Loading...
HomeMy WebLinkAboutR-2022-114 Resolution authorizing a contract with Apex Mechanical LLC for the Lions Pool Facility Air Handling & Dehumidification System Improvements Project 2600RESOLUTION NO. R-2022-114 A RESOLUTION authorizing a Contract with Apex Mechanical LLC for the Lions Pool Facility Air Handling and Dehumidification Project 2600 WHEREAS, the City of Yakima (City) desires to enter into a contract with Apex Mechanical LLC to perform for the replacement of an existing air handler and cooling unit serving the City of Yakima's Lions Pool; and WHEREAS, the City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects; and WHEREAS, Apex Mechanical LLC was determined to be qualified to perform the needed construction work; and WHEREAS, the project is funded with REET 1 funds; and WHEREAS, the contract will be null and void if bond and certificate and insurance not received within specified timeframe; and WHEREAS, the Scope of Work and Budget included in this contract meet the needs and requirements of the City for this project; and WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and its residents to undertake the Lions Pool Facility Air Handling and Dehumidification Project 2600 and enter into a contract with Apex Mechanical LLC; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a Contract with Apex Mechanical LLC, attached hereto and incorporated herein by this reference, not to exceed $616,227 (Six Hundred and Sixteen Thousand Two Hundred Twenty -Seven) Dollars to provide the construction as described in the Contract. ADOPTED BY THE CITY COUNCIL this 6th day of September, 2022. /144 Janice Deccio, Mayor ATTEST: CS. 4 Sonya Claar lle City Clerk CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 7 day of 3C p , 2022, by and between the City of Yakima, hereinafter called the Owner, and Apex Mechanical, LLC, a Washington Limited Liability Company, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $616,227.00, for Lions Pool Facility, Air Handling & Dehumidification System Improvements, City Project No. RT2600, all in accordance with, and as described in the attached Supplementary General Conditions of the Contract, which is incorporated by reference, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. This contract shall supersede any prior contract between the parties concerning the subject matter of this contract. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in one hundred sixty-three (163) working days. The first chargeable working day shall be the llth working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors 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 for constructing 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. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall 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, except for claims caused by the City's sole negligence. The City's right to indemnification includes attorney's fees and costs associated with establishing the right to indemnification hereunder in favor of the City. IV. 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. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this 1 _ day of 2022. City Manager ty Clerk CITY CONTRACT NO' aA- IS 4-1 RESOLUTION NO $Z- ACY'al?.— 11 B iQ- �.M ° „ J,p n Muonio f Ns (Print Name) L-,\ 'C *i ��J Member rA C (President, Owner, etc.) z,.< Address: 1507 SE Eaton Blvd. Apex CONTRACTOR , LLC Battle Ground, WA 98604 1 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.H. For Meeting of: September 6, 2022 Resolution authorizing a contract with Apex Mechanical LLC for the Lions Pool Facility Air Handling & Dehumidification System I mprovements Project 2600 Scott Schafer, Director of Public Works Bill Preston, City Engineer Ken Wilkinson, Park and Recreation Manager (509) 576-6416 SUMMARY EXPLANATION: The City of Yakima desires to enter into a contract with Apex Mechanical LLC to perform the replacement of an existing air handler and cooling unit serving the City of Yakima's Lions Pool. Work includes hydronic piping, a hydronic pump, controls, and electrical work associated with the scope. The project at Lions Pool is funded by REET 1 funds. The contract with Apex Mechanical LLC is in an amount not to exceed $616,227 and has been attached for City Council review. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Neighborhood and Community Building APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description D Resolution Lions Dehumidifier -Apex Contract ❑ Contract Upload Date 8/22/2022 8/9/2022 Type Resolution Backup Material City of Yakima I innc Pnr%l Air u="Ax""un�h.°,um..+i. Project: (Name)~~~'~~~''~'~^''~~~�^^^~^�""°' (Number) RT2600 To: (Contractor) K8echanico|LLC 15O78EEaton Blvd Battle Ground, WA 98604 `— —1 . You are directed 0nmake the following changes inthis Contract: ��� Order � Change Order Number 1 Change Order Date 01/27/2023 Contract Number Contract Date 2022-154 Provide the following items that were hoped bobmna-uoed.but are either not installed ornot usable ao noted in RFI-02 (attached): ° Provide 3/4-nchreduced pressure bmckflow, preventeratexisting make-up water assembly. The tie in location to the heating loop is between the boiler and the pump (suction side of the pump). ° Provide Expansion Tank Amtro AX-6K}orequal (33.Ggallons total capacity, 11.3gallons acceptance hantor.orequal. Same tie-in location aothe make-up water. m Air Separator: Shall be 4-inch air separator by Amtrol, Bell & Gossett, or equal. Same tie-in location as the make-up water. 0 Pot feeder, 5-go|kmJl.Wingert urequal. Provide with isolation valves onboth side offeeder. Not valid Signature mthe Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was .......... .......~.. Net change byprevious Change OrdersThe Contract Sum prior to this Change Order ..~.... ^ ~`'^ ` ' :The Contract Sum will be: im Increased 11 Decreased 0 Unchanged by this Change Order $ 37,145.00 The Contract Time will be: O|ncseed 0 Decreased nnUnchanged by 'The New Contract Time will be working days Contractor By Tide , Based on DOT Form 570-001 EF Original to: 0 Contractor Approval Recommended CoAstfud working days By Date Appm owman Date Copies to: o Region 0 Construction Administrator CITY�Xg now`nxn� ^� nESumnON^� ULTZ engineers inc 1111 Fawcett Avenue, Suite 100 ❑ Tacoma, WA 98402 ❑ T 253.383.3257 ❑ F 253.383.3283 ❑ general@hultzbhu.com CHANGE ORDER PROPOSAL (COP) PROJECT: City of Yakima — Lions Pool TO CONTRACTOR: Apex Mechanical CHANGE ORDER PROPOSAL NO: 001 DATE: 1-13-23 ARCHITECTS PROJECT NO: 19-210 PLEASE SUBMIT AN ITEMIZED PROPOSAL FOR CHANGES IN THE CONTRACT SUM AND TIME FOR THE CHANGES TO THE CONTRACT DOCUMENTS AS DESCRIBED BELOW. THIS IS NOT A CHANGE ORDER, CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED. DO NOT PROCEED WITH ANY OF THIS WORK UNTIL A FULLY SIGNED CHANGE ORDER HAS BEEN ISSUED. DESCRIPTION OF CHANGE: Provide the following items there were hoped to be re -used, but are either not installed or not usable as noted in RFI-02: Provide 3/4-inch reduced pressure backflow preventer at existing make-up water assembly. The tie in location to the heating loop is between the boiler and the pump (suction side of the pump). • Provide Expansion Tank Amtrol AX-60 or equal (33.6 gallons total capacity, 11.3 gallons acceptance factor), or equal. Same tie-in location as the make-up water. • Air Separator: Shall be 4-inch air separator by Amtrol, Bell & Gossett, or equal. Same tie-in location as the make-up water. Pot feeder, 5-gallon J.L. Wingert or equal. Provide with isolation valves on both side of feeder. REQUESTED BY: Hultz\BHU $37,145 CONTRACTOR'S REQUESTED ADDED COST: Dollars CONTRACTOR'S REQUESTED ADDED COST TIME: Calendar Days 1- O O c I Sub -tier S 1- O Change Order Q ✓ COLUMBIA HYDRONICS- VANCOUVER 5408 NE 88th St a101 Vancouver, WA 98665 .CHCHYDRO.COM Quote Date Nov 29, 2022 Requested Ship Date Job Site APEX MECHANICAL LLC 1507 SE EATON BLVD BATTLE GROUND WA 98604 Sarah Granger Quote Expiration Attention Dec 29, 2022 Sarah Granger Shipping Carrier Best Way Job Name Lions Pool Equipment Q-00175793 This quotation is offered pursuant to the Terms and Conditions at end of this document— CHC does not agree to accept other terms and conditions unless noted within this quotation, Tag QNT4 Part Number 16301 53600,1F12003 FP-5-SB-CS-7 V P-75 Description B&G D-60 Non -potable water ASME tank 35 gallon, 28 gallon acceptance. 125 PSI, 240°F rated. Butyl diaphragm 40 PSI pre -charge, 1" connection. B&G R-4F Rolairtrol air separator, 125# ASME, 4" flanged tangential connections, with internal strainer Pot Feeder Flat Bottom 5gal Safety Bar CS 250F Valve Package 3/4" SuhTotal Est. Taxes Total Net Each Ext. Total $1,603.00 $1,792.00 $393.00 $184.00 $1,603.00 $1,792.00 $393.00 $184.00 $3,972.00 $0.00 $3,972.00 'I If you have any questions or require additional information, please feel free 10 give us a call. Thank you for the opportunity to provide this quotation. Sincerely — Jared Thomas Email: jthomas@chchydro.com Direct: Line 1 of 2 COLUMBIA HYDRONICS- VANCOUVER 5408 NE 88th St a101 Vancouver, WA 98665 WWW.CHCHYDRO.COM 2 of 2 CHC TERMS & CONDITIONS OF SALE All sales of goods based upon quotations provided by California Hydronics Corporation, Columbia Hydronics Company, CHC Pacific or FlowTherm systems (hereinafter referred to as CHC) are made subject to the terms and conditions below, It is mutually agreed between CHC and Buyer that the terms and conditions contained herein constitute the entire complete and exclusive agreement and understanding between CHC and the Buyer and supersede all other agreements, oral or written heretofore made between Buyer and Seller relating to the subject matter contained herein and if Buyer presents a Purchase Order with other terms and conditions, the terms and conditions expressed herein wilt control. No understanding, promise or representation, and no waiver alteration, addition to, or modification of any provision hereof, shall be binding upon CHC unless agreed to in writing by CHC's Chief Executive Officer or CHC's Chief Financial Officer, The temrs set forth herein shall apply to each purchase agreement as if set forth separately for each order. In the event that any provision of the Purchase Order is found to be invalid by a court of competent jurisdiction, all remaining provisions of the Purchase Order shall remain in full force and effect. Glarffcntlons r E:trlusioa a on Onotodnnsr For any item on the quote that indicates 'NO SPECS' CHC reserves the right to re -quote the price once written specifications are received from Buyer or Buyer's designated representative. For any items on the quote for which ALTERNATES' arc offered for consideration, those alternatives are subject to Buyer's or Buyer's designated representative's approval. For any items on the quote that includes the statement 'ALT MFG' CHC believes, but does not guarantee, the item meets the intent of the written specifications; CHC merely offers the item for Buyer's consideration, CHC does not provide, and all quotations exclude the provision of SEISMIC certification of equipment, seismic analysis, shake table testing, seismic experience data, seismic calculations or supports, and guarantees regarding coatings, other than factory standard, unless these items are explicitly included within CHC quote descriptions. Quotations exclude all requirements listed under the EXECUTION portion of the specifications, Liability: CHC SHALL NOT BE LIABLE FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY OR PUNITIVE DAMAGES OR LOSSES WHICH MAY BE SUFFERED BY BUYER WITH RESPECT TO THIS AGREEMENT, INCLUDING BUT NOT LIMITED TO, LOSS OF PRESENT OR PROSPECTIVE PROFITS, LOSS OF INCOME OR REVENUE, EXPENDITURES, INVESTMENTS OR COMMITMENTS, OR LOSS OF BUSINESS OR DATA, WHETHER IN AN ACTION IN CONTRACT, EQUITY, NEGLIGENCE, INTENDED CONDUCT, TORT, OR OTHERWISE (INCLUDING BREACH OF WARRANTY, NEGLIGENCE, AND STRICT LIABILITY IN TORT), EVEN IF SUCH CHC HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. THE TOTAL AGGREGATE LIABILITY OF CHC FOR CLAIMS ASSERTED UNDER THIS AGREEMENT SHALL BE LIMITED TO THE TOTAL PURCHASE AGREEMENT PRICE. CHC WILL NOT ACCEPT INDEMNIFICATION CLAUSES. Pricing: Alt prices are valid for 30 days, in United States dollars and are exclusive of tax. Buyer agrees to pay and be responsible for payment of any applicable taxes, except for taxes based on CHC's net income, Unless specific pre -payment terms are noted within body of quotation, Buyer shall pay all invoices within 30 days of receipt. For all commercial projects over $5,000.00, Buyer will provide the address of the contract work, and information for pre -lien purposes prior to CI -IC accepting the Purchase Order. Pipping 41 Prcr :Itt: For project purchase orders valued $10,000.00 or greater, CHC ships FFA/FOB origin via common ground tamer to Buyer's specified location in contiguous US-FFA Seattle Dock for AK jobs. Otherwise, orders are shipped PP&CHG/FOB origin via common ground carrier to Buyer's specified location. Buyer will pay additional charges for any special shipping requirements. The Buyer agrees to inspect all shipments of goods in accordance with this agreement upon receipt thereof and to report immediately any damage or shortage to the seller and to delivering carrier. Buyer also agrees to cooperate with CHC to pursue claims for any damage or shortage against the carrier. Unless otherwise so specified, CHC shall not bear the risk of toss of, or damage to, the Goods covered by the Purchase Order until delivered to Buyer's plant or to such other place as may be designated on the face of the Purchase Order, unless Buyer requires special shipping requirements. CHC shall also not bear the risk of loss of, or damage to, rejected Goods after receipt of Buyer's notice of rejection; provided, however, that Buyer shall bear such risk as to loss or damage caused by willful or negligent acts of its officers, agents or employees acting within the scope of their employment. CHC shall provide an estimate of the date items will arrive at Buyer's location. This wilt be estimates only and CHC does not guarantee the items will arrive by any specific date. CHC does not assume responsibility for costs incurred by the Buyer due to failure of delivery of the items on a scheduled date. Title: Right and title to items purchased from CI -IC will pass upon payment for said items by Buyer, regardless of whether the item has been installed into the Buyer's project or job site. Returns *Or caPirelritlrans Polley: All custom built and special orders cannot be cancelled once the Purchase Order is accepted and are not eligible for return. CHC stock products can be returned, if in excellent condition and in original undamaged shipping boxes, but will be subject to 25% re -stock charges. Buyer must obtain written permission from CHC prior to returning any item, and if that permission is not obtained, CHC will not accept the returned item. Lead Time: All prices offered in this quotation are based on standard factory lead times (or) as stated within the quotation, The quoted lead time begins only after Buyer has signed and accepted the Purchase Order Terms and Conditions and returned a copy of applicable submittals marked "approved and released". CHC may expedite a shipment upon request, at an additional charge. CHC shall provide an estimate of the date items wilt arrive, ETA to Buyer's location. This will be estimates only and CHC does not guarantee the items will arrive by any specific date. CHC does not assume responsibility for costs incurred by the Buyer due to failure of delivery of the items on a scheduled date. loty. ire 4,01d' fate CHC Sales Engineers are available at the Buyer's job site to answer questions regarding commercial engineered equipment purchased from CHC including consulting during installation of CHC provided items, to assure quality and satisfaction, Assistance is available on site, if requested two weeks prior to the desired date, and via telephone, Travel charges may apply, subject to location, contact CHC for specifics, Start -Up: CHC will provide factory authorized start-up with the purchase of commercial equipment. Rates will vary by equipment type and project location. Services are available during normal workdays and hours. Projects requiring that specific prevailing wage requirements be met may require additional cost and arrangements. Buyer must provide at least two weeks' notice to CHC, prior to the visit, and be on site to coordinate with any other third -party staff. If additional jobsite visits arc required for circumstances not related to our equipment, CHC reserves the right to request a purchase order to cover our additional labor costs, Corntndsslrstr%ts: CHC does not provide commissioning services, CHC will provide training as outlined in the Purchase Order but will not be responsible for commissioning services. Warranty: For items provided by CHC, but manufactured by others, CHC extends the manufacturer's warranty to the Buyer. For items manufactured by CHC, CHC provides a 1- y ea r warranty that the deliverables hereunder will be free from defects in material and workmanship, and that services will be the kind and quality designated or specified in the quotation. Warranty requires install, start-up and operation as per manufacturers IOM. As a value-added rep firm, we allow pre -approved labor within the warranty coverage period, If the deliverables do not conform to the above applicable warranty, and if the Buyer promptly notifies CHC, CHC shall thereupon, if it confirms the existence of the defects, correct defects, including non-conformance with the specification, either (at CHC's option) by repairing at no charge to Buyer the defective spare part or equipment furnished hereunder, or by making available at the Buyer's location necessary replacement products. THIS LIMITED WARRANTY DOES NOT COVER LOSS OR DAMAGE WHICH: (I) IS DUE TO IMPROPER INSTALLATION, MAINTENANCE, MISUSE, NEGLECT, OR ANY CAUSE OTHER THAN ORDINARY COMMERCIAL OR INDUSTRIAL APPLICATION BY BUYER OR ITS CUSTOMER OR CONTRACTORS; (II) IS DUE TO ADJUSTMENT, REPAIR OR MODIFICATION BY ANY PERSON OTHER THAN AS AUTHORIZED BY CHC OR MANUFACTURER; OR, (III) IS DUE TO STORAGE OR USE IN AN IMPROPER ENVIRONMENT, EXCESSIVE OR INADEQUATE HEATING OR AIR CONDITIONING, AND ELECTRICAL POWER FAILURES, SURGES OR OTHER IRREGULARITIES WHILE IN THE CUSTODY OR CONTROL OF BUYER OR ITS CUSTOMER OR CONTRACTORS. CHC IS NOT RESPONSIBLE FOR PROBLEMS CAUSED BY HARDWARE OR COMPUTER OPERATING SYSTEMS WHICH ARE NOT COMPATIBLE WITH THE SYSTEM SPECIFICATIONS AS SET FORTH IN CHC'S TECHNICAL DOCUMENTATION, CHC SHALL HAVE NO LIABILITY WITH RESPECT TO DELIVERABLES THAT WERE SUBJECTED TO ABUSE, VANDALISM OR MISUSE, THE WARRANTY SET FORTH HEREIN IS THE SOLE AND EXCLUSIVE WARRANTY, IN LIEU OF ALL OTHER WARRANTIES, AND NO OTHER WARRANTIES OF ANY KIND SHALL APPLY, WHETHER EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, AND FREEDOM FROM THIRD PARTY INFRINGEMENT CLAIMS, Force Majeure. The parties shall not be liable to each other for any Loss, damage or other claim whatsoever arising out of a delay, failure or inability to perform any obligation(s) contained in the purchase agreement which is beyond a party's reasonable control. Such causes may include, but are not limited to, any act of God, fire, flood, lightning, earthquake, tornado, labor disputes, transportation delays, war, terrorism, revolution, riot, sabotage, act of the public enemy, explosion, embargo, confiscation or act or failure to act of any government, agency, board or commission. Lack of finances shall in no event be deemed to be a cause beyond a party's control. Assignment: Assignment of this Purchase Order or any interest therein, or of any payment due or to become due hereunder, without prior written consent of the other Party to this Purchase Order is void. Waiver: No waiver by CHC of any breach of the terms and conditions or performance of this Purchase Order shall constitute a waiver of any subsequent breach,, Rev, 05/10/22 Consolidated Supply Co, * * uotation ** Send P/0 To: CONSOLIDATED SUPPLY CO - TIGARD 7337 SW KABLE L. E TIGARD, OR 97224 Bid To APEX MECHANICAL LLC PO BOX 1652 BATTLEGROUND, WA 98604 Requested By: JAMES Phone # : 360-558-1986 Bid #: S011151328 Page #: 1 Phone # : 503-620-7050 Ship To: APEX MECHANICAL LLC MAIN ACCOUNT 1507 SE EATON BLVD MAIN ACCOUNT BATTLEGROUND, WA 98604 JOB: LIONS POOL Bid -Date —Expr-Date —Writer Salesperson Ship Via- 12/05/22 01/04/23 Dylan Wallace - Tiga Dylan Wallace - Tigar Quantity Description 200' 30ea 6ea l0ea 6ea 4ea lea lea 2ea 2ea 2ea 4ea 2ea 1"X20' L HARD COPPER TUBE 1" CXC 90 1" CXCXC TEE 1" CXM ADAPTER 1" CXC CPLG WITH STOP (1-1/8" OD) CTS BF004 4" SWT FLANGE WROT COPPER DIELECTRIC FLANGE ADAPTER W01940NL LL WATTS LF25AUB-Z3 3/4" PRES REG WITH UNION INLET 009257 25-75 PSI ADJUSTABLE RANGE LL WATTS LF25AUB-Z3 1" PRES REG WITH UNION INLET 9309 4"X4"X1" CXCXC TEE *Special - Subject to Restock Fee* 4" CXC CPLG WITH STOP PPP 19145P 1" CLEARFLOW NIPPLE 4" FLG BOLT & NUT SET ZINC CONSISTING OF 8 EA 5/8"X3" BOLT W/ HEX NUT (BOXED) LESS GASKET 4"X1/8" RED RUBBER FULL FACE GSKT NEW STD 150 LB Bid Total Bid Amount Unit Price Ext Price 5.315ft 4.084EA 9.162EA 6.657EA 2.238EA 123.705ea 191.769ea 275.462EA 121.015ea 48.593EA 26.320ea 9.470EA 1063.00 122.52 54.97 66.57 13.43 494.82 191.77 275.46 242.03 97.19 52.64 37.88 3.111EA 6.22 2718.50 -------- 2718.50 Thank you for requesting a quotation from Consolidated Supply Co. ("Consolidated") for certain materials you need for the project identified in the attached or enclosed quotation document (the "Project"). The enclosed quotation to you is made subject to the following terms and conditions: 1. You must carefully review the quotation to confirm that it meets your requirements before using it for a bid. Unless you have provided Consolidated with a detailed bill of materials and specifications with your requirements (with any applicable addendums), this quotation is only a good -faith estimate of the material types and quantities that may be required for the Project. Building plans alone do not constitute a detailed bill of materials or specifications, particularly if more than one supplier or subcontractor may be involved in supplying plumbing and/or waterworks materials. You agree that all risk of loss arising from the use of this quotation for bidding purposes -including any loss relating to errors in scope, quantity, price, time, and place of delivery -is on you. Notwithstanding anything to the contrary in this paragragh, you are responsible to specify and select appropriate materials for your intended use. Consolidated provides no design, engineering, or other professional services and cannot recommend or warrant goods to be fit for your particular pulposes. 2. If you place an order with Consolidated for work or materials for the Project, the resulting contract will be subject to Consolidated's General Terms and Conditions of Sale. If credit is provided by Consolidated, then that credit is provided on Consolidated's general credit terms and conditions. These terms and conditions are available to you upon request and can be viewed on our website at www.consolidatedsupply.com. 3. Delivery under this quotation is FOB Consolidated's OR manufacturer's facility. If the quotation includes delivery to a jobsite, Consolidated may use a method and carrier of Consolidated's choice, unless otherwise stated in the quotation, and Consolidated assumes that the location is legally and physically accessible to interstate freight carriers operating under ICC regulations. Unloading labor will be provided by purchaser. Additional charges may apply if these assumptions are incorrect or if multiple deliveries are required. Consolidated will make a good faith effort to meet delivery dates agreed to in writing, but cannot guaranty delivery dates for goods not in stock or for which the teuiis of delivery are outside our control. 4. Except as otherwise provided in Section 5 below, pricing in this quotation is based on unit amounts and is based on the expectation that goods will be ordered within 30 calendar days from the date of the quotation. Consolidated may extend quoted prices on a case -by -case basis beyond the 30-day period. Consolidated reserves the right to correct or withdraw this quotation in the case of clerical error. Any change in quantities ordered or time for delivery may result in a change of the quoted prices, including unit prices, unless otherwise agreed to by Consolidated in writing. 5. Due to the current unstable market and price conditions, Consolidated reserves the right, at any time after the date of this quotation and until the time of shipment, to adjust the delivery times and/or increase the prices set forth in this quotation to address price and availabiltiy factors, including but not limited to government regulations,tariffs, transportation, fuel and raw materials costs. Any material deliveries delayed beyond manufacturer lead times may be subject to applicable storage fees in effect at the time of shipment. This quotation is not a bid or a lump -sum quote, unless specifically stated in the quotation. Project: 2232 2232 Lion's Pool 509 West Pine Street Yakima , Washington 98902 RFI #2: Equipment Questions Status Open To Sarah Granger (Apex Mechanical) From Sarah Granger (Apex Mechanical) 1507 SE Eaton BLVD Battle Ground, Washington 98604 Date Initiated Nov 16, 2022 Due Date Nov 19, 2022 Location Project Stage Pre -Construction Cost Impact TBD Schedule Impact TBD Spec Section Cost Code Drawing Number Reference Linked Drawings Received From Chuck Hatman (Apex Mechanical) Copies To Activity Question Question from Sarah Granger Apex Mechanical on Wednesday, Nov 16, 2022 at 10:18 AM PST On page M3.3 for Hydronic piping the make up water is to be demoed and on new piping there is no point of connection. Do we need RPBP/ PRV installed? Please advise! On the drawings or the schedule there is no air Seperator indicated. Does the system need an Air Seperator? Please Advise On the Mechanical drawings or equipment schedule there is no pressure tank indicated. Does the system need a pressure tank? Please Advise On the Mechanical or equipment schedule there is no Chemical Pot Feeders. Does this system need a Chemical Pot Feeder? Please Advise Awaiting an Official Response r. ake-up water: ake-up water assy is shown as existing. If missing RPBP, provide a 3/4-inch to replace the existing check valve. The tie in location to the heating loop is between the boiler and the pump (suction side of the pump). Expansion tank: Expansion tank shall be Amtrol AX-60 (33.6 gallons total capacity, 11.3 gallons acceptance factor), or equal. Same tie-in location as the make-up water. Air Separator: Shall be 4-inch air separator by Amtrol, Bell & Gossett, or equal. Same tie-in location as the make-up water. Yes, pot feeder is needed. 5-gallon J.L. Wingert or equal. Provide with isolation valves on both side of feeder. Page 1 of 1 Printed On: Nov 16, 2022 10:18 AM PST