGE NUMBER(8) 000702 87 REG/ESN (D11) 3300 3322 49.8 60.6 1502,1815,1825,2231,810R00 UL4343 42 DYED ULSD (15P8M) 6500 6514 55.4 35.2 1556,2790,1798,2201 TOTAL 9800 9836 HZD MEG: UN1203, GASOLINE, 3 , PG II, 1 Cargo Tank„ SEE ERG GUIDE 128 RID MSG: NA1993, DIESEL FUEL, 3, PG III, 1 Cargo Tank„ SEE ERG GUIDE 128 MSG i MESSAGE 1502 GASOLINE MEETS ALL APPLICABLE TIER 3 MOTOR VEHICLE EMISSION SULFUR STANDARDS REGULATED UNDER 40 CFR PARTS 85, 66 and 1090 1556 DYED DIESEL FUEL, NONTAXABLE USE ONLY, PENALTY FOR TAXABLE USE. 1790 This Diesel Fuel Additive contains a static dissipater additive and red dye having a sulfur content greater than 15ppe. 1798 DIESEL MEETS OR EXCEEDS ALL APPLICABLE COMPLIANCE STANDARDS AS PER THE MOST CURRENT VERISION OF ASTM 0975. 1815 NATIONAL DETERGENT ADDITIZED GASOLINE 1625 NO ASSIGNED RIND TRANSFERRED 2201 Dyed 15ppe sulfur (Maximum) ULSD. Oyed'Ultra Low sulfur Diesel fuel. For use in all nanroad diesel engines. Not for use in highway vehicles or engines except for tax-exempt use in accordance with section 4082 of the Internal Revenue Code 2231 THIS VOLVME OF NEAT OR BLENDED ETHANOL 16 DESIGNATED AND INTENDED FOR USE AS TRANSPORTATION FUEL OR JET FUEL IN THE 48 U .S. CONTIGUOUS STATES AND HANAII. ANY PERSON EXPORTING THIS FUEL IS SUBJECT TO THE REQUIREMENTS OP 40 CFR 60.1430 E10R00 'Winter CBOB• "B10:Containa between 9 and 10 vol t ethanol." PRODUCT BY COMPARTMENT - —" COMP RISER PRODUCT GROSS NET TEMP DENSITY XX 33 000702 87 REG/ETU (UNE) 3300 3322 49.8 60.6 XX 33 UL4343 #2 DYED ULSD (15PPM) 6500 6514 55.4 35.2 SUBJECT TO CORRECTION OF CLERICAL ERRORS CUSTOMER SIGNATURE; _... .. .-.. - COMMENTS 173 Invoice Page: 1 Invoice Number: 0576343-IN CO-ENERGY Invoice Date: 4/24/2025 raggit A CO\NEI!OI!\'ft OR,4T_O COMPANY Order Number: 0576343 1025 N 6th Ave Order Date 4/24/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#1559284 132 C7 NET 30 DAYS 4/24/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,400.000 4,400.00 3.1449 13,837.56 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 146.65 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 41.51 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.40 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 17.82 FED DSL OIL SPILL(.00214 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 14,047.94 Sales Tax: 1,148.52 Invoice Total: 15,196.46 11:33 am 174 Oririnnl Version t(l of 1) 2 cargo _Tanks Shineed Date:2225-G4-24 HM FN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 NA19 93,D IESEL FUEL,3,III 6300 GALS For ProductEmergency-Bps,Leak,Fire,Exposure,orAecident Day or Night Csdi: CHI:MTRHC:1-800-424-9300 xi CCN200e1 132 C7 Shell - Seattle BILL OF LADIN G: 0001559284 Shipping Origin. 2555 13th Ave. S.W. 1126 SEATTLE WA 98134 Folio: 04 - 019 EPA ULSD REGf:429481310 Customer:0000061011 Account:0000302540 Vehicle:N/A Trailer): 127 Trailer2: 128 MARATHON PETROLEUM COMPANY LP ASSOCIATED/UCT/WA Fuel Type:N/A Exp Date: 12-31-2025 Exp Date: 12-31-202: 19100 RIDGEW00D PARKWAY 2320 MILWAUKEE WAY EID: N/A EID: N/A SAN ANTONIO, TX 78259 TACOMA, WA 98421 Freight: Consignee/Deliver to: 0000302540 2320 MILWAUKEE WAY Load Start Date 04/24/2025 12:20 TACOMA WA 98421 Supplier: MARATHON PETROLEUM ETHANOL - Load End Date 04/24/2025 12:36 ]i D0:1Q0p3b1 Product ,QUANTITY/UNIT 1 GN NR f2D (S-15 PPM) DYED 6300 GALS GROSS 6302 GALS NET* 6300 GALS ULSD 42 @ 59.4 F 35.1 GRAY 4550 TOTAL 6300 GALS GROSS 6302 GALS NET* @60F *NET VOLUME TEMPERATURE CORRECTED AT 60F. ULSD. ]5 ppm sulfur. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for oft road diesel use in California under CARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This produnt contains up to 5% volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of. 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA Cl?) (WAC173-424 et. seq.). The carbon intensity for clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier is WAULSD001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration 4429481310 For complete Health AND Physical Safety hazard information, please refer to the SOS. 3rd Party Ref. 4: 0000302540 Shipper:MARATHON PETROLEUM ETHANOL Tnie is to certify that the Total Collected: By: above carted materials are Driver: NARAIvTJO CARLOS psuperiyeleaaified, described, ca.m.oc CarLifiee that the con'.,lncc evpplivd far this shipment is a packayed. marked and'_cseled, paoyur container for tranporcacion of the Pcoducce ae above described Card *1 00002308 and are in proper condition And driver ecknorledgee Smergeney Response Guide Information received on for transportation cccordirg reverse side of thin document. Carrier:CONNELL OIL to the applicable regulations P 975 at the department of Itaisper_c:San. Driver/Agent / CONNELL WA 99326 Signature: a/.." �agE31 of 1 ature: 175 Invoice Page: 1 Invoice Number: 0576342-IN CO-ENERGY Invoice Date: 4/24/2025 it A CONN_L OIL-,VCONiORATED COMPANY Order Number: 0576342 1025 N 6th Ave Order Date 4/24/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#282807 132 C7 NET 30 DAYS 4/24/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,200.000 3,200.00 2.9508 9,442.56 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 106.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 28.33 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.20 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 11.65 FED DSL OIL SPILL(.00214 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.49400 1,580.80 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 11,173.20 Sales Tax: 0.00 Invoice Total: 11,173.20 11:33 am 176 TransMontaigne Partners LLC Order Numbor: BOL Number: 282607 Seattle, WA*: 0007306 Order Date: 04/24/25 Load Start: 04/24/25 12:52 1652 SW Lander ST Folio Number: 04/018 Load End: 04/24/25 13:05 Seattle, WA 98134 Order Type: Rack BILL OF LADING 132 C7 Loadspot Number: 04 1115 Stockholder/Customer Account/Consignee RECEIVED BY Stockholder f: 0000070770 Account f: 0090175606 Carrier if: 13286792 BP PRODUCTS NORTH AMERICA, INC. CONNELL OIL CONNELL OIL INC SCAC 0: CNQO Customer 8: 0090127007 1015 N OREGON AVE Tractor 4: CONNELL OIL PASCO, WA Trailer 1: 127 Trailer2 8: 128 Retail or Petroex 8: 90175606 Driver 8:05057421 NARANJO, CARLOS P.O.8: Consignee 8: DRIVER Signature: Terminal EPA 8: 6511 f 1 I Destination EPA fr: / ,' J 4 11 This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CHEMTREC (800) 424-9300 CCN22618 _ _ _ PRODUCT TOTALS LOallona) --."-------------T— PRODUCT DESCRIPTION CROSS tor TEMP ORAY MESSAGE NURSERIS) 1 500 000702 67 REG El0 3200 321, 54.9 60.2 1502,1815,1625,2231,ELOR00 70TAL 3200 3211 HLD MSG: DN1203, GASOLINE, S , PG II. 1 Caron Tank., SEE ERG GUIDE 129 MSG 1 MESSAGE 1502 GASOLINE MEETS ALL APPLICABLE TIER 3 MOTOR VEHICLE EMISSION DULFOR STANDARDS REGULATED ENDER 40 CFR PARTS 05, 66 and 1090 1815 NATIONAL DIOIERGENT AODITIMED GASOLINE. 1625 NO ASSIGNED BINS TRANSFERRED 2231 THIS VOLUME OF NEAT OR BLENDED ETHANOL IS DESIGNATED AND INTENDED FOR ISE AS TRANSPORTATION FUEL OR JET FUEL IN THE 40 U.S. CONTIGUOUS STATES AND (AKAIt. ANY PERRON EXPORTING THIS FUEL LS SUR.ECT TO THE REOVIREMENTS OF 40 CFR 60.1430 ElOR00 "Winter C006" "E10:Cantaias b4Loeen 9 and 10 vol 5 ethanol." ,,--- ..--.--- - FRODCCT SY COSPARTMEN7 COMP RISER PRODUCT GROSS NET TEMP GRAVITY 06 44 000702 67 RIG 650 500 501 57,2 60.3 07 44 000702 07 REG E10 2700 2710 54,9 60.2 SUBJECT TO CORRECTION OF CLERTCAS. ERa0R5 CUSTOMER SIGNATURE: — COMMENTS Page 1 of 1 177 Invoice Page: 1 (411t CO-ENERGY Invoice Number: 0580498-IN Invoice Date: 5/20/2025 A.CONN.LL OL MtiCDNPORAP_U COMPAIJY Order Number: 0580498 1025 N 6th Ave Order Date 5/20/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#783502 178 AL NET 30 DAYS 5/20/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,900.000 4,900.00 3.5469 17,379.81 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel.3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 163.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 52.14 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.90 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 19.85 FED DSL OIL SPILL(.00214 cpg) Fuel Tax Recap Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:thrint}_ Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 17,620.02 Sales Tax: 1,442.53 Invoice Total: 19,062.55 1:28 pm 178 TIDEWATER BILL OF LADING or DELIVERY TICKET ORIGINAL BILL OF LADING,NOT NEGOTIABLE \M-IEN PRODUCT IS MOVED IN VEHICLES OWNEO OR OPERATED BY TH E CUSTOMER THIS DOCUMENT SHALL CONSTITUE A DELIVERY TICKET OR RECEIPT FOR THE PRODUCT NAMED HEREIN AND SHALL NOT BE CONSIDERED ABILLOF LADING. STATE EXCISE TAX,IF ANY.ON A MOTOR VEHICLE FUEL COVERED BY THIS LOADING TICKET HAS BEEN ASSUMED AND WILL BE PAID BY THE SHIPPER. THIS SHIPMENT IS RECEIVED,SUBJECT TO ANYTARIFFS OR CONTRACT IN EFFECT AS OF THIS DATE.THE CARRIER CERTIFIES THAT THE CARCO TANK SUPPLIED FOR THIS SHIPMENT IS A PROPER CONTAINER FOR THE TRANSPORTATION OF THIS COMMODITY AS DESCRIBED BY THE SHIPPER. THIS IS TO CERTIFY THAT THE MATERIALS LISTED BELOW ARE PROPERLY CLASSIFIED,DESCRIBED,PACKAGED,MARKED AND LABELED,AND ARE IN PROPER CONDITION FOR TRANSPORTATION, ACCORDING TO APPLICABLE REGULATIONS OF THE D.D.T. THE DRIVER EY SIGNINGTHIS 11CKET HEREBY CERTIFIES THAT TRANSPORTATION WAS FOR CHEMICAL EMERGENCY AS SPECIFIED RECEIVED QUANTITIES IN GOOD ORDER. SPILL,LEAK,FIRE,EXPOSURE OR ACCIDENT SIGN .— CALL CHEVITRE C DAY OR NIGHT HERE _ - 800-424-9300 DATE KO/2025 5:33:53 AM SHIPPER BOL NO 1713 Coleman Oil Company/04 783502 TERMINAL SHIP TO/DESTINATION ORDER NUMBER TIDEWATER TERMINAL COMPANY/0001 Coleman Oil Company Bulk/849335 671 TANK FARM RD PURCHASE ORDER PASCO.WA 99301 Various,WA TRAILER NUMBER TRUCK NO. TRUCK LICENSE NO. IN DATE OUT DATE 00179 178 AL 05/20/2025 05:12 05/20/2025 05:29 CARRIER DRIVER NAME LolaDRIVER NO. LOAD POS. Connell Oil/0125 Oscar Martinez 8629 1 COMVE N TS 1 GROSS NET PRODUCT OCT TEMP GRAV GALLONS GALLONS 2050 1 CT NA1993,Diesel Fuel,3,PG III - ., 61.2 37.70 3900 3898 #2 DS 15ppm Dyed Diesel Fuel w 2050 1 CT NA1993,Diesel Fuel,3,PG III 62.4 37.70 1000 999 #2 DS 15ppm Dyed Diesel Fuel 8760 1 CT UN1203,Gasoline,3,PG II 87 63.1 61.31 1000 997 RUL 87 HVP ConvOxy 10%ETH ; °`", < , x 8760 1 CT UN 1203,Gasoline,3,PG II 87 63.2 61.31 3900 3891 RUL 87 HVP ConvOxy 10%ETH TOTAL GALLONS 9800 9785 15 PPM SULFUR(MAXIMUM)DYED ULTRA-LOW SULFUR DIESEL FUEL.DYED DIESEL FUEL,NONTAXABLE USE ONLY.PENALTY FOR TAXABLE USE NOT FOR USE N HIGHWAY VEHICLES OR ENGINES EXCEPT FOR TAX-IEXEMFT USE IN ACCORDANCE WITH SECTION 4082 OF THE INTERNAL REVENUE CODE. ALL GASOLINES SHIPPED HEREUNDER CONTAIN DETERGENT ADDITIVES. FOR GASOLINE PRODUCTS,THIS PRODUCT DOES NOT MEET THE REQUIREMENTS FOR REFORMULATED GASOLINE(RFG)AND MAY NOT BE USED IN ANY RFG COVERED AREA. El 0:Contains between 9 and 10 vol%ethanol.The RVP does not exceed 9.0 psi.The 1.0 psi RVPw elver applies to this gasoline.Do not mix with gasoline containing anything other than betw een 9 and 10 vol%ethanol. VOLUME DELIVERED HAS BEEN ADJUSTED TO THE VOLUME AT 60 DEGREES. TIDIINATERTHANKS YOU FOR DRIVING SAFELY! 179 Invoice Page: 1 it Invoice Number: 0580497-IN ��� �� Invoice Date: 5/20/2025 A.CONNEL-OIL N::014°O4AT'=D COMFANl. Order Number: 0580497 1025 N 6th Ave Order Date 5/20/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck* Driver Terms Ship Date ER1234 BOL#783502 178 AL NET 30 DAYS 5/20/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 4,900.000 4,900.00 3.2898 16,120.02 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 163.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 48.84 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.90 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 17.84 FED DSL OIL SPILL(.00214 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.49400 2,420.60 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 10,775.52 Sales Tax: 0.00 Invoice Total: 18,775.52 1:28 pm 180 TIDEWATER BILL OF LADING or DELIVERY TICKET ORIGINAL BILL OF LADING,NOT NEGOTIABLE WHEN PRODUCT IS MOVED IN VEHICLES OWNED OR OPERATED BY THE CUSTOMER THIS DOCUMENT SHALL CONSTITUEA DELIVERY TICKET OR RECEIPT FORTHEPRODUCT NAMED HEREIN AND SHALL NOT BE CONSIDERED ABILLOF LADING. STATE EXCISE TAX,IF ANY.ON A MOTOR VEHICLE FUEL COVERED BY THIS LOADING TICKET HAS SEEEN ASSUMED AND WILL BE PAID BY THE SHIPPER. THIS SHIPMENT IS RECEIVED.SUBJECT TO ANY TARIFFS OR CONTRACT IN EFFECT ASCFTd1SDATE.THE CARRIER CERTIFIES THAT THE CARCO TANK SUPPLIED FOR THIS SHIPMENT ISA PROPER CONTAINER FOR THE TRANSPORTATION CF THIS COMMODITY AS DESCRIBED BY THE SHIPPER. THIS IS TO CERTIFY THAT THE MATERIALS LISTED BELOW ARE PROPERLY CLASSIFIED,DESCRIBED,PACKAGED,MARKED AND LABELED,AND ARE IN PROPER CONDITION FOR TRANSPORTATION. ACCORDING TO APPLICABLE REGULATIONS OP THE D.O.T. THE DRIVER BY SIGNING THIS TICKET HEREBY CERTIFIES THAT TRANSPORTATION WAS FOR CHEMICAL EMERGENCY LOADED AS SPECIFIED RECEIVED QUANTITIES IN GOOD ORDER. SPILL,LEAK,FIRE,EXPOSURE OR ACCIDENT SIGN CALL CHEVITREC DAY OR NIGHT HERE 800.424.9300 DATE S'25.2E255:33:S3AM SHIPPER GOL NO 1713 Coleman Oil Company/04 783502 _ TERMINAL SHIP TO 1 DESTINATION ORDER NUMBER TIDEWATER TERMINAL COMPANY/0001 Coleman Oil Company Bulk/B49335 671 TANK FARM RD PURCHASE ORDER PASCO.WA 99301 Various,WA TRAILER NUMBER TRUCK NO. TRUCK LICENSE NO. IN DATE OUT DATE 00179 178 AL 05/20/2025 05:12 05/20/2025 05:29 CARRIER bRIVER NAME L0 DRIVER NO. LOAD POS. Connell 01110125 Oscar Martinez 8629 1 "cCU EN TS GROSS NET PRODUCT OCT TEMP GRAY GALLONS GALLONS 2050 1 CT NA1993,Diesel Fuel,3,PG III 4550 61.2 37.70 3900 3898 #2 DS 15ppm Dyed Diesel Fuel 4900 2050 1 CT NA1993,Diesel Fuel,3,PG III 62.4 37.70 1000 999 #2 DS 15ppm Dyed Diesel Fuel 8760 1 CT UN1203,Gasoline,3,PG II 87 63.1 61.31 1000 997 RUL 87 HVP ConvOxy 10%ETH 1500 4900 8760 1 CT UN 1203,Gasoline,3,PG II 87 63.2 61.31 3900 3891 RUL 87 HVP ConvOxy 10%ETH TOTAL GALLONS 9800 9785 15 PPM SULFUR(MAXIMUM)DYED ULTRA-LOW SULFUR DIESEL FUEL.DYED DIESEL FUEL,NONTAXABLE USE ONLY,PENALTY FOR TAXABLE USE NOT FOR USE IN HIGHWAY V E}!iCLES OR ENGINES EXCEPT FOR TAX-ID<EMPT USE IN ACCORDANCE WITH SECTION 4082 OF THE INTERNAL REVENUE CODE ALL GASOLINES SHIPPED HEREUNDER CONTAIN DETERGENT ADDITIVES. FOR GASOLINE PRODUCTS,THIS PRODUCT DOES NOT MEET THE REQUIREMENTS FOR REFORMULATED GASOLINE(RFG)AND MAY NOT BE USED IN ANY RFG COVERED AREA. El 0;Contains between 9 and 10 vol%ethanol.The RVP does not exceed 9.0 psl.The 1.0 psi RV Pw aver applies to this gasoline.Do not mix with gasoline containing anything other than between 9 and 10 vol%ethanol. VOLUME DELIVERED HAS BEEN ADJUSTED TO THE VOLUMEAT 60 DEGREES. TIDEWATER THANKS YOU FOR DRIVING SAFELY! 181 Invoice Page: 1 CO-ENERGY/-OM�, Invoice Number: 0585636-IN + J►! �!.e Invoice Date: 6/19/2025 A CONNEu OIL_\CO14:O...r�aaai_O COMPANY Order Number: 0585636 1025 N 6th Ave Order Date 6/19/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#1567226 197 TV NET 30 DAYS 6/19/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,000.000 4,000.00 3.9838 15,935.20 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 133.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 47.81 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.00 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 16.20 FED DSL OIL SPILL(.00214 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Prtnt) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 16,136.53 Sales Tax: 1,322.62 Invoice Total: 17,459.15 9:10 am 182 Orlainai Version:(l of 1) 2 car.c fell�I�Q•-�__ - Shinned Date:2025-06-19 HM FN Dangerous Goods Description (See' Reverse for Emergency Response Guide and other Information X 1 NA19 93,DI ESEL FUEL,3,1I I 5900 GALS For Product Emergency-Spill,Leak,rim,Exposure,or Accident Day or Night Call:197 TV CHEMTREC:1.$0042 d g I CN ooSL Shell - Seattle Shipping Origin: 2555 13th Ave. S.W. BILL OF LADIN G: 0001567226 SEATTLE WA 98134 9993 Folio: 06 - 015 EPA ULSD REG4:429481310 Customer; 0001106092 Account:0001106092 Vehicle:N/A Trailerl: 127 Trailer2: 126 TARTAN OIL LLC TARTAN OIL LLC Fuel Type:N/A Exp Date: 12-31-202 Exp Date: 12-31-202! 5508 LONAS DRIVE 5508 LONAS DRIVE EID: N/A EID: N/A KNOXVILLE, TN 37909 KNOXVILLE, TN 37909 Freight: Consignee/Deliver to: 0000800069 TARTAN 5 WA-WA 5508 LONAS DRIVE Load Start Date 06/19/2025 07:49 KIW)(VI. B TN 37909 Load End Date 06/19/2025 08.07 Supplier: HOLLY SINCLAIR - 0000000360 1=N ! Product 1 QJANTITY/UNIT _- 1 GN NR *2D (S--15 PPM) DYED 5900 GALS GROSS 5874 GALS NET* 5900 GALS ULSD 42 a 59.4 F 33.1 GRAV 4550 .�__��..�>.�..a��._�_�_�_•�����„�=sass.............-_. ---- TOTAL 5900 GALS GROSS 5874 GALS NET* @60F *NET VOLUME TEMPERATURE CORRECTED AT 60F. ULSD. 15 pent sulfur. For use in all nonrcad diesel engines. Not for use in highway vehicles or engines except for tax- exempt use dr. accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under GARB diesel regulations. This product may.not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use_ This product contains up to 5% volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transpertatLon fuel, heating oil or jtr- fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel ..s subtext to the requirements of the Washington Clean Fuels Program (WA CFP) (WAC173-424 et. seq.) . The carbon intensity For clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier is WAULS0001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Beyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (I) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) 1S responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under. the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For complete Health AND Physical Safety hazard information, please refer to -'e SDS. 3rd Party Ref. 4: 0001106092 . , e Shipper:HOLLY SINCLAIR *nee sa to certlry that the Total Collected: By: .trap named materials are ' pcepertyo;smarted, described, Carrier Certiflco that the container ay.rpttee let this whipmene le a Driver: VIJARRO, TOMMY peck..od. marked and labeled, peeper container for tranp.station of the a,od=cla as above described Card f: 00007007 and az. in proper condition and driver eernosUdges dmergnncy eeeponso Guide t:ioeution surmised on Sat ttenaportactoe according revcrae aide of this document. Carrier:CONNELL OIL t. tam applicable regulations a:tee nepartsons of . P 975 xranaperation. CONNELL WA 9932E Driver/AgentSignature: fr-_____"/„.____..T-1,.---72" --pa4e1ni1 183 Invoice Page: 1 ci /� Invoice Number: 0585042-IN E CO NERGY Invoice Date: 6/16/2025 A OILCONNEL •••••g1CORFORAiED COMPANY Order Number: 0585042 1025 N 6th Ave Order Date 6/16/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 118 HM NET 30 DAYS 6/16/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,500.000 1,500.00 3.2972 4,945.80 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 50.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 14.84 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.50 LUST TAX (.001 cpg) /GFOS 0.00 0.0000 5.46 FED GAS OIL SPILL(.0021 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.49400 741.00 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Pr[nt) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,758.60 Sales Tax: 0.00 Invoice Total: 5,758.60 11:45 am 184 k f 1 1�1 n1 r� r`1 i �-; c) 1 Octal q 4, N a •N \ o, 0 -. m ; N It I (): p Iraq -,-, \ g gi g g LW :11. gib__ .\ i r . IN W C �. 0W � a,' iS I �Q�Y • ' 0 p d • g � 9trSi Li L ",' 185 Invoice Page: 1 C tInvoice Number: 0591009-IN CO-ENERGY Invoice Date: 7/21/2025 A.CONNEL•_OIL;\COFI OiA cUCOMF'AN`' Order Number: 0591009 1025 N 6th Ave Order Date 7/21/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 118 HM NET 30 DAYS 7/21/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 500.000 500.00 3.9113 1,955.65 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 16.67 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 5.87 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 0.50 LUST TAX(.001 cpg) /DFOS 0.00 0.0000 2.03 FED DSL OIL SPILL(.00214 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 1,980.72 Sales Tax: 162.32 Invoice Total: 2,143.04 11:34 am 186 r "s` rek.- 1 ,,.! + _ _ s.8tn La ++i Ala } in et1 i a I. N h4{ :c7 2 1 ( . {.. % I nip -..., LI ' \ i i u 1(t; g cr E r (9 i Wg nr , a o (.9 gill 1 '' fl s 5 5 o d C ox 187 Invoice Page: 1 c Invoice Number: 0591372-IN CO-ENERGY Invoice Date: 7/23/2025 4 A CONNELL OIL i.CONPORA.TEU COMPANY Order Number: 0591372 1025 N 6th Ave Order Date 7/23/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#128138 106 B2 NET 30 DAYS 7/23/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,500.000 3,500.00 2.8383 9,934.05 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //I-(AZ 0.00 0.0000 116.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 29.80 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.50 LUST TAX (.001 cpg) /DFOS 0.00 0.0000 12.74 FED DSL OIL SPILL(.00214 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,939.00 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 12,035.75 Sales Tax: 0.00 Invoice Total: 12,035.75 1:29 pm 188 SeaPort Sound Terminal, LLC Order Number: BOL Number: 128138 Seaport Sound, WA#: 0007816 Order Date: 07/23/25 Load Start: 07/23/25 10:40 2628 MARINE VIEW DR Folio Number: 07/017 Load End: 07/23/25 10:58 Tacoma, WA 98422 Order Type: Rack 2054 BILL OF LADING 106 B2 Loadspot Number: 03 Stockholder/Customer Account/Consignee RECEIVED BY Stockholder #: SS00101890 Account *: 0000000001 Carrier #: SS02121 SeaPort Sound Terminal, LLC Connell Oil Inc Connell Oil Incorporated/ CO-Energy SCAC 4: CNQO Customer 4: 0000000039 PO BOX 3998 Tractor 4: Connell Oil Incorporated PASCO, WA Trailer 4: 240 Trailer2 4: Retail or Petroex 4: Driver 4:09993524 BROOKES, DONN p_0.4: Consignee 4: Terminal EPA 4: 2821 DRIVER Signature: Destination EPA 4: This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and aro in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL CONVENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CHEMTREC (900) 424-9300 CCN1022141 PRODUCT TOTALS (Gallons) PRODUCT DESCRIPTION GROSS NET TEMP GRAY MESSAGE NUMBER(S) 000702 87 REG/ETA (UN8) 3500 3475 70.8 59.4 1502,1815,1B25,2231,E1OR90 1 500 UL4342 #2 ULSD (15PPM) 1000 993 74.7 34.7 1542,1791,1798,2200 4f100 1114343 42 DYED ULSD (159PM) 4501 4473 73,5 34.7 1556,1790,1798,2201 V TOTAL 9001 8941 4550 HZD MSG: UN1203, GASOLINE, 3 , PG II, 1 Cargo Tank„ SEE ERG GUIDE 128 HZD MSG: NA1993, DIESEL FUEL, 3, PG III, 1 Cargo Tank,, SEE ERG GUIDE 126 MSG 4 MESSAGE 1502 Gasoline meets all applicable tier 3 motor vehicle emission sulfur standards regulated under 40 CFR parts 85, 86 and 1090 1542 Undyed Diesel Fuel / Federal Tax Imposed. Low sulfur diesel fuel oupplied does not contain visible evidence of dye 1556 Dyed Diesel fuel, nontaxable use only, penalty for taxable use. 1790 This Diesel Fuel Additive contains a static dissipater additive and red dye having a sulfur content greater. than 15ppm. 1791 This Diesel Fuel Additive contains a static dissipater additive having a sulfur content greater than 15 ppm. 1198 Diesel meets or exceeds all applicable compliance standards as per the most current version of ASTM D975. 1815 National detergent additized gasoline. 1825 No assigned BINS transferred 2200 "15ppm Sulfur (Maximum) ULSD. Undyed Ultra-Low Sulfur Diesel fuel. For use in all diesel vehicles and engines." 2201 "Dyed 15ppm sulfur (Maximum) ULSn. eyed Ultra Lew Sulfur Diesel fuel. For use in all nonroad diesel engfneo. Not for use in highway vehicles ur engines except for tax-exempt use in accordance with section 4082 of the Internal Revenue Code' 2231 "This volume of neat or blended Ethanol is designated and intended for use as transportation fuel or Jet feel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430" ElOR90 "9.0 poi Summer. C3" "E10: Contains between 9 and 10 vo14 ethanol." "9.0 psi Gasoline." ' - ---.. - ------._ .. PRODUCT BY COMPARTMENT --- ..-•----"-- _----- »__ —_�� COMP RISER PRODUCT GROSS NET TEMP DENSITY XX 33 000702 87 REG/ETn (UNB) 3500 3475 70.8 59.4 XX 33 UL4342 #2 ULSD (15PPM) 1000 993 74.7 34.7 XX 33 1114343 #2 DYED ULSD (15PPM) 4501 4473 73.5 34.7 SUBJECT TO CORRECTION OF CLERICAL ERRORS CUSSOMER SIGNATURE: - — - Page 1 of 2 189 Invoice Page: 1 It CO-ENERGY Invoice Number: 0596223-IN Invoice Date: 8/20/2025 A.CON*!_L_OL NZOK=ORAlzDLOMF.AW, Order Number: 0596223 1025 N 6th Ave Order Date 8/20/2025 PO Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#1576909 34 OM NET 30 DAYS 8/20/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,600.000 4,600.00 3.6060 16,587.60 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 153.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 49.76 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.60 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 18.63 FED DIESEL OIL SPILL(.002143 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:{Print) _Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 16,813.91 Sales Tax: 1,376.77 Invoice Total: 18,190.68 1:09 pm 190 Ori -nul version:(1 of 1) 2 Cargo Tanks Shiaued Dare:2025-08-20 HMFN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 NA1993,DIESEL FUEL,3,III 5500 GAL For Product Emergency-Spill,Leak,Fire,Exposure,or Accident Day or Night Call: 34 OM CHEMTREC:1-840-424.9300 ERLC N2o08l, Shell - Seattle Shipping Origin: 2555 13th Ave. S.W. v . BILL OF LADIN G: 0001576909 SEATTLE WA 98134 Folio: 08 - 014 EPA ULSD REG#:429481310 Customer: 0001104495 Account:0001104495 W ::`c1e:N/A Trai:erl: 231 Trailer2: 232 CONNELL OI.L, INC. CONNELL OIL, INC. Fue. Type:N/A Exp Date: 11-30-202: Exp Date: 11-30-2023 1015 N OREGON AVE 1015 N OREGON AVE EID: N/A EID: N/A PASCO, WA 99302 PASCO, WA 99302 ,_- Freight: Consignee/Deriver to: 0000417661 CONNELL OIL, INC. WA-WA 1015 N OREGON AVE Load Start Date 08/20/2025 03:53 PASCO WA 99302 Supplier: HOLLY SINCLAIR - 0000000360.' Load End Date 08/20/2025 04:06 lEN l Product I ¢UA.YTITY/UNIT 1 GN NR $21) (5-15 PPM.) DYED 5500 GALS GROSS0----- 5465 GALS NET* 5500 GALS ULSD #2 @ 73.8 F 33.7 GRAV 4550 __apt,=- --..._ __�s,,ae� —_—�-- __ _____ __ - TOTAL 5500 GALSGROSS 5465 GALS NET* 860F *NET VOLUME TEMPERATURE CORRECTED AT 60F. ULSD. 15 ppm sulfur. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under GARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This product contains up to 5% volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (WAC173-424 et. seq.) . The carbon intensity for clear diesel is 101.18 gCO2e/MJJ and the fuel pathway identifier is WAULS0001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For complete Health AND Physical Safety hazard information, please refer to the SDS. 3rd Party Ref. #: 0001104495 Shipper:HOLLY SINCLAIR tale le co certify that the Total Collected: By: shave caved rateriala era 'pcneeriyc.ans.fied, deoof:O::1, Carnes Larl Ir.iea that CC*c'entalcrr e'_ppllac for clue shipment Ie a Driver: MARTINEZ, OSCAR ?Waged, marked and labeled, proper canca,ner for trerpartntieo O: =.a PSOdeata as above described Card li: 00006826 and are in proper condition art driver acknowledges erorgenry Response Guide Intormatian received on tot tranapartatlen according rovorar aide of tb5a doweCne. Carrier:CONNELL OIL to the applicable regulations D of the Department of 975 ::evanhxc,:l ion. CONNELL WA 99326 Driver/Agent Signature: -Page 1^F i 191 Invoice Page: 1 r. Invoice Number: 0596222-IN C ' CO-ENERGY Invoice Date: 8/20/2025 A.CO'NNEL OIL:tiCOHFORAT'D COMPANY Order Number: 0596222 1025 N 6th Ave Order Date 8/20/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#295511 34 OM NET 30 DAYS 8/20/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 2,900.000 2,900.00 2.9145 8,452.05 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 96.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 25.36 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.90 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 10.56 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,606.60 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 10,194.13 Sales Tax: 0.00 Invoice Total: 10,194.13 1:09 pm 192 SeaPort Midstream Partners, LLC Order Number: BOL Number: 295511 Seattle, MAP: 0007308 Order Date: 08/20/25 Load Start: 08/20/25 04:20 1652 5W Lander ST Folio Number: 08/014 Load End: OB/20/25 04:28 Seattle, WA 98134 Order Type: Rack 34 OM Loadspot Number: 03 1115 BILL OF LADING _ _ _ _ _ _ ___ ---— Stockholder/Customer Account/Consignee RECEIVED BY Stockholder 4: 0000070770 / Account #: 0090175608-� Carrier #: 3288792 BP PRODUCTS NORTH AMERICA, INC. CONNELL OIL CONNELL OIL INC SCAC #: CNQO Customer 4: 0090127007 1 1015 N OREGON AVE Tractor #: CONNELL OIL i PASCO, WA Trailer t: 231 Trailer2 #: 232 Retail or Petroex 4: 90175608 Driver #:30051193 MARTINEZ,OSCAR 0.0,4: Consignee #: DRIV«R Signature: �� Terminal EPA #: 6511 �,.... i !{ ?'``'— Oestinatlon EPA #: ;�f_.�' l / Jr This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL ********** EMERGENCY CONTACT: CHEMTREC (800) 424-9300 CCN1022416 ..... - ..... ._.--. _.. PRODUCT TOTALS !Gallons) PRODUCT DESCRIPTION GROSS NET TEMP GRAV MESSAGE NUMST_R(0) 000702 87 REG E10 4100, 4070 70.9 60.0 1502,1815,I825,2231,610R90 ,{Goo TOTAL 4100 4070 f J 1120 MUG: ON1203, GASOLINE, 3 , PG II, 1 Cargo Tank„ StS ERG GUIDE 128 MSG P MESSAGE 1502 Gasoline meets all applicable tier 3 motor vehicle emission sulfur standards regulated Under 40 CFR parts 85, 86 and 1090 1815 National detergent additiled gasoline. 1825 No assigned RIMS transferred 2231 "This volume of neat or blended Ethanol is designated and intand.d for use as transportation fuel or Jer fuel in the 48 U.S. contiguous states and Hawaii. Any person enFortlog this fuel is subject to the requirements of 40 CFR 80.1430' E10R90 "9.0 psi Summer CG' 7E10: Contains between 9 and 10 von etnanol,' '9.0 psi Gasoline." .-- PRODUCT 8Y COMPARTMENT ""- ---"- �' COMP RISER PRODUCT CROSS NET TEMP GRAVITY 02 31 000702 87 REG E10 1200 1191 71.1 60.0 07 34 000702 87 oso el0 2900 2879 70.8 60.0 SUBJECT TO CORRECTION OF CLERICAL ERRORS CUSTOMER SIGNATURE: COMMENTS Page 1 of 1 193 Invoice Page: 1 ct Invoice Number: 0602668-IN CO-ENERGY Invoice Date: 9/26/2025 A CO`;N=Lt OIL NCO■■I+:O:cnT=U COOI1tANv Order Number: 0602668 1025 N 6th Ave Order Date 9/26/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 BOL#300641 147 JF NET 30 DAYS 9/26/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 3,300.000 3,300.00 3.8339 12,651.87 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 109.99 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 37.96 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.30 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 13.37 FED DIESEL OIL SPILL(.002143 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 12,816.49 Sales Tax: 1,050.10 Invoice Total: 13,866.59 1:26 pm 194 SeaPort Midstream Partners, LLC Order Number: SOL Number: 300641 Seattle, WAR: 0007308 Order Date: 09/26/25 Load Start: 09/26/25 07:32 1652 SW Lander STrolio Number: 04/020 Load End: 09/26/25 07:41 Seattle, WA 98134 Order Type: Rack 147 JF Loadapat Number: 01 1115 BILL OF LADING Stockholder/Customer Account/Consignee RECEIVED BY Stockholder 8: 0000070170 Account 4: 009017560P Carrier 4: D268792 BP PRODUCTS NORTH AMERICA, INC. CONNELL OIL CONNELL OIL INC SCAC : CNQO Customer #: 0090127007 1015 N OREGON AVE Tractor #: .,✓ CONNELL OIL PASCO, WA Trailer #: 180 Trailer2 4: Retail or Petroex 4: 90175608 Driver #:30051208 FLORES, JORGE L. P.0.4: Consignee 4: DRIVER Signature: Terminal EPA 4: 6511 it Destination EPA 4: 4N_ ( !i This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: SOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CHEMTREC (B00) 424-9300 CCN1022416 PRODUCT TOTALS (Gallons) - - -----"'---"-"-'^—"'d-G"/1CA---W-"---- PRODUCT"DESCRIPTION ' GROSS NET TEMP GRAV MESSAGE NUMBER IS] ��71J11 00072243 67 REG El0 DYED / 3500 3480 68.2 61.3 1502,1815,1825,2231,E10R00 4550 UL43300," 3287 69.6 16.3 1556,1190,1799,2201 TOTAL 6800/ 6167 RED MSG: UN1203, GASOLINE, 3 , PG II, I Cargo Tank„ SEC ERG GUIDE 128 EIED MSG: NA1993, DIESEL FUEL, 3, PG TIT, 1 Cargo Tani,, SEE ERG GUIDE 126 MSG It MESSAGE 1502 Gasoline meato all applicable tier 3 motor vehicle emission sulfur standards regulated under 40 CFR parts 85, 66 and 1090 1555 Dyed Diesel fuel, nontaxable use only, penalty for taxable use. 2790 This Diesel Fuel Additive contains a static dissipater additive and red dye having a sulfur content greater than 15ppm. 1796 Diesel meets or exceeds all applicable compliance standards as per the most current version of ASTM D975. 1115 National detergent additi1ed gasoline. 1825 No assigned R1N9 transferred 2201 "Dyed 19pcm sulfur (Maximum) ULBD. Dyed ultra Low Sulfur Phenol Suel. rot use in all nonroad diesel engines. Not for use in highway vehicles or engine() except for tax-exempt vac in accordance with section 4082 of the Internal Revenue Code" 2231 "This volume of neat or blended Ethanol is designated and intended for use as transportation fuel or Jet fuel in the 48 U.S, contiguous stated and Hawaii. Any person exporting chin fuel is subject to the requirements Of 40 CFR 80.1430" E10R00 "Winter CC" "E10,Contalns between 9 and 10 vol 8 ethanol." .. PRODUCT BY COMPARTMENT ___ ......--_. COMP RISER PRODUCT GROSS NET TEMP GRAVITY 01 11 000702 87 REG E10 3500 3480 68.2 61.3 Ot 13 UI.4343 ULRi2 DIESEL EYED 3300 3287 68.6 36.3 SUBJECT To CORRECIION OF CLERICAL ERRORS CUSTOMER SIGNATURE:__-_— -, .._. ..�. COMMENTS Page L of 1 195 Invoice Page: 1 c Invoice 0599844 IN {AN-ENERGYit Invoice Number:: 05998025 r.CONN:U_OI!iVCDHFOR,4T2U+Ql1F'ANY Order Number: 0599844 1025 N 6th Ave Order Date 9/10/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 64 JA NET 30 DAYS 9/10/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,304.100 1,304.10 3.6610 4,774.31 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 43.47 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 14.32 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.30 FED LUST TAX (.001 cpg) /GFOS 0.00 0.0000 4.75 FED GAS OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 722.47 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,560.62 Sales Tax: 0.00 Invoice Total: 5,560.62 12:53 pm 196 - t C..)E tilei 0'g I. ,..7). ,' 3 .::: _ 7 >,., 6IL f C 12 1 ri 1 . .7. i , 0 , 0 IV w co crl F - ai in vAJ 5L— 4:11 . e .g 14 %ai Li1!: c7 PI i) S197 Invoice Page: 1 c,tCOInvoice Number: 0608306-IN -ENER sa/ram� Invoice Date: 10/28/2025 A CON*LL OIL IV:CH OR.T=U COWAN,' Order Number: 0608306 1025 N 6th Ave Order Date 10/28/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#304585 197 TV NET 30 DAYS 10/28/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,100.000 4,100.00 3.4428 14,115.48 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 136.65 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 42.35 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.10 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 16.61 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 1.658 1.66 49.4606 82.01 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 14,397.20 Sales Tax: 1,178.40 Invoice Total: 15,575.60 2:16 pm 198 i SeaPort Midstream Partners, LLC Order Number: BOL Number: 304585 Seattle, OlA4: 0007308 Order Date: 10/28/25 Load Start: 10/28/25 04:28 1652 SW Lander ST Folio Number: 10/021 Load End: 10/28/25 04:42 Seattle, WA 98134 Order Type: Rack Lcadspot Number: 02 SILL OF LADING --- _ _ _ Stockholder/Customer Account/Consignee RECEIVED BY Stockholder 4: 0000070770 Account #: 0050175608 Carrier it: B288792 B2 PRODUCTS NORTH AMERICA, INC- CONNELL OIL CONNELL OIL INC SCAC #: CNQO Customer 4: 0090127007 1015 N OREGON AVE Tractor #: r CONNELL OIL PASCO, WA Trailer #: 34 Trailer2 #: 38 Retail or Petroex 4: 90175508 Driver *130042114 VIJARRO,TOMMY P.0.4: Consignee 4- 197 N DRIVER Signature: Terminal EPA #: 6511 N.'...,,, �, Destination EPA r f —_ 1115 y This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CREMTREC (800) 424-9300 CCN1022416 PRODUCT TOTALS (Gallons) •' ---- PRODUCT DEOCRipTION 5v0 GROSS ' SST TEMF GRA:, MESSAGE NUMMER(51 F.1 OOC102 61 REG 0 r 1900 3916 54.2 62.0 1502,1915,1625,2231,E10900 UL43a3 uLSM2 DIESEL DYED 4 550 TOTAL 5703 5706 57.5 35.5 1556,1790.1799,2201 9E00 / 9622 1410 MSG: U41]203, GASOLINE, 3 . PG II, 1 Cargo Tank„ r SSE EPG GUIDE 128 x30 MSC: NA1993, DIESEL FUEL, 3, PG III, I Cargo Tank„ SEE FRG GUIDE 120 MSG 0 MESSAGE 1502 Gae0lin9 meets all applicable axer 3 enter vehicle omisslot nalfur ctendalds regulated under 40 CFR..arcs 05, 86 and 1050 1556 Dyed Di.eeel fuel, ncncaxable use only, penalty For taxable use, 1799 This Diesel Fun/ Adoirive con=sins a static- dissipater additive and red dye hating a Sulfur content greater than 15ppm. 1.198 Diesel node er exceeds all anplinatle compliance stacdetds en per eha most current version of ASTM D975. 1815 National detergent additixed gasoline. 1825 Na assigned K!NS transferred 2201 "Dyed tlppm sulfur (Maximum) ❑LSD. Dyed Ultra Lew Sulfur Dices! fuel, For use in all ❑oIrosd diesel engires. Not Ear use in highway vehicles or atginee except for Lax-exempt use in accordance with section 4032 cf the Internal Revenue Code" 2211 "This VOlusIB of near. or Mended Ethanol is designated and lnCerded fox lee es transportation Fuel or Jet fuel in the 48 U.S. contiguous states and Heweii. Any purser. exporting 13,0 foal is sunlact to the requirements of 40 CY'R 09.1430" E10300 "Winter CC" "510:Contains between 9 and 10 vol 4 ethanol." __ __ _ _ Y--- + ------- PRODUCT BY COMPARIMEST .... .- ...._ "...• COMP RISER PRODUC1 CROSS NET TEMP GRAVITY U1 23 111,4343 UL5t2 DIESEL DYED 3000 3001 57.7 35.5 02 23 01.1343 61.092 01ESEL DYED 1100 1101 57.7 36.5 05 26 01.4343 01.1l2 01E5E1,DYED 1600 1602 57.1 35.5 76 24 000702 e7 RZG 310 1100 1105 53.9 62.0 07 24 100702 87 REG 510 2600 2611 54.3 62,0 SUBJECT TO CORRECTION 00 CLERICAL DRAMS 265313MER SIGNATURE: ----- __. ._. --- COMMENTS - -. • 199 Invoice Page: 1 lit. '' Invoice Number: 0608305-IN CO-ENERGY Invoice Date: 10/28/2025 A.CONNEL-OIL NCOPPORAT:ED COMPANY Order Number: 0608305 1025 N 6th Ave Order Date 10/28/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#304585 197 TV NET 30 DAYS 10/28/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 2,800.000 2,800.00 2.5958 7,268.24 E10 87 UNLEAD wl up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 93.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 21.80 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.80 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 10.19 FED DIESEL OIL SPILL(.002143 cpg) Fual Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,551.20 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,947.55 Sales Tax: 0.00 Invoice Total: 8,947.55 2:16 pm 200 SeaPort Midstream Partners, LLC Order Number: BOL Number: 304585 Seattle, WP.M': 0007308 Order Date: 10/28/25 Load Start: 10/28/25 04:28 1652 SW Lander ST Folio Number: 10/021 Load End: 10/28/25 04:42 Seattle, WA 98134 Order Type: Rack Lcadspot Number: 02 BILL. OF LADING Stockholder/Customer Account/Consignee RECEIVED BY Stockholder 4: 0000070770 Account 4: 0090175608 Carrier 6: B288792. 13P PRODUCTS NORTH AMERICA, INC. CONNELL OIL CONNELL OIL INC SCAC 6; CNQO - Customer 4: 0090127007 1015 N OREGON AVE Tractor ; (f/ CONNELL OIL PASCO, WA Trailer 6: 34 Trailer2 6: 38 Retail or Petroex 4: 90175608 Driver 6:30042114 VIJARRO,TOMMY P.O.A: , Consignee a: 197 TV DRIVER Signature: terminal EPA I: 6511 "',..-e,112/ Destination EPA 4: �" /J �3• 1115 / ,'rr. .164".— • This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation DELIVERY INSTRUCTIONS: r3OL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CHEMTREC (800) 424-9300 CCN1022416 . _.. -.-- PRODUCE TOTALS (Gallons) .__"-- _ .._ PRODUCT DESCRIPTION GROSS ' WET TEMP Gsa'I 14E55AOE BUMF-RCS) 6, REG E10 ef500 3900 3916 54.2 6i.0 1502,1R15,162`_••2231,E10RD0 JL4343 UI.602 01E5E1 DYED 4550 5703 ,� 5706 57.5 35.5 1556,1796,1790,2201 TOTAL 9E00 / 4622 HZD MSG: U01203, 6ASOLtNE, 3 . PG II, 1 Cargo Tank,, SEE SSE ERG GUIDE 120 HOD M50: RA1993, DIESEL FUEL, 3. PG III, I Cargo Tank,. SEE FOG 66.0E 120 1.SG 0 MESSAGE 1502 Gaeoline meets all applicable aer 3 motor vehicle Emission sulfur standards regulated under 40 CFR tars 05, 06 and 1050 1556 Dyed Diesel fuel, nontaxable use only, penalty for taxable use. 1799 This Diesel Fuel Adainive contains a static dissipater additive and red dye having a sulfur content greater then 15ppm. 1790 Diesel pouts or exceeds all appiteabis eompl,,snee standards an per the most current version of AS1M D975. 1615 National detergent addlr.ized gasoline. 1825 No assigned BONS transferred 2201 "Dyed 15ppm sulfur (Maximum) ULSD. Dyed Ultra Low Sulfur Diesel fuel. For use in all nosr0ad diesel engires. Not for use Sr highway vehicles or aeglnea except For tax-exempt use in accordance with section 4082 of the Internal Revenue Code" 2231 "This volume of neat or blended Ethanol is designated and intended for use es transportation fuel or Jet fuel in the 40 U.S. contiguous stases and Hawaii. Any purnor, exporting this f.,nl is sun±act to the requirements of 40 CFR 00.1430" E10900 "Winter CC" "610:Contains between 9 and 10 vol i ethanol." • • PROCGCT BY COMPARTMENT -- ....• 00Mi RISER PRODUCT GROSS 1ST TEMP GRAVITY 01 S1 D1,4343 GI.Si2 DIESEL DYED 3000 3001 57.7 35.5 02 23 214343 U1.012 DIESEL DYED 1100 1101 57,7 35.5 05 26 U1.4343 ULSt2 DIESEL DYED 1600 L602 57.1 35.5 06 24 000732 01 REG 210 1103 1103 3.0 62.0 07 24 000702 27 REG 510 2600 2811 54.3 62.0 SUBJECT TO Co6RECTf0d OF CLIR7CC.L ERRORS ZUST1w5GR SIGNATURE: ---- --------- ____e COxMEN'f5 ----- • 201 Invoice Page: 1 Invoice Number: 0611937-IN CO-ENERGY Invoice Date: 11/19/2025 41)1A CO`NELL OIL Nalf1FO .T=D COMPAN' Order Number: 0611937 1025 N 6th Ave Order Date 11/19/2025 PO Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#150651 139 J9 NET 30 DAYS 11/19/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 5,202.000 5,202.00 3.6433 18,952.45 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 173.38 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 56.86 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 5.20 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 21.07 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 2.103 2.10 49.4606 104.02 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 19,312.98 Sales Tax: 1,581.68 Invoice Total: 20,894.66 12:22 pm 202 Seaport Sound Terminal, LLC Order Number: ROL Number: 150651 Seaport Sound, WA#: 0007610 Order Date: 11/19/25 Load Start: 11/19/25 04:48 2628 MARINE VIEW DR Folio Number.: 11/014 Load End: 11/19/25 05:04 Tacoma, WA 98422 Order Type: Rack BILL OF LADING Loadspot Number: 03 Stockholder/Customer Account/Consignee , RECEIVED BY Stockholder #: SS00000201 Account #: 0000351708 f Carrier #: SS02121 Marathon Petroleum Company LP 7 I Associated Petroleum/UCT/OPTS/WA Connell Oil Incorporated/ CO-Energy SCAC #: CNQO Customer #: 0000000001 PO Box 1397 Tractor #: 139 Unbranded Marathon Petroleum Co Tacoma, WA Trailer #: 139 Trailer2 #: 126 Retail or Petroex 4: 351708 Driver #:09993701 SANCHEZ, JORGE P.0.#: consignee #: Terminal EPA #: 2821 139 J9 DRIVER Signature: Destination EPA #: +cf�,� 1126 — f Rr This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CHEMTREC (800) 424-9300 CCN1022141 _..�_. -------. ----- - PRODUCT TOTALS (Gallons) PRODUCT DESCRIPTIONY GROSS / NET TEMP GRAV MESSAGE NUMBER(S) UL4343 #2 DYED ULSD (15PPM) 5202 5211 56.2 36.8 1556,1790,1798,2201 4550 TOTAL 5202 5211 112D MSG: MA1993, DIESEL FUEL, 3, PG III, 1 Cargo Tank„ SEE ERG GUIDE 128 MSG # MESSAGE 1556 Dyed Diesel fuel, nontaxable use only, penalty for taxable use. 1190 IhlS Diesel Fuel Additive contains a static dissipater additive and red dye having a sulfur content greater than 15ppm. 1798 Diesel meets or exceeds all applicable compliance standards as per the most current version of ASTM D975. 2201 "Dyed 15ppm sulfur (Maximum) ULSD. Dyed Ultra Low Sulfur Diesel fuel, For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax-exempt use in accordance with section 4082 of the Internal Revenue Code" __ ..... _.. PRODUCT BY COMPARTMENT COMP RISER PRODUCT GROSS NET TEMP DENSITY XX 33 UL4343 #2 DYED ULSD (15PPM) 5202 5211 56.2 36.8 SUBJECT TO CORRECTION OF CLERICAL ERRORS CUSTOMER SIGNATURE: - — ___- - -- COMMENTS '- Page 1 of 1 203 Invoice Page: 1 ©.ENERGY Invoke Number: 0609302-IN Invoice Date: 11/3/2025 Clit A LO\y:L OL\ 'tt-O A:U{OMFAV Order Number: 0609302 1025 N 6th Ave Order Date 11/3/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Thick 0 Driver Terms Ship Date 113 HM NET 30 DAYS 11/3/2025 Item Number White Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,500.000 1,500.00 2.5991 3,898.65 E10 87 UNLEAD wl up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Llq. //HAZ 0.00 0.0000 50.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 11.70 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.50 FED LUST TAX(.001 cpg) /GFOS 0.00 0.0000 5.46 FED GAS OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 831.00 Date Delivered: _ Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 4,798.31 Sales Tax: 0.00 Invoice Total: 4,798.31 12:42 pm 204 ®! GI B i (3-: .. t 0_, 1 I 1 .1 P., _• kr... i , in,1 I r4 11 - • I I I t '-!—'-- in ......., 6rjr__ ilrigi 1.1 ,g i. • _. lidg 1 IL .1 Ln --- 6 3 4 ari „ • , . I ...• 1 4 ---I----- • • t,11 tgiv .44 1- ‘ „..... .../ 111 IV '• 1 a a 0 i i5 1 z 1 a ; tdE . I 10 :141 li :', -c- g a 1 irst r... ..o 1 I ...01 , ., v) ko I El 140 ! ; . a t fc 1 ! . . .c %0 . ,cz., 6. ..- I s .c._ 205 Invoice Page: 1 Invoice Number: 0617266-IN CO- ENERGY Invoice Date: 12I30/2025 A CONNEL OIL NCONFORATEU COMPANY Order Number: 0617266 1025 N 6th Ave Order Date 12/30/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 118 HM NET 30 DAYS 12/30/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,300.000 1,300.00 2.8983 3,767.79 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 43.33 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 11.30 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.30 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 5.27 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.526 0.53 49.4606 26.02 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,855.01 Sales Tax: 314.89 Invoice Total: 4,169.90 10:51 am 206 1417.4 � c� I rO 3gi 1Vim, _ ii ar 4� CI fi(`� i 7 r'd `��y UI • { ff.•:... [ .t \ „ow .9130 N. 1 IR i - � k . v ?, ( LU 0 g g a �g El i ---1 1 8i :lilt ,„ .,:ke: I a, a 3 1.1 C) ON &Pill ..- i I P ci I d 11_ 0 1 t 207 Invoice Page: 1 tco � � Invoice Number: 02/29/2 25 �r Invoice Date: 67001-I r.CONNELL OIL SP:OkAT'ED COMPANY Order Number: 0617001 1025 N 6th Ave Order Date 12/29/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#0000007059 T T NET 30 DAYS 12/29/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 2,400.000 2,400.00 2.3043 5,530.32 E10 87 UNLEAD wl up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 79.99 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 16.59 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.40 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 8.74 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,329.60 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 6,967.64 Sales Tax: 0.00 Invoice Total: 6,967.64 12:58 pm 208 Ori,iaal Version:(1 of 1) 1 Carat Tank Shi,psed Gate:'L0'15-17.-29 J HM FN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 NA1993,DIESEL FUEL,3,III 6900 GALS For Product Emergency-Spill,Leak,Fire,Exposure,or Accident Day or Night Call: CBEMTR.EC1-$O0-424 93QQ ERI CCN200A1 106 B2 .e/e. Shell - Seattle 12 Shipping Origin: 2555 13th Ave. S.W. BILL OF L A D I 1� G: 0001544954 SEATTLE WA 98134 Folio: 12 - 021 EPA ULSD REG4:429481310 Cusr.omer: 0001104495 Account:0001104495 Vehicle:N/A Trailer': 240 Trailer2: N/A CONNELL OIL, INC. CONNELL OIL, INC. Fuel Type:N/A Exp Date: 04-30-202 ExpDate: N/A 1015 N OREGON AVE 1015 N OREGON AVE EID: N/A EID: N/A PASCO, WA 99302 PASCO, WA 99302 Freight: Consignee/Deliver to: 00004176 CONNELL OIL, INC. WA-WA +Ff 1015 N OREGON AVE Load Start Date 12/29/2025 09:31 PASCO WA 92302. Supplier: HOLLY SINCLAIR - 0000000360 Load End Date 12/29/2025 09:52 IFK I Product I QUANTITY/UNIT 1. GN NR #2D (S-15 PPM) DYED i 6900 GALS GROSS ram- 6935 GALS NET* 6900 GALS ULSD #2 @ 48.8 F 34.0 GRAY TOTAL 4550 6900 GALS GROSS 6935 GALS NET* @60F *NET VOLUME TE5 ERATURE CORRECTED AT 60F. ULSD. 15 ppm sulfur. For use in all ncnroad diesel engines_ Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under CARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This product contains up to 5% volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (WAC173-424 et. seq.). The carbon intensity for clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier. is WAULSD001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction_ Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between. the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429461310 For complete Health AND Physical Safety hazard information, please refer to the SDS. 3rd Party Ref. is 0001104495 n in Shipper:HOLLY SINCLAIR 'Ten la to certify that the Total Collected: By: o:mve named materials are r�f�y��_ proaer_ya:aeilta d ch . described, Carries Certifies char v eehhai:or supplied ter thie ahtp:yrst :a a Driver: BROOKES, DON'f Mtkeled.marked and labeled, proper container for tranportatihh or the Products as above doecribed Card ♦f: 00002214 and act to Meter cesd,tlae sad driver acknowledges Er.trgency Response Culds Information received on tot tranapottatiea according peas=side or this document. Carrier.:CONNELL OIL to the applicable racciatiana P 975 Department of ::opal CONNELL WA 99326 Driver/Agent Signature: ._ ' - Pagetofl 209 Invoice Page: 1 Invoice Number: 0621227-IN CO-EVER .�T Invoice Date: 1/27/2026 A.CONN L OL V:::]N.=)RAr,_U COIIPANV Order Number: 0621227 1025 N 6th Ave Order Date 1/27/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#314149 132 C7 NET 30 DAYS 1/27/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4700 007 GAL 2,300.000 2,300.00 3.9063 8,984.49 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 81.05 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 26.95 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.30 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 9.32 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.930 0.93 49.4606 46.00 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(PrInt) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 9,150.11 Sales Tax: 767.59 Invoice Total: 9,917.70 3:44 pm 210 i SeaPort Midstream Partners, LL.0 Order Number: BOL Number: 314149 �� Seattle, WA#: 0007308 Order Date; 01/27/26 Load Start: 01/27/26 L0:1B 1652 SW Lander ST_ Folic Number: 01/019 Load End: 01/21/26 10:35 Seattle, WA 98134 Order Type: Rack Lcadepnt Number: 02 BILL 00' LADING —_ ._... Stockholder/Customerrccount/Consignee RECEIVED BY Stockholder 4: 0000070770 I Account 4: 009017560 Carrier #: B288792 BP PRODUCTS NORTH AMERICA, _.C. 1 CONNELL OIL CONNELL OIL INC 1115 SCAC #: CNQO Customer. #: D090127007 1015 N OREGON AVE. Tractor 4: CONNELL OIL PASCO, WA Trailer #: 127 Trailer2 #: 128 Retail or Petroex t: 90115608 Driver #:05057421 NARANJO, CARLOS P.0.4: Consignee if: DRIVER S-grature: Terminal EPA ill 6511 " Destination EPA 4: r ,/# / +' �•44 1,1 i `n t.r,f 1 This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of. the Department of Transportation. DELIVERY INSTRUCTIONS: SOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL 132 C7 EMERGENCY CONTACT: CEIEMTREC {800) 424-9300 C6N1022416 s. t {� PRODUCT TOTALS IGallenai r PRODUCT •DESCRIPTION 1 UC)U_v_-___.. GROSS/ NET TEMP GRAY MESSA3E NUMBER'S) OCC702 R1 RED 610 1700 1716 44.E 53.1 1502.1015,1R25,7231,E10R00 1L1543 U0211 DIESEL DYED 6100 6153 42.3 40.7 1586,1790,1796,2201 4700 l'OTA:. 7800 7871 RED MS.;: UN1203, GASCLSNI, 3 . PG 1T. 1 Cargo Tans,. SEE ERG GDIriE 128 HOD MSC: NA1093, DIESE:. FUEL. 3, PG 711, l Cargo rank.. Sot _AG GU_DE 120 MSG i MESSAG 150.' Cssol:ne Meet, ail agsl;cabin pie- 1 motor Vehicle elntollon ,vilut standards regutaned under 40 CPR parts 85, OG erd 1090 1556 Dyed Diesel fuel, nontaxable uss only, penalty Lot taxable use. 1790 This Dloael Fual Additive contains a atatie dissipater additive and red dye having a snlLut content greater than 15ppm. 17311 Diesel meets or exceede all applinabis compliance standards as per the most current veralon of TOTM.0975. 10r5 National detergent addltlrod gasoline. 1625 Mu assigned RIMS transferred 2201 "Dyed 15ppin sulfur !Maximum) ULSO, Dyed Ultra Low 5ul.ur Diesel fuel, for use in all nonroad diesel engines. Not for use Sr highway vehicles of engines except for tax-exempt use in accordance with section 406E cf the Internal Revenue Code" 2231 "This v,:,ma of neat or blended Uchanol is designated and untended for use as cranspor0aticn fuel cr Jet fuel in the 4e O.S. conti0t.oua ctatee end 1lawsii. Any person exporting list l•ye) is subject to the requirements of 40 CCFR 00.1410. 003JR00 "winter CC" "elO:con_ains between 9 and 10 vol 1 ethanol." ..:-,---------.-..--._... -.... _ PRODUCT UY COMPARTMENT ... ........... COMP R19c9 PRODUCT GROSS NET TEMP GSAVSTY 01 22 UL1643 OLSsi D1RSE'. ❑0011 2200 22120 42.3 40,7 02 22. UL1643 IILSNI DIES0L DY0D 1400 1413 41.E 40.7 OS 25 1r1,1643 OLS111 DrESEL nOes 2400 2420 41.0 40,7 D7 24 000702 87 REG SID 1700 1710 44.G 32.1 SUBJECT TO CORRECTION O? CLERICAL. ERRORS CUSTOMER SIGNATURE: _ _ .- . ----- _....__-.... COMMENTS -.,.._..___.. .______._____ �_------- Page : of 1 211 Invoice Page: 1 6 _,.`- Invoice Number: 0620757-IN '� CO-ENERGY Invoice Date: 1/23/2026 `- A CONNELLOILACOPPORA1ED COMPANY 1025 N 6th Ave Order Number: 0520757 PO Box 70 Order Date 1/23/2026 Yakima,WA 98907 Salesperson: DB Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 106 82 NET 30 DAYS 1/23/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,100.000 3,100.00 2,6011 8,063.41 E10 87 UNLEAD wl up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. IIHAZ 0.00 0.0000 103.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 24.19 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3,10 FED LUST TAX (.001 cpg) IDFOS 0.00 0.0000 11.28 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,717.40 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature:_ _ EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 9,922.70 Sales Tax: 0.00 Invoice Total: 9,922.70 2:41 pm 212 p EMERGENCY RESPONSE:.NRC Divmoroutam.. SVcs 1-800-337-7455-24 HOUR 509-378-1346-Low. UN1203 OHM NA1993 0 IIM .00' UN1853 Ea''i UN1268 OHM GAtoun .JA ix-sEL run ;.---..4) DEL AVIATION TURBINE ENGINE PETROLEUM DITTILLATE NOS 3, PG II E-- 3, PG M ‘cc---11 3, PG M - 3, PG m QuANirrry-Z1&) QUA mmi c--);e't ) QUANTITY (Irrit) _ QUANTrlY PRODUCT ORIGIN: CO-ENERGY, licri N. GTH AVE. TAMA, WA 98902/ (509) 453-3920 PRODUCT DESTINATION: 1---'- 144-", 1_ i..s..__L,.\, , ,---\. PRINT DRIVER NAMEcThIVN. TRUCK th 2.4,t--) DATE \_ / 23/20.Z6-1. Law L 1 2 , 4 5 COMPARTMENIT: 1 _ 2 3 4 5 _ - PRODUCT* LOAD POINT LOAD POINT LOAD POINT LOAD PONT Lan POINT BULK GALLONS ON TRUER I e--- • BULK Galan LOADED L A-il TOTAL BULK GALLOPS . % Lij0.0CD )(M 1 OCX) z 160 RS GALLONS GALOM GAIIANS Giu.ota NAME/LOCATION DELIVERED DELIVERED DELIVERED =VERO) DELIVERED - — - . . — _ CD k WO L 1 .(7 6 .,i-----,, It r ,' ' • I f — 1 , , LEFT ON TRUCK: -____— . .' OvERAHonr us IS TO unix VAT THE ABOVE—NANED MATERIALS ARE PRUP2RLY aArsfizo„pnauezoolACZA HARKS AND LOU ,AND MU IN PROPER CONDMON TOR TRANSPORTATION ACCORP/G TO TM APPLICABLE REGULATIONS OF THE DIENLIt ATION. 1:3 PLACARDS ARE REQUIRED. DRIVER SIGN: 213 Invoice Page: 1 Invoice Number: 0624780-IN CO-ENERGY Invoice Date: 2/19/2026 A CONNELL.OIL sV.:of-O?AT=U COMPANY Order Number: 0624780 1025 N 6th Ave Order Date 2/19/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#1602314 212 JS NET 30 DAYS 2/19/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,900.000 4,900.00 3.4891 17,096.59 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 163.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 51.29 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.90 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 19.85 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 1.981 1.98 49.4606 97.98 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Printy Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 17,433.93 Sales Tax: 1,461.54 Invoice Total: 18,895.47 1:12 pm 214 IOxiciea1 Vorsien:(3 of 1} 1 Caro •.'enk ShioPed Da=.e:2026-02-1. gM FN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 2 UN1203,GASOLINE,3,I I 3 600 GALS For Product Emergency-Spill,Leak,Fire,Exposure,or Accident Day or Night Call: 212 JS ` CHEMTR� •i-So0-Q24_ aU 13RI CC1'20081 Shell - Seattle •�` 2555 13th Ave. S.W. BILL OF LADIN G: 0001602324Shipping Origin: SEATTLE WA 98134 11 26 Folio: 02 - 015 EPA ULSD REG9:429481310 Customer: 0000061011 Account:0000351708 �Vehicie:N/A Trailerl: 115 Trailcr2: N/A MARATHON PETROLEUM COMPANY LP ASSOCIATED/UCT/OPIS/WA Fuel Type:N/A Exp Date: 10-31-202C ExpDate: N/A 19100 RIDGEW00D PARKWAY 2320 MILWAUKEE WAY EID: N/A EID: N/A SAN ANTONIO, TX 78259 TACOMA, WA 98421 _ Freight: Consigaev/DOliver. to: 0ooC3a1708 2320 MILWAUKEE WAY Load Start Date I 02/19/2026 100:49 TACOMA WA 98421 Supplier: MARATHON PETROLEUM GAS/DSL PROD - a_ Load End Date I 02/19/2026 101:03 00:0{}0I1351 Prod ct DUANT;'IY/UNIT 2 RUL 87 RVP>7.8ETH3.5 CG ,,,e1 3600 GALS GROSS / 3620 GALS NET* 360 GALS ETHANOL @ 42.6 E 46.3 GRAV 3240 GALS BFREG @ 52.9 F 63.4 GRAV TOTAL 3600 GALS GROSS 3620 GALS NET* @60P 1 500 *NET VOLUME TEMPERATURE CORRECTED AT 60F. Conventional gasoline: This product does not meet the requirements for reformulated gasoline and may not be used in any reformulated gasoline covered area. Additionally, this product may not be used in California. The 1.0 psi RVP waiver applies to this gasoline. Do not mix with gasoline containing anything other than between 9 and 10 volt ethanol. Detergent-additized gasoline; additized in sufficient concentration for initial transfer volume only. For Summer period: Summer CG 9.0 psi Summer CG 9.0 psi Gasoline E10: Contains between 9 and 10 vol `k ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. For Winter period: Winter CG EIO: Contains between 9 and 10 vol % ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (173-434 WA et. seq.). The carbon intensity for clear gasoline is 100.46 gCO2e/MJ and the fuel pathway code is WAGAS001. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP far the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer for the fuel as a deficit generator is passed to the Buyer for the fuel transferred hereunder, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CEP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For. complete Health AND Physical Safety hazard information, please refer to the SOS. 3rd Party Ref. It: 000035170e ..."7---‘4 Shipper:MARATHON PE=ROLEUM/GAS/DSL ibis isto certify that the Total Collected: By: obeys named materials are i!Z;}4 ` prmperlycMemir,.d, daxcribmd, Carrier cerci ties that e e ..aim..•ppd.* fee this sipaast is i Drivers: SA\CHEZ, JOSE / Farkaged, marked and labeled. {.[Oyer container for a suer Oboe t'-he Pt aae above Wee . 4 Card Ii: 00006180 a44 are in proper condition .. al .J driver anarle area gc,.cy be7 cam GuLde:` yawed..., for transportation according reverse aide of this Carrier;CONNELL OIL is the applicable reg]scions P 975 et the Department oe ,reasperiatlu" Driver/Agent CONNELL WA 99326 Signature: _ Page 1of1 215 Invoice ENERGY Page: 1 r+NCO� Invoice Number: 06 IN CI Invoice Date: 2119/2029/2026 A CONNEL OIL NC^.HFO ^.TED COMPANY Order Number: 0624776 1025 N 6th Ave Order Date 2/19/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#1602324 212 JS NET 30 DAYS 2/19/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,600.000 3,600.00 3.2992 11,877.12 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 119.99 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 35.63 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.60 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 13.10 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,994.40 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 14,043.84 Sales Tax: 0.00 Invoice Total: 14,043.84 1:12 pm 216 oricinal Version:(1 of 1) 1 Car'O Tank., ape at.C' Q2_6-02-1,9 'FIN FN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 2 UN1203,GASOLINE,3,II 3600 GALS Far Product Emergency-Spill,Leak,Fire,Exposure,or Accident Day or Night Call: C: - -800-424-9300 ERi CCN20081 212 JS Shell - Seattle I 2555 13th Ave. S.W. B ILL OF LADIN G: 0001602324 Shipping Origin: SEATTLE WA 98134 1126 Folio: 02 - 015 EPA ULSD REGt4:42948i310 Customer: 0000061011 Account:0000351708 Vehicle:N/A Trailerl: 115 Trailer2: N/A MARATHON PETROLEUM COMPANY LP ASSOCIATED/UCT/OPTS/WA Fuel Type:N/A Exp Date: 10-31-202C ExpDate: N/A 19100 RIDGEWOOD PARKWAY 2320 MILWAUKEE WAY EID: N/A EID: N/A SAN ANTONIO, TX 78259 TACOMA, WA 98421 Freight: Concignee/Doiiver to: 0000351708 2320 MILWAUKEE WAY Load Start Date 02/19/2026 f 00:49 TACOYA WA 98421 II Supplier: MARATHON PETROLEUM GAS/OSL PROD - Load End Date 02/19/2026 101:03 K 001 Op351 prod c:l. _ 9UANTITY/UNIT III 2 RUL 87 RVP>7.8ETH3.5 CG ` 3600 GALS GROSS 3620 GALS NET* 360 GALS ETHANOL @ 42.6 F 45.3 GRAV 3240 GALS BFREG @ 52.9 F 63.4 GRAV TOTAL . >•_r:�....-_r�1�_L_=�>m.�--� 3600 GALS GROSS 3620 GALS NET* @60t 1 500 *NET VOLUME TEMPERATURE CORRECTED AT 60F. Conventional gasoline: This product does not meet the requirements for reformulated gasoline and may not be used in any reformulated gasoline covered area. Additionally, this product may not be used in California. the 1.0 psi RVP waiver applies to thin gasoline. Do not mix with gasoline containing anything other than between 9 and 10 volt ethanol. Detergent-additized gasoline; additized in sufficient concentration for initial transfer volume only. For Summer period: Summer CG 9.0 psi Summer CG 9.0 psi Gasoline E10: Contains between 9 and 10 vol 's ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. For Winter period: Winter CG E10: Contains between 9 and 10 vol % ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR B0.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (173-434 WA et. seq.). The carbon intensity for clear gasoline is 100.46 gCO2e/MJ and the fuel pathway code is WAGAS001. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer for the fuel as a deficit generator is passed to the Buyer for the fuel transferred hereunder, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For. complete Health AND Physical Safety hazard information, please refer to the SDS. 3rd Party Ref. Y: 0000351708 Shipper:MARATHON PE_ROLEU3i,GAS/DSL :b=s to certify that the Total Collected: By: apnea named matnriala aro VW D r. 'Franeriyedeaalrled, dos-tibed. wrote,CArrfif►s tCet e e -aims r pp: a thin slilymann is a Driver: SA\'CHEZ, JOSE , i,claged, marked.and labeled, yre.•ar conceiver for , ecpo: etion rr_be Pt a ea above Cana 'Card 4: 00006180 end Ai. L.proper csniitian *cal driver aclne.rindy.ells paw::,An loch.Gaide :- ceired on to nranaporvetiac n nrding rarer-an aide cf tale Carrier:CONNELL OIL to the applicable regulaticne P 975 of the nupacsaa of rr.-ugertesirr,.. Driver/Agent. CONNELL WA 99326 Signature: Parelofl 217 Invoice Page: 1 CO-ENERGY invoice i Number:te 11/0611585-IN / 25 Invoice Date: 11/17/2025 A CONNELL OIL IVCORPORATED COMPANY Order Number: 0611585 1025 N 6th Ave Order Date 11/17/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0014 CITY OF YAKIMA-PUBLIC WORKS YAKIMA AIR TERMINAL 129 N 2ND ST 3106 WEST WASHINGTON AVE YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 222 EM NET 30 DAYS 11/17/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 700.200 700.20 3.4056 2,384.60 "r DYED ULTRA-LOW SULFUR 2 Combustible,NAt 993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 23.24 WA Hazardous Fee(035238 cpg) //PPT 0.00 0.0000 N 1' 7.15 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 33.43 0.70 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 2.84 FED DIESEL OIL SPILL(.002143 cpg) P51000-B 007 GAL 0.283 0.28 49.4606 14.00 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N 0 S Marine Pollutant,Combustible Liquid,Ill 23e4.14 P V —\1 14'17 ly.00 9i2-- 1 2-3Mt.loa 1a1.0 421 al 1 3200 -t .goo MrPic\d 2141 .lcs 3 ?)•a3 NT Lb31- bl - 1W.20 Date Delivered: Drums/Totes Returned: Payment: I .'1 tp OCT di�se P.1151 Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 2,432.53 Sales Tax: 199.08 Invoice Total: 2,631.61 10:39 am 218 Invoice Page: 1 Invoice Number: 0616520-IN (70 CO-ENERGY Invoice Date: 12/22/2025 A CONNELL OIL NCOPPORATED COMPANY Order Number: 0616520 1025 N 6th Ave Order Date 12/22/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0014 CITY OF YAKIMA-PUBLIC WORKS YAKIMA AIR TERMINAL 129 N 2ND ST 3106 WEST WASHINGTON AVE YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 222 EM NET 30 DAYS 12/22/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 543.100 54310 2.8575 1,551.91 •f DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only 15 PPM MAX SULFUR ULSD '7 Il-O 4700 007 GAL 378.700 378.70 3.4752 1,316.06 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 30.72 WA Hazardous Fee(,035238 cpg) //PPT 0 00 0.0000 4.66 WA PETR PROD TAX(.30%) /LUST 0.00 0 0000 0.92 FED LUST TAX (001 cpg) /DFOS 0.00 0.0000 3.73 FED DIESEL OIL SPILL(002143 cpg) PS1000-B 007 GAL 0.220 0.22 49.4606 10.88 1 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Vendor Number. Wt4iPR: 1231 P0:DAC: '-th c`1) 1 ,��, Description: PIT« Wit) n.'t ? ("A) 120-7(410 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 2,918.88 Sales Tax: 238.95 Invoice Total: 3,157.83 11:54 am 219 Invoice Page: 1 Invoice Number: 0616514-IN CO-ENERGY Invoice Date: 12/22/2025 ri A CONNE.LLOIL NCOPPORATED COMPANY Order Number: 0616514 1025 N 6th Ave Order Date 12/22/2025 PO Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0014 CITY OF YAKIMA-PUBLIC WORKS YAKIMA AIR TERMINAL 129 N 2ND ST 3106 WEST WASHINGTON AVE YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 222 EM NET 30 DAYS 12/22/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 127.600 127.60 2 3341 297.83 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq //HAZ 0.00 0.0000 VI.0 4.25 WA Hazardous Fee(035238 cpg) //PPT 0.00 0.0000 0.89 WA PETR PROD TAX(30%) /LUST 0.00 0 0000 0.13 FED LUST TAX (.001 cpg) /GFOS 0.00 0 0000 0.46 FED GAS OIL SPILL(002143 cpg) - Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 70.69 Vendar Umber. D aitt PR: PO:L.V4 '' ^^� �Ut ' .J Description: - �(" fitiI Date Delivered: Drums/Totes Returned: Payment: 0 e x, Delivered By Received By:(Print) Signature. EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 374.25 Sales Tax: 0.00 Invoice Total: 374.25 11:54 am 220 Invoice Page: 1 Invoice Number: 0617283-IN CO-ENERGY Invoice Date: 12/30/2025 A CONNBl OIL iNCOPPORATED COMPANY Order Number: 0617283 1025 N 6th Ave Order Date 12/30/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0014 CITY OF YAKIMA-PUBLIC WORKS YAKIMA AIR TERMINAL 129 N 2ND ST 3106 WEST WASHINGTON AVE YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 64 JO NET 30 DAYS 12/30/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 250.300 250.30 2,3726 593.86 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq //HAZ 0 00 0.0000 ` 8.34 WA Hazardous Fee(.035238 cpg) 4\'t` //PPT 0 00 0.0000 i 1.78 WA PETR PROD TAX(30%) /LUST 0 00 0.0000 0.25 FED LUST TAX (001 cpg) /GFOS 0.00 0.0000 0.91 FED GAS OIL SPILL(002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 138.67 Vendor Number. V ot,Q(9 ) PR: PO DAC k nett(U& Description:4511.4.46.112— ragiO tlititnti and OW US-1 611. 4 githoM 6 4ilf13 .04 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Pnnl) Signature EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 743.81 Sales Tax: 0.00 Invoice Total: 743.81 10:51 am 221 Invoice Page: 1 Invoice Number: 0620288-IN CO-ENERGY Invoice Date: 1/20/2026 it A CONNELL OIL INCORPORATED COMPANY Order Number: 0620288 1025 N 6th Ave Order Date 1/20/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0014 CITY OF YAKIMA-PUBLIC WORKS YAKIMA AIR TERMINAL 129 N 2ND ST 3106 WEST WASHINGTON AVE YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 64 JO NET 30 DAYS 1/20/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 152.000 152.00 2.5921 394.00 r( E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq IU //HAZ 0 00 0.0000 5.36 WA Hazardous Fee(035238 cpg) //PPT 0.00 0 0000 1.18 WA PETR PROD TAX(30%) /LUST 0 00 0.0000 0.15 FED LUST TAX (001 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 84.21 Vendor Number. 11-19 5 PR: ')2'0t4 P0: Zte 542-- DAC: 1-12- 21 3 yL Description: 'V' -- Date Delivered: Drums/Totes Returned Payment: Delivered By: Received By:(Ptint) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 484.90 Sales Tax: 0.00 Invoice Total: 484.90 1:11 pm 222 Invoice Page: 1 ,e Invoice Number: 0620321-IN CO-ENERGY Invoice Date: 1/20/2026 I ii. A CONNBI OIL NCOPPOR4TED COMPANY Order Number: 0620321 1025 N 6th Ave Order Date 1/20/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0014 CITY OF YAKIMA-PUBLIC WORKS YAKIMA AIR TERMINAL 129 N 2ND ST 3106 WEST WASHINGTON AVE YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 64 JO NET 30 DAYS 1/20/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 201.000 201.00 31834 639.86 `C DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only 15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 6.70 WA Hazardous Fee(035238 cpg) )1j( //PPT 0.00 0.0000 ^�y 1.92 WA PETR PROD TAX(.30%) J /LUST 0.00 0 0000 0.20 FED LUST TAX (001 cpg) /DFOS 0 00 0.0000 0.81 FED DIESEL OIL SPILL(002143 cpg) PS1000-B 007 GAL 0.081 0.08 49.4606 4.01 1- PS DSL FUEL SUPP CETANE(WINTER) /� NA 1993,Combustible Liquid,N.O.S,Marine Pollutant,Combustible Liquid,Ill ���' 1 TA:t;' 4� 1 11 N 23 Vendor Number_ — PR:120)0--� DAC: ��, Description i t t Date Delivered: Drums/Totes Returned: Payment: Delivered By. Received By-(Pnnl) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 653.50 Sales Tax: 54.73 Invoice Total: 708.23 1:11 pm 223 Invoice Page: 1 Invoice Number: 0617281-IN ( CO_ENERSY Invoice Date: 12/30/2025 A CONNEL OIL NCOPFORAT_D COMPANT Order Number: 0617281 1025 N 6th Ave Order Date 12/30/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 118 HM NET 30 DAYS 12/30/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,200.000 1,200.00 2.3726 2,847.12 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 40.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 8.54 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.20 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 4.37 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 664.80 Date Delivered: Drums/Totes Returned: _ Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,566.03 Sales Tax: 0.00 Invoice Total: 3,566.03 10:51 am 224 1. TE V 1 ,, 1 , iTto_44_. in 'fitt7 r'l -0 0 c---. C ri Wiz ' c eZ . L. l c` 1 ,: w � . ( 3 0 2 tg'd y ll Htft ttga 41-11 a et (3- It . lulki sign -\k,'' v 1 e1. I ,... \ I .--1. —± •S'"" r- P. 1: 7 ..."::,,_, 1.11 u- 1:111i Li 0 0 ill ' 1 P 12 el I '8- cr, eP -- ._._. - ._.-..----.._-.-..__...._.._ -, . -....K..- _ ....r....,.,,.._ -------_ - 225 Invoice Page: 1 (jcoENERw Invoice Number: 0609302-IN Invoice Date: iil3/2025 A.COSNEL-OIL N::ONFORP.T::D COMPAN Order Number: 0609302 1025 N 6th Ave Order Date 11/3/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 113 HM NET 30 DAYS 11/3/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,500.000 1,500.00 2.5991 3,898.65 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 50.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 11.70 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.50 FED LUST TAX (.001 cpg) /GFOS 0.00 0.0000 5.46 FED GAS OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 831.00 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 4,798.31 Sales Tax: 0.00 Invoice Total: 4,798.31 12:42 pm 226 . p c:, ). 41 'NI/ to ' 0 t4 0*§- g 1:-) (.- r4 f ---- clo R ._. .._, Lug is ,w,. g . ZEE g 4 ‘15: 1 1 tef';' 6 rifuMi '�� { 'RI Riig 0 i g 0 W -,EWE 9 <11 W d T' J yyy��� iln p p yJ a [gag _ 0 1 vt . i. I i* Iii2 I 1 1: i M 5 g b .0 \-0 4i ,T - .- ,.._.............,... .,...-• ., .�_ ». ..,.._ . ......'-gprp. .ti..._ _ ._-- 227 Invoice Page: 1 CeCO-ENERGf Invoice Number: 0599844-IN Invoice Date: 9/10/2025 A.CONNELL OIL€VCONPORATED COMPANY Order Number: 0599844 1025 N 6th Ave Order Date 9/10/2025 Po Box 70 Salesperson: D8 Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 64 JA NET 30 DAYS 9/10/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,304.100 1,304.10 3.6610 4,774.31 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 43.47 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 14.32 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.30 FED LUST TAX (.001 cpg) /GFOS 0.00 0.0000 4.75 FED GAS OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 722.47 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,560.62 Sales Tax: 0.00 Invoice Total: 5,560.62 12:53 pm 228 n•• I C.) i - et 1 Y. • ,..s ' .•g 1 ! i i . ! .4..... U112. 1 c -g I r.ii, . , :.,..• c.. . .L ., 'd .—C . in 0 , trig 'al 'a: ' i : 1-0. MEV -, 1 Cr I r•i', le 1q, . . —4 ,-- c.:. P. P .. .. _ i RI 11111 HT ....:_ . -,.. 72,-..-111gi 1]..L--::----- 1 6 6 6 1 69 gibl'ill 0 . . 1 , 1 i rei...., ; 1g i 1 i 111 ,..)1. g:zi, 2 . 111 0 1 '.igHi.-43‘. II 8 P 1 . 0 r: -.?: Siii I 1g ilk•L Cg . gili a Grw.....or.•wmr•e .-. .... rm,I. Ow. ...m. 229 Invoice Page: 1 z. Invoice Number. 0617266-IN CO-ENERGY Invoice Date: 12/30/2025 ct A:OS L OL:•\:.^.R UiA LU COMriat 1025 N 6th Ave Order Number: 0617266 Po Box 70 Order Date 12/30/2025 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck S Driver Terms Ship Date 118 HM NET 30 DAYS 12/30/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,300.000 1,300.00 2.8983 3,767.79 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 43.33 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 11.30 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.30 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 5.27 FED DIESEL OIL SPILL(.002143 cpg) P51000-B 007 GAL 0.526 0.53 49.4606 26.02 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: _ Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,855.01 Sales Tax: 314.89 Invoice Total: 4,169.90 10:51 am 230 I 1 I j_l 11 10 ' .-• -r-- eeg • r%1 c i i i ; , (ri i 0 c., c; 1 i li Nd I ' I ' ::-..1 2 ttg 3 t-T • (T-1- 1---17- - D 1 ;XII I !'ili _liTL\!. 11 1 . INIt 1 i 1 • . WI - i 64 .1 1 I - 1 Ft. ! , idhici ...,,, ,Aiil____._tH__ 1 1 g uga Ns5,..k. N ! [ . 1 v-.1 11 1 II 1 \ . st iksi I i 'DI I 1 I 1 . slEgi ri 44 a SI „ - d m. c 1 1I 11: 1131 0 ci ,6 x ' IL I a g '11i' l reN r\ ••• ..•'•.....:1 ---1. ..- 231 Invoice Page: 1 `/ Invoice Number: 0609305-IN CO-ENERGY �/�T Invoice Date: 11/3/2025 A CONNEL OIL NCOPFORATTD COMPANY Order Number: 0609305 1025 N 6th Ave Order Date 11/3/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 113 HM NET 30 DAYS 11/3/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 900.000 900.00 3.5334 3,180.06 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 30.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 9.54 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 0.90 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 3.65 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.364 0.36 49.4606 18.00 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,242.15 Sales Tax: 265.43 Invoice Total: 3,507.58 12:42 pm 232 1--' P i , Oi 01 eltfr‘P 1.,m'; 1 Mi ' _ I I V to I ' _ ln CI J 1 zq ,o d C ri is 6 N�0AY1 I z 1 DK 1 ipri \,. - *: 1 gift, m ` , j 0 g g g di C $ "' UJ o bg CO 1-4N. A 1 oi igll N, \-. 1 8 1 a co 0., 00 = g E : �rt� fill w\,J ±1f2 LL I ra.am 233 Invoice Page: 1 CO Invoice Number: 05 IN -ENERGY Invoice Date: 9/10/2020/202 5 A CONN LL OIL 3N=ORAi}U COMPANY Order Number: 0599856 1025 N 6th Ave Order Date 9/10/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0009 CITY OF YAKIMA-PUBLIC WORKS FIRST ST FUEL STATION 129 N 2ND ST 302 N 1ST ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date ER1234 64 JA NET 30 DAYS 9/10/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,010.100 1,010.10 3.7749 3,813.03 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 33.67 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 11.44 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 1.01 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 4.09 FED DIESEL OIL SPILL(.002143 cpg) Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,863.24 Sales Tax: 316.48 Invoice Total: 4,179.72 12:53 pm 234 ...... 1 1 LC- (1-1) fie , 1 Fl 1 .1 ' U3 CD C.D ----- E.. . 0.4 = c^ cf gig7 541 1 V P I 2 —I <S' XL, g m 0 ..:...,.: .... „...._ — ,... _. oz. 1 4 frill , .. 'a 141.11 , _______,_ —='• i'.U1 .` - VI . >. 5 _,p c•1 ..... ging I N 8 - --- M RP !nil -, 1 11/i k).-..4. -' - -.:':- z-t, . .0 .-.S1 ' .... E E E , ID 'tiN E N ' 2 ... -. 4,-, .., , CO . = § , ,„ a MS4 -1- . Or .1 = g 0 0. . 1 , ,-, ....0 El ,.., :„, a,..1-, , gas , r- !---- , 3 • ,.....,.., 4. m E r ...- scql ,.. 1. ,4, g : I E . , 235 Invoice Page: 1 cillt .. �������'fir/I Involve Number. 0624776-IN Invoice Date: 2/19/2026 A CO'. OL tiC.;:xrO A:I:COWAN', 1025 N 6th Ave Order Number: 0624776 Po Box 70 Order Data 2/19/2026 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#1602324 212 JS NET 30 DAYS 2/19/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,600.000 3,600.00 3.2992 11,877.12 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Lig. //HAZ 0.00 0.0000 119.99 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 35.63 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.60 FED LUST TAX(.001 cpg) /DFOS 0.00 0.0000 13.10 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,994.40 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Prtnt) Signature:_ EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 14,043.84 Sales Tax: 0.00 Invoice Total: 14,043.84 1:12 pm i 236 !6si4iAal Version:(1 of 11 �_ ar_g _a.^.k &h3nIIed Dn'a 2C26-02-1� Zile FM Dangerous Goods Oeucripzion See Reverse Ior Emergency Reaporsb Guide and other information X 2 UN1203,GASOL:NE,3,II 3 600 CALS Fee iircduct Emergency,SOU,Leak,Fire,Faispoffurc,or Accident Day or Night Calf: 212 JS f :IT`lf C:l:$OD-4%..1-9�suP�➢BET Qcnaoo8i •04Shell Seattle l; e L I. C F L A J I N G: 0001602324 Shipping Origin; 2555 13ti Ave. S.W. 1126 Folic: 02 - 015 • SEATTLE WA 98134 SPA ULSD REGI:4294813.0 Customer: 0000061011 Account:00C0351706 Vehic:e;N/A Trailerl: 115 T.aiier2: N/A MARATHON PETROLEUM CCMPAXY LP ASSDCIAT3D/UCT/OP1S/WA Fuel Type:N/A Exp Date: 10-31-202r 3xpDate: N/A 19100 RIDGEW00D PARKWAY 2320 M_LwAUKEE WAY ` EID: N/A EID: N/A SAS ANTONIO, 'IX 78259 TACOMA, WA 98421 Consignee/Dalivcr to: 0000351708 Freight: 2320 MILWAJKEEE WAY Load Start Date C2/19/2026 ! 00:49 TACOYJ1 WA 98 421 Supplier: MARATHON PE'rROLeUM GAS/DSL PROD - ; Load End Date 02/1912026 1 01:03 OOi }0p351 Product _ QUANTITY/UNJ T 2 RUL 87 RVP>7.8ETH3.5 CC 3600 GALS GROSS 3620 GALS NET* 360 GALS ETHANOL @ 42.6 F 46.3 GRAY 3240 GALS DFREG @ 52.9 F 63.4 GRAv • IOTAL 3600 GALS GROSS 3620 GALS NET* 860E *NET VOLUME TEMPERATURE CORRECTED AT 60F. Conventional gasoline: This product does rot meet_ the requirc.enls for reformulated gasoline and may not he used in any reformulated gasoline covered area. Additionally, this product may not be used in California. The 1.0 psi RV? waiver applies to this gasoline. Do not mix with gasoline containing anything other than between 9 and 10 vole ethanol. rDetergent-additized gasoline; add`tf_zed in sufficient concentration for inleiai transfer volume only. For Summer period: Summer CG 9.0 psi Summer CG 9.0 psi Gasoline EIO: Contains between 9 and 10 vol % ethanol. This volume of neat or blended ethanol is designated and intended :cr use as transportation due: or jet fuel in the 48 L.S. contiguous states and hawail. Any person exporting this fuel is subject to the requiremei:e of 40 CFR 80.1430. For Winter period: Winter CG E:10: Contains between 9 and 10 vol t ethanol. This volume of neat or blended ethanol is designated and intended for use as transporta=icn fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements oC 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) 1:73-434 WA et. seq.). The carbon intensity for clear gasoline is 100.46 gCO2e/MJ and the fuel pathway code is WAGAS001. Buyer must comply with the registration., record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed Lo the Buyer for the fuel as a deficit generatcr is passed to the 3uyer or the ftei transferred hereunder, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for :he fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obliga-ion to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the _egulaeed party. SOPUS EPA Registration i429481310 tor complete Health AND Physical Safety hazard information:, please refer to the SUS. 3rd ParLy Ref. it: 0000351708 Shipper:MARATHON PET4Ci.3 JM;GAS/DSL :�.a is:o memory tha: the Total Collected: 4 Ry: Y1i'i)f? _ - _. aparu nand n:Lorlaia arc _.-_� w^ Driver: iCIWO-;1E2, JOS= a�aanei�niaeiri�. lw3. asrr+a-remelt►.;emit' . .ia.:sj•ym_Lr�x=_la wlys.¢4 Ca_d t: OCOU618U ;4:tnged,Earie4 ani tabnle3. i.ruour.on,ainac t r ,fa .-dal cf,ks.at.a1?x....t r.d..er+�v+ • r ' �41 arc La playas cantitiun .id drl.n:4,_►ncr •9C✓\1a'�{i.riy Ma7Twat%ids:'!614414,::u,rrielass w tar trana9urc.tlo.aucurdin0 rpV.eary Edda er tbZ.%Ja Carrier:CONNELL OIL ... rh g i.ta.n, YY P 975 c tlw t.p..�aut o: L.�um rm. ` CONNELL WA 99326 .•.F r_.-i a. Driver/Agent. Signature: . --Fage 1 of -- 237 Invoice Page:ct 1 CO-ENERGY Invoice Number: 0620757-IN Invoice Date: 1/23/2026 A CONNJL OL- alfc.;O +T=U C OMPANY Order Number: 0620757 1025 N 6th Ave Order Date 1/23/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date 106 B2 NET 30 DAYS 1/23/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,100.000 3,100.00 2.6011 8,063.41 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 103.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 24.19 WA PETR PROD TAX(.30%) /LUST 0.00 0.0000 3.10 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 11.28 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,717.40 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 9,922.70 Sales Tax: 0.00 Invoice Total: 9,922.70 11:03 am 238 EMERGE ICY RIB °i NRC a . Svcs 1-SOU-337 7455-2 609-3711- Lacac �...--ti' 3 0111,4 ----- .i NA1993 O .. . UNIs x - UNI261 in IN QM= .1, - 1 nir.LANAn T E . o N 3, PGD 3; PG 3, PGM 3, PGDI QUANTITY4 QUAD _ -,- WARM — Oa A) QUA31ITY PRODUCT _ Co- c�y, 79 N. 6TH AVE. YA DIA, WA 98902/ (509) 453-3920 -- PRODUCT DES'I1NA J. _ - f Fes.n, :, r ,-E PRINT DRIVER�,,) C ,_.� TRIICKIk DATE 1 /2aarlyRiN LOAD.1* I C2._.:)3 9 5 COMPARTMENTS: 12 13 j 4 , 5 Mower* LOAD POINT LoAD POINT LOAD POINT ( LOAD PONT LOAD POD1T / - = - v BMXGA1:LOtls LOAM r Fs � _A-'1 L F TOTAL suds Gums 00 'Oa) _ I L I ziep ) (_-:‘:.-1-‘_-f :74 l'L Ct:::(:/l'o: --;;_C D IDOD ( --c- ,i4 r*( 2 /; L l.s - I LEFT ON TRUCK: OVER/SHORT. . --.-—_. , _______ _.. T116 6 TO Cum,T THAT TNT AiQYE-alLNID NATEHIAIS ART-AMPLY au=AND LABELED,AND ART 6 PMC1Q C ND1TlIPI Mt TJGNIKIATATICN ACCORI G TO THE AIFFMAIIIIL RUGDLAT1016 Cl THE DTMR kA1 T1gK 0 PLACARDS ARE REQUIRED. DRIVER SIGN: ,%.r / 239 Invoice Page: 1 t C Invoice Number: 0617001-IN CO-ENERGY Invoice Date: 12/29/2025 A CONNNEL OIL v.COFFO*ATi=U COMPANY Order Number: 0617001 1025 N 6th Ave Order Date 12/29/2025 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920-Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#0000007059 T T NET 30 DAYS 12/29/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 2,400.000 2,400.00 2.3043 5,530.32 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 79.99 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 16.59 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.40 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 8.74 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,329.60 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 6,967.64 Sales Tax: 0.00 Invoice Total: 6,967.64 12:58 pm 240 'Oridlnai a Hur l f1 of -1 T _�- S f ooBjt_Gee:2025_12=.2 1 HM FN Dangerous Goods Description Sea Ravages for Emergency Roaponse Guide and oehar Information x 1 NA199.3,clt S t. FUEL,3,I-: 6900 GALS For Product Emergency-Spill,l.eeik,Fire,Exponure,or Accident Day or Night Call: Ct TI E0 -809-424-930O ERI Ccle9,00R 1 f 106 B2 Shell - Seattle 1125 Shipping Origin: 2555 13th Ave. S.W. �B T L L O F 1, A D I N G: C001544954 SEATILE WA 98134 Folio: 12 - 021 IV EPA DLSD REG4:429481310 IC❑at�f001104495 Accou't:0003104495 Vehicle:N/A Trailerl: 240 Traiter2: lA/A 'CONNELL OrL, INC. CONNE1.L OIL, INC. fuel Type:N/A leap Date: 04-30-2026 ExpDate: N/A TOTS N OREGON AVE 1015 N OREGON AVE IEID: NIA EID: N/A 'PASCO, WA 99302 PASCO, WA 9930E i _____ Freight: Consignee/Deliver to: 00t06176 _ CONNELL 0:1, INC. WA-WA 1015 N OREGON AVE. Load Start Date 12/29/2025 09:31 PASCO WA 9.250' --.._ -- Supplier: GOLLY SINCLAIR - 0000000360 woad End Date 12/29/2025 09:52 1F _ :roduct (QUANTITY/UNIT _-- 1 GN SR #2D (S-15 PPM) DYED a 690C GALS GROSS e-e'`J 6935 GALS NET- 6900 GALS ULSD #2 (? 48.8 F 34.0 GRAV TOTAL 690C GALS GROSS 6935 GALS NET* 660F *NET VOLUME TEMPERATURE CORRECTED AT SOT. ULSD. 15 ppm sulfur. For use in all ncnroad diesel engines_ Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under GARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further. processing. Dyed diesel fuel. Nontaxable use only. penalty for taxable use. This praduut contains up to 5% volume of renewable diesel.. This volume of resat or blended renewable diesel is designated and intended fur use as transportation fuel, heating oil or jet fuel in the 48 1.1.5. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR BC.1430. 'Phis fuel is subject to the requirements of the Washington Clean Fuels Program (WA CEP) (WAC173-424 et. seq.). The carbon intensity for clear diesel is 101.18 gCc2e/MJ and the fuel pathway identifier is WA:M.50001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP tor the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i.) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration 442948131n For complete Health AND Physical Safety hazard information, please refer to the SDS. 3rd Party Ref. f: C001104495 �� I 1 Shipper:HOLY SINCLAIR 1.4n s to certcey eat t.,. :rota_ Collected: By: ..airy.m L t mesa materials are DONia ca r_rr:ea& -vd, a.seted. /Carr;.r:c-"'•-e she: a,etek w >,swelled ter thi.. ,raeet to a Driver: 13ROOKl?5 Farkemd, eatt.e era tche:•d. ,lane-:ontniner Ear srmadercation at to?rad,Lte as abate deacr=bed Card f: 00002214 arr in rr:sec eoed•ttnc in driver,c ewt.eg.e ecaraaacr a.epoaae Gaide:n.a.-satim received pry tug'.capile.:eZiwt vecn,d•ce Ir4Vdrac aide ar Itt, dace ant. Carrier:CONNEI.T. OTL 14 the awl/cable r=ai-dot 1 ., P 975 s: [de 2,p..rtn nr et -:enarac_e,Inn. Driver/Agent CONNELL WA 99326455::' Signature: ._ _ -c:{el oft; 241 Invoice Page. 1 /� /-�, Invoice Number: 0624780-IN CO_ENER T Invoice Date: 2/19/2026 A.CO'�1EL OIL lV Ori ORATcOO COMPANY Order Number: 0624780 1025 N 6th Ave Order Date 2/19/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#1602314 212 JS NET 30 DAYS 2/19/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 4,900.000 4,900.00 3.4891 17,096.59 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 163.32 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 51.29 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.90 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 19.85 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 1.981 1.98 49.4606 97.98 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 17,433.93 Sales Tax: 1,461.54 Invoice Total: 18,895.47 1:12 pm 242 ;oriylral Versz nn:(t ar I; 3 Carte ='art$ Shioned -Ca..e:."CR.5 -19 rl4 :N Dangerous Goods Description See Reverse lox Emergency Response Guide and other information 2 ;;N1203,GASOL:NE,3,II 1.680 GALS For Prods Emergency-Spil,Leak,Pyre,Exposuzv,or Accident Day or Night Call: 212 JS -- G : Cr1 t O-424-33OO Urn QQ.2008.1 Shell -. Seattle D - L L OF L A D I N G: 0001602324 Shipping Origin: 2555 lath Ave. S.W. Folio: 02 - 015 SEAT_LE WA 98134 3PA JLSD REG1:42948131C Customer: 0000061011 Account:0000351708 Vehic:e:N/A t :railerl: 115 Trailcr2: N/A MARATHON PETROLEUM COMPANY T.P ASSOCIA'13D/UCT/OPTS/WA Fuel Type:N/A Exp Date: 10-31-202f ExpDate: N/A 19100 RIDGEWOOD PARXWAY 2320 N_LWAUKEE WAY EID: N/A EID: N/A SAN A.NTONIO, TX 78259 TACOMA, WA 98421 i -1 Consignee/Deliver to: C00C3517C8 Freight: 2320 NITLWAUXF,E WAY Lo ad Start Date 02/19/2026 1 00:49 '_ACOYA we 9a421 Supplier: MARATHON PE'iROLeUM GAS/DSL PROD - a< Load End Date 02/19/2026 01:03 OC490 p351 prod.;ct WANI;TY/JN71' 2 RUL 8'I RVP>7.8ETH3.5 CG 3600 GALS GROSS40„,..' 3620 GALS NET* 35G GALS ETHANOL @ 42.6 F 46.3 GRAV 324C GALS DFREG @ 52.9 F 63.4 GRAY TOTAL — "J. Ywrf'-�F- 3600 GALS GROSS 3620 GALS NET* °e60F §O0 *NET VOLUME TEMPERATURE CORRECTED AT 60E. Conventional gasoiiae: This product does rot meet the requirements for reformulated gasoline and ray not be used in any reformulated gasoline covered area. Additionally, this product may not be used in California. The 1.0 psi RV? waiver applies to this gasoline. Do not mix with gasoline containing anything other than between 9 and 10 volt ethanol. Detergent-additized gasoline; addit'_zed in sufficient concentration for initial transfer volume only. For Summer period: Summer CG 9.0 psi Summer CO 9.0 psi Gasoline E10: Contains between 9 and 10 von % ethanol. This volume of neat or blended ethanol is designated and intenced :cr use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requiremen=n of 40 CFR 80.1430. For Winter period: Winter CG E10: Contains between 9 and 10 ire]. % ethanol. This volume of neat or blended ethanol is designated and intended for use as trensoorta:icn fuel or jet fuel in the 48 U.S. contiguous states and liewali. Any person exporting this fuel is subject to thn requirements of 40 CPR 80.1430. :his fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (273-434 WA et. seq.). The carbon intensity for clear gasoline is 100.46 gCO2e/MJ and the fuel pathway code is WAGAS001. Buyer Dust comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract betweer. the Parties for this transaction or series of transactions stipulates that the CF? obligation to act as a deficit generator is passed to the Buyer tor the fuel as a deficit generatcr is passed to the Buyer for the CUP': transferred hereunder, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for :he fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract betweer. the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is remained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration 4429481310 For complete Health AND Physical Safety hazard information, please refer to the SOS. 3rd Party Ref. it: 000035/708 Shipper:MARATHON PE=ROLtUM GAS/DSL :Die :a :*certify the: the ,Total Collected: -L By: necva named nstnatala n - Dr_vP_L: SA.ti(.311'S2, JOS=v. - - —Fr+TRri al.emltlM, mr�-sibrd, :,frier rcpri:fee_n.' �r,7 Inwe ejyi.a✓ c oils i paeee i a He evi. eeee ead 1-a-%.4. Niwer cal:niera for *rpm. ins r tb1,tY u aloe.ev.s.rX� Card 4: 00006180 and nen In peop.e ceeaxunn ..4 drive:aatn4vied=�, a horsy ML Imam a l,i._Fmnsgzv-rs:cl.eo w far transpor aelee neceeding maws.,eido of chi:4e a Cartier:CONNELL OLL to the ap?]Ieebla zng 7wtleae P 975 at re.Zup.azsu=t u. CONNELL WA 99326 ':.neCacwtloa. g Driver/A ent Signature: ---..— _pace 1of4 243 Invoice Page: 1 CO-ENERGY Invoice Number: 0623421-IN Invoice Date: 2110/2026 A.CONNEL OIL§�;:0FVORATcU COI1IANY Order Number: 0623421 1025 N 6th Ave Order Date 2/10/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#1601088,315741 197 R8 NET 30 DAYS 2/10/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 2,800.000 2,800.00 3.4057 9,535.96 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 1,200.000 1,200.00 4.0074 4,808.88 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 135.61 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 43.03 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 4.00 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 16.20 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 1.617 1.62 49.4606 79.98 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature:_ EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 14,623.66 Sales Tax: 1,226.11 Invoice Total: 15,849.77 10:43 am 244 lOriginai Version:(1 of I) 2 Carao Ti.a ^ eed .a s_ ^:nte_:2926-02-70 HM EN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 ;9A1993,DIESEL FUEL,3,=II 52C0 CAL For Product Emergency-Spill,Leah,Fire,Exposure,or Accident Day or Night Call: 197 R8 CHEMTRECi-800-424-9300 ER1 CCN20081, Shell - Seattle Shipping Origin: 2555 13th Ave. S.W. 1125 13 I L Z OF LADIN G: 0001601086 pP gSEATTLE WA 90134 Folio: 02 - 008 EPA ULSD REG#:429481310 Customer:0001104495 Account:0001104495 Veh+cle:N/A Trailerl: 197 Traiier2: 198 CONNELL OIL, INC. CONNELL OIL, INC. I Fuel Type:N/A Exp Date: 12-31-202E Exp Date: 12-31-2024 1015 N OREGON AVE 1015 N OREGON AVE EID: N/A EID: N/A PASCO, WA 99302 PASCO, WA 99302 Freight: Consignee/Deliver to: 000041766/ CONNELL OIL, INC. WA-WA - 1015 N OREGON AVE Load Start Date 02/10/2026 08:16 PASCO WA 99302 111 Supplier:{ HOLLY SINCLAIR - 0000000360 ,.' Load End Date 02/10/2026 08:26 II''N 1 Product QUANTITY/UNIT 1 GE NR #20 (S-15 PPM) DYED f/ 5200 GALS GROSS 5219 GALS NET* 5200 GALS ULSD #2 @ 51.8 F 33.1 GRAV TOTAL 45 0 5200 GALS GROSS 5219 GALS NET* @60F `� *NET VOLUME TEMPERATURE CORRECTED AT 60F. ULSD. 15 ppm sulfur. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4062 of the Internal Revenue code. Product is not approved for off road diesel use in California under CARE) diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This product contains up to So volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (WAC173-424 et. seq.). The carbon intensity for clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier is WAULSD001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the regisLration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Pasties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CeP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration 0429481310 For complete Health AND Physical Safety hazard information, please refer tope SDS. 3rd Party Ref. #: 0001104495 Shipper:HOLLY SINCLAIR Taro is to certify that the _Dial Collected: By: rove named materile are pcoperlyclaaelf.ed, described. Ut:ler::ertl:lea that the container supplied for this ehippent in 4 Driver: BOLT, Randy r. ore:a49ed. marked and labeled, sreset container for tranportation of tie eroducts no above described Card 0: 00002429 and are in proper condition tied driver eckecrlodeme s,ergency R.apa:.e Guide information received on fun transportation aceordini reverie side of thin document. Carrier:CONNELL OIL to the applicable resulationa P 975 of the 7epart*ent of Transportation. 7r ive r/Ag c CONNELL WA 99326 . Si gnatur . Face 1 of 1 245 SeaPort Midstream Partners, LLC Order Number: BOL Number: 315741 Seattle, WAN: 0007308 Order Date: 02/10/26 Load Start: 02/10/26 09:04 1652 SW Lander ST Folio Number: 02/008 Load End: 02/10/26 09:17 Seattle, WA 98134 Order Type: Rack 197 R8 Loadspot Number: 03 1115 BTU OF LADING Stockholder/Customer Account/Consignee ! RECEIVED BY Stockholder i; 0000070770 V Account 4: 0090175608 J Carrier it: B288792 BP PRODUCTS NORTH AMERICA, INC- CONNELL OIL CONNELL OIL INC SCAC if: CNQO Customer f: 0090127007 1015 N OREGON AVE Tractor 4: CONNELL OIL PASCO, WA Trailer 4: 197 Trailer2 4: 196 Retail or Petreex 0: 90175608 Driver 4:30042004 BOLT, RANDY P.0.8: Consignee DRIVER Signature: Terminal EPA. 8: 6511 _ Destination EPA I ffr ',rr .`� This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMEN=S: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL ********** EMERGENCY CONTACT: CREMTREC (800) 424-9300 CCN1022416 . PRODUCT TOTALS IGal..ups: -•- PRODUCT DESCRIPTION GROSS :YET' TE* GRAY MESSAGE COM3ERIS) 1 500 OOC''02 07 REG no /� 260I f 2610 50,3 81.1 1502.18L5,3025,2231,E10R00 "1843 UL1191 SIEOSL COLD 230000 2317 44.7 40.7 1556,1790,1798,2201 4700 TOTAL 4901*Or4935 BED MSG: UN17.03, GASOLINE. 3 , PS IT. I Carp: TAnk„ SEE ERG GUIDE 129 112D MSG: NA1993. GIESB: FUEL, 3, PG 11:. 1 Cargo Tank., SEc Eaa GUIDE 12S MSG 4 MESSAGE 1502 Caseline meats a;t applicatie tier 3 Teter vehicle emission sulfur standards regulated order 40 CFR parte 95, PS and 1090 1586 Dyed Llese.l fuel, nnrraxable Lee only. penalty for taxable use. 179n This Mosel Fuel Additive contains a static dissipater additive and red dye having a .sulfur content greater than 15ppm. 1,99 Lteael meets or exceeds all applicable compliance standards as per the aoet current version of AS1'M D975. 1E35 National detergent addi:ired gasoline. 1870 Nu cosigned R1N5 tranorerred 2201 "Dyed lbppm nulls: IMaxlmuml ULSD. Dyed Ultra L•os Sulfur Eiesel fuel. For use in ail nor:oad diesel anginas. Not far use Jr highway vehicles or ergires except for tax-exempt use in accordance wiL- sectior. 4C92 of the Internal Revenue Code" 2231 "'Chia volume of neat or blended Ethanol 1s designated and Seconded for see an transportation f1:el or .let fuel in the S U.S. contiguous rcaLes and Hawaii. Any person exporting this fuel in subject to tee requirements of 40 CPR 80,1630" E1On00 "Winter CO" "E10:Cortalns between 9 and 10 col 1 ethanol." •------------------- PRODUCT DY COMPARTMENT -•------•-----^- CDMP RISER PRODUCT GROSS NET TEMP GRAVITY 151 32 :1L16C3 111.Ga1 nirosi:. EYED 1200 120S 45.E 40.7 96 35 311643 O1041 31F.sr1, OYDD 1100 1109 43.7 40.7 On 34 00;702 97 11E1 E1G 2-601 2618 50,3 61,1 S40JECT TO CORRECI ICN OF CLERICAL ERRORS CUSTOMER SIGNATURE: - ... ----- ------- CCMMERTS .. Pace 1 of 1 246 Invoice Page: 1 cit. Invoice Number: 0622516-IN co-ENERGY Invoice Date: 2/4/2026 A CONN_L' OIL t ORAA D COMPANY Order Number: 0622516 1025 N 6th Ave Order Date 2/4/2026 Po Box 70 Salesperson: DB Yakima,WA 98907 Customer Number: 0077088 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0008 CITY OF YAKIMA-PUBLIC WORKS PUBLIC WORKS 129 N 2ND ST 2301 FRUITVALE BLVD YAKIMA,WA 98901 YAKIMA,WA 98902 Confirm To: ANN NORTHRUP Customer P.O. Truck# Driver Terms Ship Date BOL#315065 178 AL NET 30 DAYS 2/4/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 3,800.000 3,800.00 3.3678 12,797.64 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 1,600.000 1,600.00 3.9689 6,350.24 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 183.04 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 57.44 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 5.40 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 21.87 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 2.184 2.18 49.4606 108.02 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 19,523.65 Sales Tax: 1,636.75 Invoice Total: 21,160.40 11:32 am 247 Seaport Midstream Partners, LLC Order Number: BOL Number: 315065 Seattle, WAN: 000730S Order Date: 02/04/26 Load Start: 02/04/26 04:20 1652 SW Lander ST Folio Number: 02/004 Load End: 02/04/26 04:30 Seattle, WA 98134 Order Type: Rack Loadspot. Number: 03 BILL OF LADING Stockholder/Customer Account/Consignee RECEIVED BY StockhalUer. 4; 0000070770 Account 4: 009017560)/ Carrior 4: B286792 BP PRODUCTS NORTH AMERICA, IN CONNELL OIL CONNELL OIL INC 1115 SCAC 4: CNQO Customer N: 0090127007 1015 N OREGON AVE Tractors: CONNELL OIL PASCO, WA Trailer 4: 179 +'e' Trailer2 h: Retail cr Petroex tl: 90175608 . Driver 4:30051406 LOYA-GUTIERREZ, P.O.*: Consignee 4: ALEJANDRO Terminal EPA P: 6511 DRIVER S:gnar,re: -- Destination EPA N•: I e-•.f - �r..x This is to certify that the herein tamed materials are properly classifiod, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STAIE TAX ON MOTOR FUEL 178 AL EMERGENCY CONTACT: CAEMTREC (800) 424-9300 CCN1022416 -- " `?PO1A1C s� TA:,4 (GalloaS) nRccUrl r.-„ - f/ GROSS ' I.ET TEMP GRAY MESSAGE NCMBER:S) 11642 /161 DIESEL 0YRL f 16fi0 446 52.2. 46.7 1556,1790,1798,2201 „L;340. UL5112 DIESEL cur 3900 317 50.5 36.4 1556,179C,1798,IJ01 ^ 0 5F.F CAR GUT05 128 MLC Nf++:. .x:691, OI86EL FUF.1., PP 7I1. _ Cargo Tank,, Moo 4 MESSAGE 1556 Dyed Olesel fuel. nontaxable use un1y, penalty for .axablo use. 1790 Thin Dieset Full Additive contains a a.atle dtsaipoter additive and rod dye having a si.l1nr content groa.mr than lsppm_ 1798 Diesel ,reati or exceeds all applicable compliance. standards as per one most current version Pt REIM 0915. 2201 "Lyed 15ppm sulfur (Maximum) SLID. Dyed U R.ra Low Sulfur Diesel fuel, For use in all nrnr0aa diesel engines. Net for use In highway veh.ir, ec or engines except for tax-exercp: use in accordance with section 4061 of the Internal Revenue Code" __------ - FROu°.iCT BY COMPARTMENT -- - ---.."_. COMP RISER RO➢JCT GROSS NET 'COMP GRAVITY 01 33 UL4313 DUO?. DIESEL DYED 3800 361.7 50.S 36.4 02 32 01.1643 ULSI1 DIESEL DYED 0D0 903 52.' 40.7 03 32 U1.1643 UL341 DTE5EL DYED 800 R03 51.8 40.+ SO6J1CT IC CORRSCTION OF CLER1ZAL ERRORS" CUSTOMER SIGNAIUSE:_ _.-- —.-.--.-- A I CMMENTS - W --.- Page 1 of 1 248 129 North 2nd Street • Yakima, Washington • 98901 PUBLIC DISCLOUSER REQUESTS YAKIMA COUNTY P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 249 Invoice Page: 1 Aim COInvoice Number: 0624170-IN �� �� Invoice Date: 2/15/2026 mai A CONNELL OIL N OPPORATED COMPANY 1025 N 6th Ave Order Number: 0624170 Po Box 70 Order Date 2/15/2026 Yakima,WA 98907 Salesperson: BK (509)453-3920—Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0002 YAKIMA COUNTY SHOPS CHEYNE LANDFILL SITE 1216 S 18TH STREET 4970 CHEYNE RD YAKIMA, WA 98901 ZILLAH, WA 98953 Confirm To: Customer P.O. Truck# Driver Terms Ship Date 118 HM NET 30 DAYS 2/15/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,200.000 1,200.00 3.4216 4,105.92 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 400.000 400.00 4.0372 1,614.88 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 54.09 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 17.16 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.60 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 6.48 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.485 0.49 49.4606 23.99 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,824.12 Sales Tax: 471.07 Invoice Total: 6,295.19 10:09 am 250 . - C. Cl i N - Itile c..1 \il �wg 3 a Q N OO N' .ram H 1Nfi.1M� \� L„ cc, i It ,„ ; ��__ \• W - ., �Vi Put Lu CN1Cco 'p J q7 Una o I, M g J L. ITJ7 W fD— N Cou U 8 N N.1 ` �\y� W W „M 4.4 t Z Y J W y��yy$ I I FFQ C v, O H� J WCC S > > 0 7 C1 d 251 Invoice Page: 1 it CO-ENERGY Invoice Number: 0623067-IN Invoice Date: 2/8/2026 A CONNNELL OIL tcCORPORATED COMPANY 1025 N 6th Ave Order Number: 0623067 Po Box 70 Order Date 2/8/2026 Yakima,WA 98907 Salesperson: BK (509)453-3920— Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0002 YAKIMA COUNTY SHOPS CHEYNE LANDFILL SITE 1216 S 18TH STREET 4970 CHEYNE RD YAKIMA,WA 98901 ZILLAH,WA 98953 Confirm To: Customer P.O. Truck# Driver Terms Ship Date WHICH TANK? 118 HM NET 30 DAYS 2/8/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,475.000 1,475.00 3.4452 5,081.67 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 400.000 400.00 4.0641 1,625.64 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 63.26 WA Hazardous Fee(.035238 cpg) /IFFY 0.00 0.0000 20.12 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.88 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 7.59 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.596 0.60 49.4606 29.48 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: Drums/Totes Returned: Payment:. Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 6,829.64 Sales Tax: 552.42 Invoice Total: 7,382.06 10:12 am 252 r -5' ' 81 0 20 in r",le F.1 V D = (- aWN. PIw8 R- Ng�N I -y Wf Q Z In • cc C- c+ 000�'i • J J I v t_ •S# ¢OEaw ` ia9 .-Jj ak ' in (3.- a 0 = t. ui W e m��Ntr. g W W CO \\' 0 t A (O W 4 47 ce9 i= CI mo�a cc C- S > > O V �� v, ca z cc a CI x • • • • 253 Invoice Page: 1 it) _..r. a" Invoice Number: 0622096-IN CO-ENEMY Invoice Date: 2/1/2026 A CONNELL OILYJCORPORAJED COMPANY 1025 N 6th Ave Order Number: 0622096 Po Box 70 Order Date 2/1/2026 Yakima,WA 98907 Salesperson: BK (509)453-3920—Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0002 YAKIMA COUNTY SHOPS CHEYNE LANDFILL SITE 1216 S 18TH STREET 4970 CHEYNE RD YAKIMA,WA 98901 ZILLAH, WA 98953 Confirm To: Customer P.O. Truck# Driver Terms Ship Date 118 HM NET 30 DAYS 2/1/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,665.000 1,665.00 3.5362 5,887.77 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 400.000 400.00 4.1746 1,669.84 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 69.59 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 22.67 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.07 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 8.36 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.673 0.67 49.4606 33.29 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: _ Drums/Totes Returned: Payment:_ Delivered By: _ Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 7,693.59 Sales Tax: 622.45 Invoice Total: 8,316.04 10:20 am 254 elle_ pi, rs'i ' a • tea. m `\` 7 3 cr v.,CI v g Mt2 �1e� N wz aH i t% � r o o d N ., ti' Z 0qy�{� v o e+°Q �y '"� (''t V , w g �dZEgVr \ / cc hH C V b• 'p ai # # * I `\ co a _ 1, g a a O Cam. �/� ;" W ti pl fD M W ..I CO) W i• y r'n �- nvacocq� '> Z W i vi cd ti N. O J p ^.� _ „ z G l c7 '♦ ca o O S �- 4 Z0 LA 1 Y V d ïwi . ;�. o W5) G,o\ O L17 J •eJ _ Q d1 S O O O V �.J �j c, x %A ..:..E._•_..al •.,..-.... ._ ..-z,......_,_ .—.._......_. --."ems.- - — —__—_ , 255 Invoice Page: 1 ct . Invoice Number: 0624159-IN COE1 ERGY Invoice Date: 2/13/2026 A CONNELL Oe OFVOR J D COHian'. 1025 N 6th Ave Order Number: 0624159 PO Box 70 Order Date 2/13/2026 Salesperson: BK Yakima,WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0003 YAKIMA COUNTY SHOPS TERRACE HEIGHTS LANDFILL 1216 S 18TH STREET 7151 ROZA HILL DR. YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date LOWER TANK 64 JO NET 30 DAYS 2/13/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,032.700 1,032.70 3.4221 3,534.00 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 406.700 406.70 4.0346 1,640.87 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 48.75 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 15.52 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.44 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 5.83 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.417 0.42 49.4606 20.63 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,267.04 Sales Tax: 426.03 Invoice Total: 5,693.07 10:15 am 256 ry 17) 0 8 C I (le � O CSI 1 � U C� 11 umiri G W r.i in 0 ill t V _ " .� c __v II Oa F� fi Q Net C. ,,�f _ y iEW WQR. N �Ny `'� it 0 y Z e 2 ei �- H # # *i `fir W I-gi> fQg (J cc a Cyr , W N C --- _ CC y W = ,..:.. l.: ac J • j} r coN lJ.l 1 W yW kr nn�"� LI C-`, 1�LI O z P J A F.n&ur 'f' '� = If W Li7 Q r— 4 p MNet uo 4+ 0 S/ ..,... V co VJ e^ornma>r- -^ CO CC CC C 1 0 V `..J /n.. �2 c9co tO d to zm al a CC o c Q `� `� Vie^` J d' x 257 Invoice Page: 1 r:A Invoice Number: 0623059-IN r'i I' ' CO-ENERGY Invoice Date: 2/6/2026 x Gt7tr'h1ELL 4d INCOAPOPAfetl COMPANY 1025 N 6th Ave Order Number: 0623059 Po Box 70 Order Date 2/6/2026 Yakima,WA 98907 Salesperson BK (509)453-3920—Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0003 YAKIMA COUNTY SHOPS TERRACE HEIGHTS LANDFILL 1216 S 18TH STREET 7151 ROZA HILL DR. YAKIMA,WA 98901 YAKIMA, WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date LOWER TANK 18 EM NET 30 DAYS 2/6/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,200.000 1,200.00 3.4360 4,123.20 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 400.000 400.00 4.0571 1,622.84 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 54.09 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 17.24 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.60 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 6.48 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.485 0.49 49.4606 23.99 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: Drums/Totes Returned: Payment: Delivered By:_ Received By:(Print)_ _ Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,849.44 Sales Tax: 473.14 Invoice Total: 6,322.58 10:19 am 258 Q 0.0 a „, 2 �� Mpg `J` a z r- I Wo J G a O ix 5 04 1 �� > ..,,- ry • C < N„nN _ / W.. O qtrtt V illi J.. C ¢u,u+Q m ` alit. U a f — ...+. x <W L..1 v+eon'R C' W E \El Ed'`�� v 1 4 Wo CDioct.1.Gi �° W y „/� ej n z ^ '� , , Z W W CY^", l Lc g v < $ of y C7 LLI f f.,, w...3 ,, r-' t f'-. 0 w 1ir vi L9 u7 5 W fVI a 259 Invoice Page: 1 r ' 4 )CO-ENERGY /30/20 Invoice Date: 6220 -IN 26 A.CC N LL OIL f4CU11PC RAj COMPANY Invoice Number: 0 1025 N 6th Ave Order Number: 0622041 Po Box 70 Order Date 1/30/2026 Yakima,WA 98907 Salesperson: BK (509)453-3920-Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0003 YAKIMA COUNTY SHOPS TERRACE HEIGHTS LANDFILL 1216 S 18TH STREET 7151 ROZA HILL DR. YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date LOWER TANK 222 EM NET 30 DAYS 1/30/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,472.800 1,472.80 3.4611 5,097.51 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 400.000 400.00 4.1177 1,647.08 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 63.18 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 20.23 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.87 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 7.58 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.596 0.60 49.4606 29.48 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 6,866.93 Sales Tax: 555.48 Invoice Total: 7,422.41 10:21 am 260 ra.. ' 0 Lf-.! c•1 • :-'`:I— ••-• ..A el" —f—A I.• ••• a 1•••4 I v-i trA ........_ CO I.••102 o •-• lk.•M SD • al bic 11.o z 6 0:1 \. CD It.4 1.4 2: CI LU t"..:') III PC1 a . ..... lh 41 8 e-1 0 < Nst•PC. . a. 11.• ...'.. — 4>Le)t•cn ffi.. l'Y f•-•EU-.I r- 7,...., -:, Rm..... LU I •13-cc,--1 C171 .,. C.1 i••• ....1 Lt.! C......) CS ....., =8 I 0 M 0382gi - LLI .. ,L4)1...4 ...." —;NI (.1 ce Ca Cr talc's. / 0 U (Utl U* --- 0) e• (.. I //4 W W3693E2 , ....., emu .- nco z Pa McoE — CI I . Liu m Ct. I- ce .), g J r'' .. 4-. •1..41 ki i -1 Lu Ni 0 . 1,-5---m m. ,,,,LLI cn 0 rr -iVO --. —i `.. = ra 114 01 C11 '41-"*" S g E leg g2 4 Lir .... • 1 = —1 — ct — = 0 . cl cv nr in 0 0 CC 4C 2 ..mr C., 0 0 w m _60 Cd, Z I 1111 '1 C.\ 1 .; C), t(9 C/)-9 ,3 LLI = —LU w 11.1 cc 09 z 5 ec 2 al = ci 0- < o cli., .0 z [.4 0_ I i= o 0 '-g- k---- . .... co = C.7 M -- 261 Invoice Page: 1 ct Invoice Number: 0622942-IN CO-ENERGY Invoice Date: 2/6/2026 A.COnJ+JEL O[1 6•40W.NW'Gt]C MFW,:" 1025 N 6th Ave Order Number: 0622942 Po Box 70 Order Date 2/6/2026 Yakima,WA 98907 Salesperson: BK (509)453-3920—Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0004 YAKIMA COUNTY SHOPS SUNNYSIDE SHOP 1216 S 18TH STREET 321 S 1ST AVE YAKIMA,WA 98901 SUNNYSIDE,WA 98944 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#1600563,315327 178 AL NET 30 DAYS 2/6/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,500.000 1,500.00 3.4215 5,132.25 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 700.000 700.00 4.0411 2,828.77 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 77.53 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 23.88 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.20 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 8.91 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.607 0.61 49.4606 30.02 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 8,103.56 Sales Tax: 671.25 Invoice Total: 8,774.81 10:13 am 262 Oricinal Version:S1 of 1) d t:aryo lance ajji.:-eu uo,_e:cueo-v4-uo HM FN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 'NA1993,DIESEL FUEL,3,III 1500 GALS For Product Emergency-Spill,Leak,Fire,Eapoeure,or Accident Day or Night Call: CH MTRE.C:1 SOO-424-93OO�;R!CCN2Q2 I _ _ Shell - Seattle BILL OF LADIN G: 0001600563 /r Shipping Origin: 2555 13th Ave. S.W. Folio: 02 - 006 SEATTLE WA 98134 EPA ULSD REG4:429481310 Customer:0001104495 Account:0001104495 Vehicle:N/A Trailerl: 179 Trailer2: N/A CONNELL OIL, INC. CONNELL OIL, INC. Fuel Type:N/A Exp Date: 04-30-202E ExpDate: N/A 1015 N OREGON AVE 1015 N OREGON AVE EID: N/A EID: N/A PASCO, WA 99302 PASCO, WA 99302 Consignee/Deliver to: 00004 7661 Freight: CONNELL OIL, INC. WA-WA 1015 N OREGON AVE Load Start Date 02/06/2026 04:02 FASCO WA 99302 Supplier: HOLLY SINCLAIR . 0000M36 Load End Date 02/06/2026 04:08 PIN _ -'Product - s' QUANTITY/UNIT _ 1 ^,N NR #20 (S-15 PPM) DYED drr 1500 GALS GROSS 1504 GALS NET* 1500 GALS ULSD #2 @ 54.7 F 33.1 RAV 178 AL _s _�_ —..._a,rsomcz:s:=_e ar_a�s><_>it_ssa�vr:=>«a><a�z::—eaz=s.ssm>e_.._a_aaa TOTAL - 1500 GALS GROSS 1504 GALS NET* @60F *NET VOLUME TEMPERATURE CORRECTED AT 60E. 4550 :ULSD. 15 ppm sulfur. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax- 'exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under CARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This product contains up to 5% volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (WAC173-424 et. seq.) . The carbon intensity for clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier is WAULSD001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the registration, record keeping and 'reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CEP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For complete Health AND Physical Safety hazard information, please refer to the SOS. 3rd Party Ref. #: 0001104495 e Shipper:HOLLY SINCLAIR < < This is to certify that the Total Collected: By: above named aeteriala non properlyclaesified, described, Carrier Certifies that the container supplied for thin.hipmoot is a Driver: LOYA. ALEJANDRO packaged, marked and labeled, proper container for tranportatien et the Products as*hove doearihed Card #: 00007049 and ors in proper condition end driver acknowledges inorgeney Responeo Guido tnformstier received en :or transportation according reverse aide of this doonmant. Carrier:CONNELL OIL to the applicable regulations P 975 of the Depart-Kent of leenapertatien. Driver/A3�:,. 263 CONNELL WA 99326 1111".�-1 Signature: ., z--Pagte 1 o(1.1 Invoice Page: 1 Ct O-ENE i ly` Invoice Number: 0613724-IN Invoice Date: 12/3/2025 A CONNELL OIL NCOP ORATED COMPANY 1025 N 6th Ave Order Number: 0613724 Po Box 70 Order Date 12/3/2025 Yakima,WA 98907 Salesperson: BK (509)453-3920—Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0004 YAKIMA COUNTY SHOPS SUNNYSIDE SHOP 1216 S 18TH STREET 321 S 1ST AVE YAKIMA,WA 98901 SUNNYSIDE, WA 98944 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#1591546 197 R8 NET 30 DAYS 12/3/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,100.000 1,100.00 2.4881 2,736.91 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 36.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 8.21 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.10 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 4.00 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 609.40 Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,396.28 Sales Tax: _ 0.00 Invoice Total: 3,396.28 10:49 am 264 Original version:(1 of 11 - 2 Car o Tanks Shi:,-)ed Cate:2v4j-12-03 HM FN Dangerous Goods Description 'See Reverse for Emergency Response Guide and other Information x 2 UN12 03,GASOLINE,3,I I 4000 GALS For Product Emergency-Spill,Leak,Fire,Exposure,orAccident Day or Night Call: CHEMTREC:1$00-424-9300 ERt CCN2oos: Shell - Seattle BILL OF LADIN G: 0001591546 Shipping Origin: 2555 13th Ave. S.W. Folio: 12 - 003 SEATTLE WA 98134 EPA ULSD REG4:429481310 Customer: 0001104495 Account:0001104495 Vehicle:N/A Trailerl: 197 Trailer2: 198 CONNELL OIL, INC. CONNELL OIL, INC. Fuel Type:N/A Exp Date: 01-31-202f Exp Date: 01-31-2024 1015 N OREGON AVE 1015 N OREGON AVE RID: N/A ETD: N/A PASCO, WA 99302 L PASCO, WA 99302 i Consignee/Deliver to: 000041 1 Freight: CONNELL OIL, INC. WA-WA 1015 N OREGON AVE 112t.. Load Start Date 12/03/2025 08:43 PASCO WA 99302 I Supplier: HOLLY SINCLAIR - 0000000360 / Load End Date 12/03/2025 08:55 Eli 1 _ Product QUANTITY/UNIT 2 RUL 87 RVP>7.8ETH3.5 CG 4000 GALS GROSS 4019 GALS NET* 400 GALS ETHANOL @ 47.2 F 46.6 GRAY 3600 GALS BFREG @ 53.6 F 65.4 GRAV ===__ =======Aera.=�,___�_ TOTAL 1500 4000 GALS GROSS 4019 GALS NET' 060E 'NET VOLUME TEMPERATURE CORRECTED AT 60F. Conventional gasoline: This product does not meet the requirements for reformulated gasoline and may not be used in any reformulated gasoline covered area. Additionally, this product may not be used in California. The 1.0 psi RVP waiver applies to this gasoline. Do not mix with gasoline containing anything other than between 9 and 10 volt ethanol. Detergent-additized gasoline; additized in sufficient concentration for initial transfer volume only. For Summer period: Summer CG 9.0 psi Summer CG 9.0 psi Gasoline E10: Contains between 9 and 10 vol it ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any ,person exporting this fuel is subject to the requirements of 40 CFR 80.1430. For Winter period: Winter CG E10: Contains between 9 and 10 vol % ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. 'This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (173-434 WA et. seq.). The carbon intensity for clear gasoline is 100.46 gCO2e/MJ and the fuel pathway code is WAGAS001. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer for the fuel as a deficit generator is passed to the Buyer for the fuel transferred hereunder, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration 4429481310 For complete Health AND Physical Safety hazard information, please refer to the SDS. 3rd Party Ref. #: 0001104495 Shipper: HOLLY SINCLAIR -1 This is to ceetlfy that re Total Collected: By: stove nand materials aw Driver: HOLT, Randy jproperlyclassitfed, described. Carrier nertLfies that the rentainer supplied for this shipment is a parksged, marked and labeled. proper container for tranponation of the Products se above described Card 4: 00002429 and are in proper condition and driver arkaorledgea roargeney Response Guide Information received on foCarrier:CONNELL OIL forttraneportattnn according rename side of this docrosent. applicable regulations P 975 of the Department of - — — - -- -265 Transportation. Driver/Agent CONNELL WA 99326 Signature: =age 10(1 Invoice Page: 1 CO-ENERGY Invoice Number: 0615868-IN Invoice Date: 12/17/2025 (it A COM4ELL OL AiCOAPORATED COMPANY 1025 N 6th Ave Order Number: 0615868 Po Box 70 Order Date 12/17/2025 Salesperson: BK Yakima,WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0004 YAKIMA COUNTY SHOPS SUNNYSIDE SHOP 1216 S 18TH STREET 321 S 1ST AVE YAKIMA, WA 98901 SUNNYSIDE, WA 98944 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#1593384 212 A9 NET 30 DAYS 12/17/2025 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,000.000 1,000.00 2.3003 2,300.30 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Uq. //HAZ 0.00 0.0000 33.33 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 6.90 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.00 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 3.64 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 554.00 Date Delivered: Drums/Totes Returned: _ Payment: _ Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 2,899.17 Sales Tax: 0.00 Invoice Total: 2,899.17 10:48 am 266 HM FN- Dangerous Goods Description See Reverse for Emergency Response Guide and other information X 2 'UN1203,GASOLINE,3,I I 2000 GALS For Product Emergency-Spill,Leak,Fire,Exposure,or Accident Day or Night Call: CHEMTREC:I-800-424-9300 ER(CCN20081j Shell - Seattle 2555 13th Ave. S.W. B I L L OF LADIN G: 0001593384 Shipping Origin: SEATTLE WA 98139 Folio: 12 - 013 EPA ULSD REGI:429481310 Customer: 0001104495 Account:0001104495 Vehicie:N/A Trailerl; 218 Trailer2: N/A CONNELL OIL, INC. CONNELL OIL, INC. Fuel Type:N/A Exp Date: 01-31-202 ExpDate: N/A 1015 N OREGON AVE 1015 N OREGON AVE EID: N/A I HID: N/A PASCO, WA 99302 PASCO, WA 99302 Consignee/Deliver to: 0000417661 Freight: 212 A9 CONNELL OIL, INC. WA-WA 1 125 --- _— -- 1015 N OREGON AVE Load Start Date 12/17/2025 09:06 PASCO WA 93102 - - - Supplier: HOLLY SINCLAIR - 0000000360 / Load End Date 12/17/2025 09:12 ]FN Product"� �, 1Ty/tiy -� 2 RUL 87 RVP>7.8ETH3.5 CG / 2000 GALS GROSS 2016 GALS NET* 200 GALS ETHANOL 1800 GALS BFREG ,' @ 49.4 F 65.4 GRAY - 1 tam,= __ =as==== TOTAL 2000 GALS GROSS 2016 GALS NET* @60F *NET VOLUME TEMPERATURE CORRECTED AT 60F. 'Conventional gasoline: This product does not meet the requirements for reformulated gasoline and may not be used in any 'reformulated gasoline covered area. Additionally, this product may not be used in California. The 1.0 psi RVP waiver applies to this gasoline. Do not mix with gasoline containing anything other than between 9 and 10 volt ethanol. 'Detergent-additized gasoline; additized in sufficient concentration for initial transfer volume only. For Summer period: Summer CG 9.0 psi Summer CG 9.0 psi Gasoline E10: Contains between 9 and 10 vol % ethanol. This volume of neat or blended ethanol 'is designated and intended for use as transportation fuel or jet fuel in the 46 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. For Winter period: Winter CG E10: Contains between 9 and 10 vol % ethanol. This volume of neat or blended ethanol is designated and intended for use as transportation fuel or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. 'This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (173-434 WA et. seq.) . The carbon intensity for clear gasoline is 100.46 gCO2e/MJ and the fuel pathway code is WAGAS001. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer for the fuel as a deficit generator is passed to the Buyer for the fuel transferred hereunder, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For complete Health AND Physical Safety hazard information, please refer to the SDS, I3rd Party Ref. #: 0001104495 Shipper:HOLLY SINCLAIR Tnia is to certify snot tha Total Collected: By: above named materials are Driver: REYNA, ALEX praperlyeisssitied, described, Carrier Certifies that the container supplied for thin ehipmenr is a packaged, marked and labeled, proper consumes fur tranpvst.atton of the Products as above described Card 4: 00006827 and arm in proper condition and driver acknowledges Emergency Response Guide intormattnn received on ton tranapostation according reverse aide of thin document. Carrier:CONNELL OIL TO see applicable regulations P 975 of tee Department of s� Transportation. Driver/Agent 267 CONNELL WA 99326 g v _ ^ Signature: - ---'age t ul I/ Invoice Page: 1 ("It CO-ENERGY Invoice Number: 0618396-IN Invoice Date: 1/8/2026 A CONNE—El.OIL gsoCCIWOltATED CO 180.v 1025 N 6th Ave Order Number: 0618396 Po Box 70 Order Date 1/8/2026 Salesperson: BK Yakima,WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0004 YAKIMA COUNTY SHOPS SUNNYSIDE SHOP 1216 S 18TH STREET 321 S 1ST AVE YAKIMA, WA 98901 SUNNYSIDE,WA 98944 Confirm To: Customer P.O. Truck# Driver Terms Ship Date 125 RL NET 30 DAYS 1/8/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,900.000 1,900.00 2.7881 5,297.39 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 63.33 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 15.89 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.90 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 7.70 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.768 0.77 49.4606 37.99 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,424.20 Sales Tax: 448.17 Invoice Total: 5,872.37 10:44 am 268 EMERGENCY RESPONSE: NRC Environmental Svcs 1-800-337-745544 hour 509-378-1346-Local UN1203 HIJ NA1993 Hi' ni UN1863 IritiLd UN1268 Hite I Gasoline Diesel Fuel Fuel Aviation Turbine Engine Petroleum Distillate NOS • 3, PG II 3, PG III 3, PG III 3, PG III QUANTITY QUANTITY -1:Scig I QUANTITY wet A) QUANTITY PRODUCT ORIGIN: CO-ENERGY, 1025 N. 6TH AVE. Yakima, WA 98902/ (509) 453-3920 PRODUCT DESTINATION: ,, PRINT DRIVER NAME: (IO ) TRUCK#: t4 DATE: 1 / /2_ S2 Load#: 0 2 3 4 5 Clock in: Clock out: Odom do m Start Odom Finish: DEF: COMPARTMENT#: 'I 2 3 4 5 Product* Load Point Load Point Load Point Load Point Load Pant BULK Gallons on Truck 3300 L.WO 900 9, 10,9 BULK Gallons Loaded Total Bulk Gallons NQMEfL�O+CATIQN GALLONS GALLONS G• ONS GALLONS GALLONS DELIVERED DELIVERED DELIVERED DELIVERED DELIVERED i %LEK,(4. COUI►rA7 - a•l( sorir.fstoe 00%0,41 .000 ► III Left on truck: C) 0 0 I_ Over/Short: This is to certify that the above-named materials are properly classified,described,packaged,marke and labeled,and are in proper condition for transportation accoring to the applicable regulations of the Department of Transportation. E LACARDS ARE REQUIRED. DRIVER SIGN: Ctv1r.Nwv kva 269 Invoice Page: 1 Invoice Number: 0623422-IN .;PCO-ENERGY Invoice Date: 2/10/2026 A COL OIL RtCC ORAWED COP PAN't 1025 N 6th Ave Order Number: 0623422 PO Box 70 Order Date 2/10/2026 Yakima,WA 98907 Salesperson: BK (509)453-3920—Fax(509)457-6838 Customer Number: 0078962 Sold To: Ship To:0001 YAKIMA COUNTY SHOPS YAKIMA COUNTY SHOP 1216 S 18TH STREET 1216 S 18TH ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#1601088,315741 197 R8 NET 30 DAYS 2/10/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 2,400.000 2,400.00 3.4057 8,173.68 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. 4700 007 GAL 1,100.000 1,100.00 4.0074 4,408.14 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 118.76 WA Hazardous Fee(.035238 cpg) /IFFY 0.00 0.0000 37.75 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.50 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 14.18 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 1.415 1.42 49.4606 69.99 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: _ Drums/Totes Returned: Payment: Delivered By: Received By:(Print) _ Signature:_ EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 12,826.00 Sales Tax: 1,075.41 Invoice Total: 13,901.41 10:11 am 270 Invoice Page: 1 CO-ENEMY Invoice Number: 0623423-IN Invoice Date: 2/10/2026 (11 It CONNEL OB.NCO AI€DCOMANY 1025 N 6th Ave Order Number: 0623423 Po Box 70 Order Date 2/10/2026 Salesperson: BK Yakima,WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0001 YAKIMA COUNTY SHOPS YAKIMA COUNTY SHOP 1216 S 18TH STREET 1216 S 18TH ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#315741 197 R8 NET 30 DAYS 2/10/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 2,601.000 2,601.00 2.9493 7,671.13 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Um //HAZ 0.00 0.0000 86.69 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 23.01 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.60 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 9.47 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,440.95 Date Delivered: _ Drums/Totes Returned: _ Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 9,233.85 Sales Tax: 0.00 Invoice Total: 9,233.85 10:12 am 271 Original Version:(1 of 1) - 2 CtL Q Ianic,, Shieeed Date;2026-02-10 HM PH Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 NA1993,DIESEL FUEL,3,III 5200 GALS ForProductEmergency-$pill,Leak,Fire,Exposure,or Accident Day or Night Call: 197 R8 - _( HEMTREC:1-800-424-9300 tam ccN20o81 Shell - Seattle 2555 13th Ave. S.W. BILL OF LADIN G: 0001601088 Shipping Origin: SEATTLE WA 98139 1125 Folio: 02 - 008 EPA ULSD REG#:429481310 Customer:0001104495 Account:0001104495 , Vehicle:N/A ' Trailerl: 197 Trailer2: 198 CONNELL OIL, INC. CONNELL OIL, INC. ' Fuel Type:N/A Exp Date: 12-31-202 Exp Date: 12-31-2024 1015 N OREGON AVE 1015 N OREGON AVE EID: N/A LID: N/A PASCO, WA 99302 PASCO, WA 99302 Consignee/Deliver to: 0000417661e Freight: CONNELL OIL, INC. WA-WA / 1015 N OREGON AVE Load Start Date 02/10/2026 08:16 PASCO WA 99302 Supplier: HOLLY SINCLAIR - 0000000360 ,� Load End Date 02/10/2026 08:26 1FN I Product _ QUANTITY/UNIT 1 GN NR #2D (S-15 PPM) DYED 5200 GALS GROSS 5219 GALS NET* 5200 GALS ULSD #2 @ 51.8 F 33.1 GRAY TOTAL ..-::aa� 5200GALSaGROSS 5219-GALS NET* #60F -¢�a'� *NET VOLUME TEMPERATURE CORRECTED AT 60F. ULSD. 15 ppm sulfur. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under GARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This product contains up to 5% volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA CFP) (WAC173-424 et. seq.) . The carbon intensity for clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier is WAULSDO01. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the registration, record keeping and reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) is responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For complete Health AND Physical Safety hazard information, please refer to the SDS. 3rd Party Ref. #: 0001104495 Shipper:HOLLY SINCLAIR This la to certify that she Total Collected: By: above named materials are _ Driver: HOLT, Randy jproperlyclaoaified, described, Caztler Certifies that the container supplied for this shipment is a y packaged, marked and labeled, proper container for tranportation of tte Products as stow described Card #: 00002429 end are in proper condition and driver acknowledges Znergency Response Guide Information received on in:transportation according revere° side of this document. Carrier:CONNELL OIL to the applicable regulations P 975 of the Department of — 272 Transportation. Driver/A e CONNELL WA 99326 4 + i Signatur . ace 1 of 11 Seaport Midstream Partners, LLC Order Number: BOL Number: 315741 4e."--. Seattle, WAN: 0007308 Order Date: 02/10/26 Load Start: 02/10/26 09:04 1652 SW Lander ST Folio Number: 02/008 Load End: 02/10/26 09:17 Seattle, WA 98134 Order Type: Rack 197 R8 Loadspot Number: 03 BTLL OF LADING Stockholder/Customer Account/Consignee / RECEIVED BY Stockholder #: 0000070770 Account #: 0090175608 Carrier f: B288792 BP PRODUCTS NORTH AMERICA, INC. CONNELL OIL CONNELL OIL INC SCAC #: CNQO Customer #: 0090127007 1015 N OREGON AVE Tractor #: CONNELL OIL PASCO, WA Trailer #: 197 / Trailer2 #: 198 Retail or Petroex F: 90175608 Driver #:30042004 HOLT, RANDY Consignee #: DRIVER Signature: Terminal .SPA 8: 6511 • Destination EPA #: ;" Syr;°: . '7 This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL EMERGENCY CONTACT: CHEMTREC (800) 424-9300 CCN1022416 PRODUCT TOTALS IGallonsl PRODUCT DESCRIPTION GROSS NET TEMP GRAY MESSAGE 3SIMBER(S) 1500 00C'102 $7 RED E10 �/ 2601 er 2618 50.3 61.1 1502.1815,1826.2231,E1OR00 u11643 01511 DIESEL DYED I TOTAL 2349001 . 231/2315 44.7 40.7 1556,1790,1790,2E01 4700 HAD MSG: UN1203, GASOLINE, 3 , PG II. 1 Cargo Tank,. SEE ERG GUIDE 128 HOD MSG: NA1993. DIESE. FUEL, 3, PG III. 1 Cargo Tank„ SEE ER3 GUIDE 128 MSG 4 MESSAGE 1502 Gasoline meets all applicable cler 3 motor vehicle emission sulfur standards regulated under 40 CFR parts 85, 86 and 1090 1556 Dyed Wesel fuel, nontaxable use only. penalty for taxable use. 1790 This Diesel Fuel Additive contains a static dissipater additive and red dye having a stiller content greater than ISrpm. 1798 Gicacl moots or exceeds ail applicable compliance standards as per the most current version o` ASTM D975. $615 Notional detergent additised gasoline. 1625 No assigned RIMS transferred 2201 "Dyed 15ppm sulfur (Maximum/ ULSD. Dyed Ultra Low Sulfur Diesel fuel. For use in all norroad diesel engines. Not for use in highway vehicles cr engires except for tax-exempt use in accordance with section. 40B2 or the Internal Revenue Code" 2231 "This volume of neat or blended Ethanol is designated and intended for use as transportation fuel cr let fuel in the 48 U.S. contiguous ecatse and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFP. 80.1430' P:ORnO "Mincer CG' "E.10:Contains between 9 and 10 vol ] ethanol.- PRODUCT BY COMPARTMENT COMP RISER PRODUCT GROSS NET TEMP GRAVITY D7 32 2t1643 UL571 DIESEL CYE^ 1200 120S 45.6 40.7 DS 35 UL1642 111,541 DIESEL DYED 1100 1109 43.7 40.7 07 34 001702 37 PEG E30 2601 2620 50.3 61.1 SUEJECT TO CORREIIICN OF CLERICAL ERROR6 CUSTOMER SIGNATURE: _ .. __.._ COMMENTS 273 Page 1 of 1 Invoice Page: 1 coNERGY Invoice Number: 0621226-IN t � Invoice Date:ce 1/27/2026 A CONNEIL OIL 1VCORPORA1ED COMPANY 1025 N 6th Ave Order Number: 0621226 Po Box 70 Order Date 1/27/2026 Yakima,WA 98907 Salesperson: BK Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0001 YAKIMA COUNTY SHOPS YAKIMA COUNTY SHOP 1216 S 18TH STREET 1216 S 18TH ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#314149 132 C7 NET 30 DAYS 1/27/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,700.000 1,700.00 2.6585 4,519.45 E1087 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 56.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 13.56 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.70 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 6.19 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 941.80 Date Delivered: Drums/Totes Returned: Payment: Delivered By: _ _ Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,539.36 Sales Tax: 0.00 Invoice Total: 5,539.36 10:34 am 274 Invoice Page: 1 CO-ENERGY Invoice Number: 0621228-IN Invoice Date: 1/27/2026 (91i A COku 18i OIL NCORPORAJED COMPANY 1025 N 6th Ave Order Number: 0621228 Po Box 70 Order Date 1/27/2026 Salesperson: BK Yakima,WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0004 YAKIMA COUNTY SHOPS SUNNYSIDE SHOP 1216 S 18TH STREET 321 S 1ST AVE YAKIMA,WA 98901 SUNNYSIDE,WA 98944 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#314149 132 C7 NET 30 DAYS 1/27/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4700 007 GAL 1,400.000 1,400.00 3.9063 5,468.82 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 49.34 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 16.41 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.40 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 5.67 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.566 0.57 49.4606 27.99 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,III Date Delivered: Drums/Totes Returned:_ Payment: Delivered By:_ Received By:(Print) _ Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 5,569.63 Sales Tax: 461.73 Invoice Total: 6,031.36 10:34 am 275 Invoice Page: 1 I CO-ENERGY _ Invoice Number: 0621225-IN it Invoice Date: 1/27/2026 ' A CONNELL OL AiCOR-u tA=eL CoMw,n. 1025 N 6th Ave Order Number: 0621225 Po Box 70 Order Date 1/27/2026 Salesperson: BK Yakima, WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0001 YAKIMA COUNTY SHOPS YAKIMA COUNTY SHOP 1216 S 18TH STREET 1216 S 18TH ST YAKIMA, WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#314149 132 C7 NET 30 DAYS 1/27/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4700 007 GAL 2,400.000 2,400.00 3.9063 9,375.12 DYED ULTRA-LOW SULFUR 1 Combustible,NA 1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD //HAZ 0.00 0.0000 84.58 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 28.13 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 2.40 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 9.72 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.970 0.97 49.4606 47.98 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill r Date Delivered: Drums/Totes Returned: _ Payment: Delivered By: Received By:(Print) _ Signature: _ EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 9,547.93 Sales Tax: 800.96 Invoice Total: 10,348.89 10:33 am 276 i SeaPort Midstream Partners, LLC Order Number: BOL Number: 314149 Seattle, WA1: 0007308 Order Date: 01/27/26 Load Start: 01/27/26 10:18 1652 SW Lander ST Folio Number: 01/019 Load End: 01/27/26 10:35 Seattle, WA 98134 Order Type: Rack Loadspot Number: 02 BILL OF LADING Stockholder/Customer Account/Consignee / RECEIVED BY Stockholder 1: 0000070770 1 Account 1: 009017560 Carrier 1; 8288792 BP PRODUCTS NORTH AMERICA, I C. 1 CONNELL OIL CONNELL OIL INC SCAC 1: CN40 Customer 8: 0090127007 1 1015 N OREGCN AVE Tractor 1: / CONNELL OIL PASCO, WA Trailer 1; 127 / Trailer2 1: 128 Retail or Petroex 1: 90175608 Driver #:05057421 NARANJO, CARLOS P.O.*: Consignee 1: DRIVER Signature: Terminal EPA 1: 6511 fj f Destination EPA 1: I r „ ii !j A — 4— �� L — — — This is to certify that the herein named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation, according to the applicable regulations of the Department of Transportation. DELIVERY INSTRUCTIONS: BOL COMMENTS: ABOVE SUPPLIER IS RESPONSIBLE FOR DESTINATION STATE TAX ON MOTOR FUEL 132 C7 EMERGENCY CONTACT: CHEMTREC (800) 424-9300 C&41022416 PRPRODUCT DESCRIPTION 1 500 - - GROSSSSU/CT �ANETLS 1GaTEMP3) GRAY MESSAGE NUMBCR(S) OCC102 87 REG EIO p 1I00 1718 44.6 63.1 1502,1815,1825,2231,EIOROD UL1643 0L511 DIESEL DYEC 6100 6153 42.3 40.7 1536,1790,179e,2201 4700 TOTA:, 7800 / 7671 RED MSG: UN1203, GASOLINE, 3 . PG 11, 1 Cards Tank,. SEE ERG GUIDE 128 R20 MSG: NA1993, DIESE:. F,;EL. :, PC III, 1 Cargo Tank„ SEE ERG GUIDE 128 MSG 4 MESSAGE 1502 Gasoline greets all applicable tie: 3 motor vehicle ;mission sulfur standards regurated under 40 CFR parts 65, Be and 1090 155E Dyed Diesel fuel, nontaxable 049 only, penalty for taxable use. 1790 This Diesel Feel Additive contains a static dissipater additive and red dye having a sulfur content greater than 15ppm. 1718 Diesel meets or exceeds all applicable compliance standards as per the most current version of PSTM 0915. 1812 Nerionai detergent additlsed gasoline. 1625 No assigned RILLS transferred 2201 'Dyed 15ppm sulfur (Maximum) ULSD. Dyed Ultra Low Sulfur Diesel fuel. For use in all nonroed diesel engines, Not for use in highway vehiclea or engines except for tax-exempt use in accordance with section 4062 of the Internal Revenue Code" 2211 "This volume of neat or blended Ethanol is designated and intended for use a5 tranaportaticn fuel or Jet fuel in the 40 V.S. contiguous states and Reweii. Any person exporting this fuel Is subject to the requirements of 411 CFR 80.1430" E10R00 'Winter CG" "S10:Contala4 between 9 and 10 cal 9 ethanol.' PRODUCT DY COMPARTMENT COMP Rime PRODUCT GROSS NET 7EMP GRAVITY 01 22 UL1643 ULS+I OIESE:, DYED 2300 2320 42.1 40.7 02 22 UL1643 ULSOI DIESLL DYED 1400 1413 41.6 40.7 05 25 t11643 01511 DIESEL DYED 2400 2420 42.0 4C.7 07 24 OOC?02 67 Rt:ti E10 1700 1716 44.6 43.1 SUBJECT 70 CORRECTION OF CLERICAL: RRRORE CUSTOMER SIGNATURE:_ •--• COMMENTS •-•-- - 277 Pace 2 of 1 Invoice - Page: 1 (l !\ _ Invoice Number: 0619732-IN ) 1(] , CO -ENERGY . Invoice Date: 1/16/2026 A CONN91 OIL tVCORPORATED COMPANY 1025 N 6th Ave Order Number: 0619732 Po Box 70 Order Date 1/16/2026 Salesperson: BK Yakima,WA 98907 Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0001 YAKIMA COUNTY SHOPS YAKIMA COUNTY SHOP 1216 S 18TH STREET 1216 S 18TH ST YAKIMA, WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#469115 114 YB NET 30 DAYS 1/16/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 3,500.000 3,500.00 2.5128 8,794.80 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 116.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 26.38 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 3.50 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 12.74 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 1,939.00 Date Delivered:_ _ Drums/Totes Returned: Payment:_ Delivered By: Received By:(Print) Signature: _ EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 10,893.08 Sales Tax: 0.00 Invoice Total: 10,893.08 10:38 am 278 Invoice �;, , Page: 1 k / n� �� Invoice Number: 0619733-IN r , ENERGY Invoice Date: 1/16/2026 �.. ' ' ,A CMINEU.OIL INCORPORATED COMPANY 1025 N 6th Ave Order Number: 0619733 Po Box 70 Order Date 1/16/2026 Yakima,WA 98907 Salesperson: BK Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0004 YAKIMA COUNTY SHOPS SUNNYSIDE SHOP 1216 S 18TH STREET 321 S 1ST AVE YAKIMA,WA 98901 SUNNYSIDE,WA 98944 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#469115 114 YB NET 30 DAYS 1/16/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 1500 007 GAL 1,200.000 1,200.00 2.5128 3,015.36 E10 87 UNLEAD w/up to 10%ETHANOL Units HM,UN1203,Conventional Gas,3,PG II,Flammable Liq. //HAZ 0.00 0.0000 40.00 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 9.05 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.20 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 4.37 FED DIESEL OIL SPILL(.002143 cpg) Fuel Tax Recap WA ST GASOLINE EXCISE TAX 0.55400 664.80 Date Delivered: _ _ Drums/Totes Returned: Payment: Delivered By: Received By:print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 3,734.78 Sales Tax: 0.00 Invoice Total: 3,734.78 10:39 am 279 BILL OF LADING ORIGINAL FOR PRODUCT EMERGENCY- Diesel EPA#4451-81562 Document/BOL#0000469115 SHIPMENT OF ORIGIN: SPIV,Leak,Fire,Exposure or Accident Folio:01/012 TranslD:530 P0; CALL CHENI TREC-DAY OR NIGHT Kinder Morgan W1ibridge Load Start 2026-01-16 08:59 Load Stop:2026-01-16 09:15 5880 NW St. Helens Rd $00-42�-9300 CARRIER: 0001089 SCAC:CNQO Portland,OR 97210 KINDER MORGAN CCN12469 CONNELL OIL DBA CO ENERGY SUPPLIER: 0000000007 IDEMITSU APOLLO CORP DRIVER: 00013734 BALBUENA,YOBANY CUSTOMER: 0000023019 ELL LLC(Energy Link)EXPORT ACCOUNT: 0000023019 ELL LLC(Energy Link)EXPORT RICHLAND,WA 99352 RECEIVED;THE PROPERTY DESCRIBED BELOW.IN APPARENT GOOD ORDER WHICH SAID TRANSPORTATION COMPANY(TIE WORD'COMPANY'BEING UNDERSTOOD AS INCLUDING ANY PERSON OR CORPORATION IN POSSESSION OF THE PROPERTY)AGREES TO TRANSPORT AND DELIVER TO CONSIGNEE AT HIS USUAL PLACE OF DEL.NERY pF ON ITS OWN LONE ROUTE),OTHERWISE TO DELVER TO ANOTHER CARRIER ON THE ROUTE TO SAID DESTINATION.IT IS MUTUALLY AGREED THAT THE TRANSPORTATION SERVICES HEREUNDER ARE SUBJECT TO ALL THE PRINTED TERMS AND CONDITIONS NOT PROHIBITED BY LAW,OF THE'TRANSPORTATION COMPANY'S'UNIFORM BILL OF LADNG.'CONTRACT'OR-ANYWHEREFOR- HITE'SERVICES WILL BE SUBJECT TO THE TERMS AND CONDITIONS OF THE CONTRACT,SERVICE ORDER OR OTHER AGREEMENT EXECUTED OR AGREED TO BETWEEN PARTIES HERETO WHEN NOT IN CONTRAVENTION OF ANY EXISTING LAW.WHEN MOVEMENT IS IN A VEHICLE OPERATED BY SHIPPER.OR OWNER OF PRODUCT.THIS DOCUMENT SERVES ONLY AS A RECEIPT FOR PRODUCT LOADED. STATE EXCISE TAX,IF ANY,ON MOTOR VEHICLE FUEL COVERED BY THIS LOADING TICKET HAS BEEN ASSUMED AND WILL BE PAID BY THE SHIPPER. CARRIER CERTIFIES THAT THE CARGO TANK SUPPLIED FOR THIS SHIPMENT IS A PROPER CONTMPER FOR THE TRANSPORTATION OF THIS COMMODITY AND COMPLIES WITH THE DEPT. OF TRANSPORTATION SPECIFICATIONS AND REGULATIONS FOR THE TRANSPORTATION OF EXPLOSIVES AND OTHER DANGEROUS ARM ES. THIS IS TO CERTIFY THAT THE BELOW.NAMED MATERIALS ARE PROPERLY CLASSIFIED.DESCRIBED,PACKAGED,MARKED,AND LABELED.AND ARE IN PROPER CONDITION FOR TRANSPORTATION.ACCORDING TO THE APPLICABLE REGULATIONS OF THE DEPT.OF TRANSPORTATION. NOTE:NET VOLUME HAS BEEN ADJUSTED TO 60'F Hazardous Materials Description Net UNI203 GASOUNE,3, PG II! 1 CARGO TANK 1D20p 10282 ALS(GALS): 10200 10292 Product Detail ID Octane Gross Net Temp Grav/Dens Bay RE REGUL4R C9OY UL EI096 87.0 000005500 000005550 46.6 57.7 Bay 01 ET .s LREGUTAR(BASE)• 1500 5�50 � REGEIO REI ,JLAR COW UL Et0% 87.0 000004700 000004742 46.4 57.7 Bay 01 SUB84-SUB-ULREGULAR(BASE) 4230 4267 ETOH ETHANOL ( 470 415 ' ID Product Messaae REGEIO THIS PRODUCT CONTAINS DETERGENT ADDITIVE AS REQUIRED BY THIS SHPPER AND 40 CFR PART 00.THIS PRODUCT DOES NOT MEET THE REQUIREMENTS FOR REFORMULATED GASOUNE AND MAY NOT BE USED IN ANY REFORMULATED GASOLINE COVERED AREA THIS PRODUCT MEETS STATE&FEDERAL RVP REQUIREMENTS.E10:CONTAINS BETWEEN 9 AND 10 VOL %ETHANOL 'Winter CG Gasoline' Driver: .,F7/17'd/;W280 Invoice Page: 1 lit' GO-ENERGY Invoice Number: 0619526-IN Invoice Date: 1/15/2026 a A CONNELL OIL INKOHFOFOAA?ED COWAN' 1025 N 6th Ave Order Number: 0619526 Po Box 70 Order Date 1/15/2026 Yakima,WA 98907 Salesperson: BK Customer Number: 0078962 (509)453-3920—Fax(509)457-6838 Sold To: Ship To:0001 YAKIMA COUNTY SHOPS YAKIMA COUNTY SHOP 1216 S 18TH STREET 1216 S 18TH ST YAKIMA,WA 98901 YAKIMA,WA 98901 Confirm To: Customer P.O. Truck# Driver Terms Ship Date BOL#1597309 132 C7 NET 30 DAYS 1/15/2026 Item Number Whse Unit Ordered Shipped Price Per Unit Amount 4550 007 GAL 1,400.000 1,400.00 3.1148 4,360.72 DYED ULTRA-LOW SULFUR 2 Combustible,NA1993,Diesel Fuel,3,PG III,Non-road or tax exempt use only.15 PPM MAX SULFUR ULSD. //HAZ 0.00 0.0000 46.66 WA Hazardous Fee(.035238 cpg) //PPT 0.00 0.0000 13.08 WA PETR PROD TAX(.30%) /LUST 007 0.00 0.0000 1.40 FED LUST TAX (.001 cpg) /DFOS 0.00 0.0000 5.67 FED DIESEL OIL SPILL(.002143 cpg) PS1000-B 007 GAL 0.566 0.57 49.4606 27.99 PS DSL FUEL SUPP CETANE(WINTER) NA 1993,Combustible Liquid,N.O.S.Marine Pollutant,Combustible Liquid,Ill Date Delivered: Drums/Totes Returned: Payment: Delivered By: Received By:(Print) Signature: EMERGENCIES INVOLVING THIS SHIPMENT,CALL:NRC ENVIRONMENTAL SERVICES 1-800-424-9300,24 HOURS Net Invoice: 4,455.52 Sales Tax: 373.04 Invoice Total: 4,828.56 10:41 am 281 .,, r Tank ice a 26- 1-15 HM FN Dangerous Goods Description See Reverse for Emergency Response Guide and other Information X 1 NA1993,DIESEL FUEL,3,III 8800 GALS For Product Emergency-Spill,Leak,Fire,Exposure,or Accident Day or Night Call: CHEMTRE_C:1-800-424-9300 ERI CCN,zgo. Shell - Seattle BILL OF LADIN G: 0001597309 Shipping Origin: 2555 lath Ave. S.W. 1125 Folio: 01 - 011 SEATTLE WA 98134 EPA ULSD REG#:429481310 _e" Customer:00O1104495 Account:0001104495 Vehicle:N/A Trailerl: 34 ' Trailer2: 38 CONNELL OIL, INC. CONNELL OIL, INC. # Fuel Type:N/A Exp Date: 04-30-202 Exp Date: 04-30-202 1035 N OREGON AVE 1015 N OREGON AVE EID: N/A EID: N/A PASCO, WA 99302 PASCO, WA 99302 Consignee/Deliver to: 00004176{ Freight: CONNELL OIL, INC. WA-WA 1015 N OREGON AVE Load Start Date 01/15/2026 08:05 PASCO WA 99302_ - Supplier: HOLLY SINCLAIR - 0000000360 Load End Date 01/15/2026 08:25 IFN J Product LOUANTITY/UNIT 1 GN NR #20 (5-15 PPM) DYED 8800 GALS GROSS / 8843 GALS NET* 8800 GALS ULSD #2 r-@ 49.5 F 33.9 GRAV / --- -__ame-e_====.....---:_=_-==----------,<-ass---a—. ..------------ wWW---__ TOTAL 8800 GALS GROSS 8843 GALS NET* 860F >r = yrq �� 4550 *NET VOLUME TEMPERATURE CORRECTED AT 60F. ULSD. 15 ppm sulfur. For use in all nonroad diesel engines. Not for use in highway vehicles or engines except for tax- exempt use in accordance with Section 4082 of the Internal Revenue code. Product is not approved for off road diesel use in California under CARB diesel regulations. This product may not be used in the Texas low emission diesel designated area without further processing. Dyed diesel fuel. Nontaxable use only, penalty for taxable use. This product contains up to 5$ volume of renewable diesel. This volume of neat or blended renewable diesel is designated and intended for use as transportation fuel, heating oil or jet fuel in the 48 U.S. contiguous states and Hawaii. Any person exporting this fuel is subject to the requirements of 40 CFR 80.1430. This fuel is subject to the requirements of the Washington Clean Fuels Program (WA ICFP) (WAC173-424 et. seq.) . The carbon intensity for clear diesel is 101.18 gCO2e/MJ and the fuel pathway identifier is WAULSD001. The biodiesel fuel pathway identifier(s) and carbon intensity(ies) will be sent with a separate Product Transfer Document for this transaction. Buyer must comply with the registration, record keeping and 'reporting requirements under WA CFP for the fuel transferred hereunder. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is passed to the Buyer, then the Buyer additionally (i) is now the regulated party under the WA CFP and has received compliance obligations for the fuel transferred hereunder and (ii) i$ responsible for compliance with the CFP. If the contract between the Parties for this transaction or series of transactions stipulates that the CFP obligation to act as a deficit generator is retained by Seller, then the Seller retains compliance obligations under the WA CFP and remains the regulated party. SOPUS EPA Registration #429481310 For complete Health AND Physical Safety hazard information, please refer to the SDS 3rd Party Ref, #: 0001104495 , Shipper:HOLLY SINCLAIR This is to certify that the Total Collected: ebood named materials are By: )river: NARANJO, CARLOS ' pruperiyciaaeitied, deacripad, tarrivr Certifies that the container acpplied for this shipment in packaged, marked end labeled, proper container for trenportetion of the Products ae above described :ard #: 00002308 and era in proper condition and driver acknowledges Emergency Response Guide Information received on :arrier:CONNELL OIL for transportation according reverse side of this document. co cam applicable regulations P 975 of one prparcmenm of - 282 CONNELL WA 99326 rcanspoctatson. Driver/Agent Signature: Patio 1r,ffl 129 North 2nd Street • Yakima, Washington • 98901 CURRENT CONTRACT BID J11902 CITY OF YAKIMA BULK PURCHASE AND DELIVERY OF GASOLINE, DIESEL FUELS AND RELATED PRODUCTS P:(509)575-6095 F:(509)576.6394 E:Susan.Knotts@YakimaWA.Gov w: www.YakimaWA.Gov/Services/Purchasing 283 For City of Yakima Use Only: AGREEMENT Project No. BID No. CITY OF YAKIMA / - ._. BID J11902 Bulk Purchase and Delivery of Gasoline,Diesel Fuels and Related Products THIS AGREEMENT,entered into on the date of last execution, between the City of Yakima,a Washington municipal corporation ('City'),and Connell Oil Inc.,dba Co-Energy,("Contractor). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s)and furnish all tools, materials, labor and equipment(collectively referred to as'Services')according to the procedure outlined in Bid J11902 Bulk Purchased and Delivery of Fuels,'As Needed` Diesel Exhaust Fluid (DEF) and Incidentals Specifications which are attached as Exhibit A, and the most recent edition of the ANSI/DOT/EPA/NEC and ASTM Standards,all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the services provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may, at its option,extend the Contract on a year to year basis for up to four additional years provided,however,that either party may at any time during the life of this Contract, or any extension thereof, terminate this Contract by giving thirty(30) days' notice in writing to the other party of its intention to cancel. Contract extensions shall be automatic, and shall go into effect without writter confirmation,unless the City provides advance notice of the intention to not renew. 4. Changes Any proposed change in this Contract shall be submitted to the other party,for its prior written approval. If approved, change will be made by a contract modification that will become effective upon execution by the parties hereto, Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is,or hold itself out as,an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on,behalf of City. 6. Successors and Assigns Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself, and for his heirs,executors, administrators,successors, and assigns,does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 284 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by taw to be made public,is confidential,and the Contractor will not,in whole or part,now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall,at all times,be subject to inspection by and with the approval of the City,but the making of(or failure or delay in making)such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract,notwithstanding the Citys knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe,and proper facilities,and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract,or for a longer period if required by law or by the Washington Secretary of State's record retention schedule,Contractor shall retain and provide the City access to(and the City shall have the right to examine, audit and copy)all of Contractor's books,documents,papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties,If required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. Ail records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire,and shall be the property of the City. The City shall own any and all data,documents,plans,copyrights,specifications,working papers,and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Cortractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable Federal, State, and local laws, rules, regulations, and executive orders adopted or promulgated by any governmental agency or regulatory body,whether federal,state,local,or otherwise which are incorporated by reference herein. This Contract will be used by various divisions that are partially federally funded,and,therefore, must adhere to the following federal regulations,such as DBE, Lobbying and Debarment. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal,state, and local government or governmental authority for this project,pay all charges and fees,and give al:notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,as required in Title S5 RCW. 285 c. Contractor must provide proof of a valid Washington Unified Business identification (U91) number. Contractor must have a current U81 number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington employment Security Department number as required by Title 50 RCW. e. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense,without regard to whether such corporation is actually awarded the contract,and in the event that the award is made,prior to conducting any business in the City. 12. Compliance with FTA Requirements The Contractor shall at all times comply with a applicable Federal Transit Administration(FTA)regulations, policies, procedures and directives. Attached to this bid specification are the Federal Transit Administration 3rd Party Contracting Clauses. Where applicable, Contractor shall comply with the section(s) that apply to this bid call. The Contractors failure to so comply shall constitute a material breach of this agreement. 13. Federal Funding On the basis of the federal funding that may part of the funding for the goods and services provided by the Contractor under the Agreement,and to assure compliance with all federal regulations associated with services compensated with federal funds, in addition to the terms of the primary Agreement, upon notification and instruction by the ordering department,the Contractor must also comply with the specific provisions of Common Rule,the Office of Management and Budget (OMB) Circular A-102, which is fully incorporated herein. If there is any conflict between the terms expressed in the primary Agreement and those set forth in Circular A-102,the terms and conditions of Circular A-102 shall prevail. See http:llwww,WhiteHouse.Gov/OMBICirculars a102#Maln-Content. 14. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race,creed,color, religion, natonal origin, sex,age, marital status,sexual orientation, pregnancy,veteran's status,political affiliation or belief,or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter49.60)or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment,upgrading,demotion,transfer,recruitment, advertising,layoff or termination, rates of pay or other forms of compensation,selection for training,and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such 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 any future City contracts. 15. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees to defend, indemnify and hold harmless the City/County, its elected and appointed officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable costs and attorney fees)which result or arise out of the sole negligent acts or omissions of Contractor,its officials,officers,employees or agents. b. If any suit,judgment, action, claim or demand arises out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City/County, or their elected or appointed officials, officers,employees, agents,attorneys or volunteers, pursuant to this Contract,each party shall be liable 286 for its proportionate share of negligence for any resulting suit,judgment,action,claim,demand,damages or costs and expenses, including reasonable attorneys'fees. c, Contractor's Waiver of Employer's immunity under Tide 51 RCW. If any design or engineering work is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 RCW,Washington's Industrial Insurance Act. Accordingly,to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above in Section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City/County and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement,shall comply with the terms of this paragraph,waive any immunity granted under Title 51 ROW, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 16. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City/County and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City/County reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City/County as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy wilt be included with the certificate. This Certificate of insurance shall be provided to the City/County, prior to commencement of work. Failure of City/County to demand such verification of coverage with these insurance requirements or failure of City/County to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance: Before this Contract is fully executed by the parties, Contractor shall provide the City/County with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Five Million Dollars($5,000,000,00)per occurrence,combined single limit bodily injury and property damage, and Five Million Dollars ($5,000,000.00)general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City/County,its elected and appointed officials,employees,agents,attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of YakimalYakima County, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City/County prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington.The requirements contained herein,as well as City of Yakima/Yakima County's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. 287 b. Automobile Liability insurance: Before this Contract is fully executed by the parties, Contractor shall provide the City/County with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Five Million Dollars($5,000,000.00)per occurrence. if Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City/County, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The Certificate shall clearly state who the provider is. the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract The policy shall name the City of YakimaYakima County,its elected and appointed officials.employees,agents, attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City/County prior written notice. The insurance shall be with an insurance company or companies rated A-Vil or higher in Best's Guide and admitted in the Slate of Washington. The requirements contained herein, as well as City of Yakima/Yakima County's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability (Stop Gap): Contractor and all subcontractcr(s)shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than$1,000,000.00. The City/County shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have Insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. d. Pollution Liability Coverage: Contractor shall provide the City/County with a certificate of insurance as proof of pollution liability insurance with a minimum liability limit of One Million Dollars ($.1,000,000.00) per occurrence and at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attacned and required after award and must cover all vehicles to be used with this contract. e. Miss Delivery of Product: Coverage refers to an endorsement(often called other things more formal) that is added to the General Liability(GL)policy of a fuel distributor. This endorsement covers damages caused by an error in distributing the wrong product to a tank. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City/County shall be in excess of the Contractors insurance and shall not contribute to it. tf at any time during the life of the Contract,or any extension,Contractor fails to maintain the required insurance in full force and effect,all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City/County to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,then,in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and the City/County, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractors negligence. 288 i7, Severabllity if any term or condition of this Contract or the application thereof to any person(s) ar circumstances is ned invalid, such invalidity shalt not affect other terms,conditions or applications which can De given effect without the invalid term, condition or application. To this end,the terms and conditions of this Contract are declared severable. 18. Contract Documents This Contract, the Invitation to Bid No. J11902; Scope of Work, conditions, addenda, and modifications, and Contractor's proposal(to the extent consistent with City of Yakima documents)constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 Nc. 2rc St.,Yakima,WA,98901,and are hereby incorporated by reference into this Contract. 19. Termination-Convenience This Contract may be terminated by either party by giving sixty(60)days written notice of such intent and will become effective sixty(6C)days from the date such written notice is delivered to the applicable party to the Contract. 20. Termination-Cause The City reserves the right to terminate this Contract at any time, upon wrtten notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail,certified with return receipt requested. 21. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God,fire, strikes,epidemics,war, riot, delay in transportation or railcar transport shortages,provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally,in the event or any such delays(acts or God,etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 22. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 23. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 24. Authority The person executing this Contract,on behalf of Contractor,represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 25. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effect ve i either delivered in person or by overnight courier,facsimile or first class mail,certified with return receipt requested. Notices to the parties shail be delivered to: TO CITY: City Manager TO CONTRACTOR: C G fl n P.11 Q City of Yakima City Hall--First Floor C/D t?4Q/11) 13QN() 129 North Second Street �} Yakima,WA 98901 102,5 N. b+ ) COPY TO: City of Yakima/Yakima County Purchasing Va. k...01 rA LQA. 18902_ City Hall--first Floor 129 North Second Street Yakima,WA 98901 289 28. Survival The foregoing sections of this Contract, 2 24 indusive, shay survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA CONNELL OIL, INC. By: ar14 - Alq14/../ Alex Me ,interim City ager Date: l L leaet Date: l! ' 2 g' 2.07,0 CITY CONTRACT NO:1' 20 a^c -0 I`' ��n n �6� RESOLUTION NO:h- O ao+Ua 1 (I L) • Attest: (Print name) _e co-cteric-u61.' 290 CONTRACT 2020-018 MODIFICATION NO. 1 BID CONTRACT: City of Yakima Bid J11902 DESCRIPTION: Bid J11902 Bulk Purchased and Delivery of Fuels, "As Needed" Diesel Exhaust Fluid (DEF), and Incidentals CONTRACTOR: Connell Oil, Inc.,dba Co-Energy MODIFICATION: Weatherization Additives; to be added and pre-blended into fuel deliveries during October 1 thru April 30,of each year. An extension of 60 days from original Agreement. 70/30 Blend; to be used only during December 1 thru February 15, of each year. Cutting use of 70/30 blend by 50 days from the original Agreement. DOLLAR AMOUNT OF MODIFICATION: The cost increase of Weatherization Additives for the additional 60 days will be minimal and is dependent upon the number of gallons delivered within in those 60 days. Reducing the use of 70/30 blended fuel by S0 will save the City approximately S0.20 a gallon depending on the cost of fuel. ADDITIONAL INFORMATION: This bid was awarded to Connell Oil, Inc.,on March 4,2020. This is a five year contract ending on March 3, 2025. AUTHORIZATION: Please see attached email of acceptance by Kerry Jones,Fleet and Facilities Manager. DATED this.WI. day ofQC VbCt(2020. CITY OF YAKIMA CONNELL OR,INC. 13/14AL ge,„,i , Robert Harrison, ity Manager Brad Bond,Manager CITY CONTRACT NO: 2°20 01$ Rt�l Z RESOLUTION NO: R J 2620*02 f- 291 CITY OF YAKIMA CONTRACT 2020-018 AMENDMENT No. 1 BID J11902 Bulk Purchase and Delivery of Gasoline, Diesel Fuels and Related Products THIS AGREEMENT,is made and entered into on the date of last execution,by and between the City of Yakima, a Washington municipal corporation ("City`), and Connell Oil Inc.,dba Co-Energy,("Contractor"). WHEREAS,the Contractor entered into a Contract with the City on February 3, 2020, (the Contract); and, WHEREAS,the City desires to amend the Contract to add Contractors specific CFN/Fuelman fuel cards; and, WHEREAS,the Contract provides that either party may request an amendment in writing; and, WHEREAS,the Contract also provides that at any time during its term, services may be expanded to include other items normally offered by the Contractor, NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and Agreements set forth below,the parties hereto agree as follows: Section 1 and 2 of the Contract,the Scope and Compensation of Bid J11902 Bulk Purchase and Delivery of Fuels,"As Needed" Diesel Exhaust Fluid (DEF)and Incidentals, shall be modified to read as follows: 1. Statement of Work The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as"Services")according to the procedure outlined in Bid J11902 Bulk Purchased and Delivery of Fuels,"As Needed"Diesel Exhaust Fluid(DEF) and Incidentals Specifications which are attached as Exhibit A, and the most recent edition of the ANSI/DOT/EPA/NEC and ASTM Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. In addition, Contractor shall provide Co-Energy CFNIFuelman fuel cards which will enable City of Yakima vehicles to be fueled-up at any CNF cardlock fueling site at discounted rates or any Fuelman accepted retail station minus federal tax attached hereto as Exhibit C and incorporated herein by this reference. The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and completing the services provided in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B,attached hereto and incorporated herein,which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractors Bid submittal at the time and in the manner and upon the conditions provided for the Contract. The City agrees to pay the Contractor according to Exhibit C, attached hereto and incorporated herein,which Exhibit includes the specifications and payment schedule with itemized markup for over 150,000 CFN fueling sites and other Branded retail stations and truck stops. Except as modified herein,the original Contract shall remain in effect. 292 In WITNESS WHEREOF,the parties hereto have executed Amendment No. 1 to the Contract as of the date and year first written above. CITY Y KIMA W CONNELL OIL, INC. By 6.(r4-/ Robert Harrison,City Manager Date: I (" r�%� J Date: I U Z 9 - 2 0 S&AD 8c No Ate (Print name) calt4.1.1411124k:\17 4-N° ..,.'"Tr77C...43*-... 4 City Clerk , CITY CONTRACT NO "IX 171 V "4. RESOLUTION NO I ?-j 293 CITY OF YAKIMA CONTRACT 2020-018 AMENDMENT No. 1 BID J11902 Bulk Purchase and Delivery of Gasoline, Diesel Fuels and Related Products EXHIBIT C COMPENSATION LOCAL CFN FUELING SITES Fuel pricing for the local CFN fueling sites will be based off the OPIS Rack pricing of the day the fuel was purchased and delivered to the fuel site plus a transportation/shipping fee and State Tax. Co-Energy adds either $0.15 per gallon or $0.18 per gallon markup depending on the terms, net 15 or net 30, setup for the account(s). When account is paid within those terms,Co-Energy will give the City a prompt payment discount of$0.04. See sample below: Date of Product OPIS Transportation State Term: Term: Prompt COST: COST: Purchase Rack . Shipping Tax Net 15 Net 30 Payment Net 15 -Net 30 Pricing Charge Days Days Discount Days Days 10/13/20 04 Unleaded 1.5625 0.1317 n 0.494 0.15 0.18 0.04 2.30 2.33 Regular (No -Eth) 10/13/20 34 Gas Reg. 1.3366 0.1317 0.494 0.15 0.18 0.04 2.07 2.10 Unleaded (10%Eth) 10/13/20 36 Gas 1.6675 0.1317 0.494 I 0.15 0.18 0.04 2.40 2.43 Premium Unleaded (10%Eth) 10/13/20 53 Ultra Low 1.3087 0.1404 0.494 0.15 0.18 0.04 2.05 2.08 Sulfur FUELMAN ACCEPTED FUEUNG SITES Fuel pricing for Fuelman accepted locations is the posted retail price minus the Federal Tax, plus$0.04 per gallon. If purchase is paid by the 30`h of that month,a $0.04 per gallon discount will be applied. 294 1 CONTRACT 2020-018 AMENDMENT NO. 3 BID CONTRACT: City of Yakima Bid J11902 DESCRIPTION: Bulk Purchased and Delivery of Fuels, "As Needed"Diesel Exhaust Fluid (DEF), and Incidentals CONTRACTOR: Connell Oil, Inc.,dba Co-Energy MODIFICATION: Addition of R99 fuel to contract. DOLLAR AMOUNT OF MODIFICATION: The pricing for this Contract is based off the Oil Price Information Service(OPIS)index using their 10:00 AM Daily Gross Average Rack pricing report for the Pasco Terminal/Rack. Pricing is a "plus"multiplier per gallon over the posted OPIS Pasco Rack pricing: Full Load (8,000 gallons or more) +$1.08 a gallon f: Load (2501 to 7999 gallons) +51.10 a gallon 2500 and less gallons +S1.12 a gallon CONDITIONS: This price increase will take effect May 1, 2024 All other parts of this Agreement will remain the same. ADDITIONAI. INFORMATION: This bid was awarded to Connell Oil,Inc.,on March 4,2020. This is a five year contract ending on March 3, 2025. AUTHORIZATION: Please see attached email of acceptance by Kerry Jones, Fleet and Facilities Manager. 41-1 DATED this DO day of Apo( , 2024. CITY OF YAKIMA CONNF_LL OIL,INC. Za r1 City anager Brad ond,Man. ager -''Cti n 'RACT NO' 2020-018 AMd• 3 rcJLUTION NO 12- 2010- 02y- 295