HomeMy WebLinkAboutMascott Equipment CO, INC - Fuel System Site Repair ProjectAGREEMENT 22026S
Fuel System Site Repair Project
THIS AGREEMENT, entered into this 7 Nay of May, 2020, between the City of Yakima, a Washington municipal
corporation ("City"), and Mascott Equipment Company, Inc. ("Contractor).
WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as
follows:
1. Scope of Work
The Contractor shall perform all work and service(s) and fumish all tools, materials, labor and equipment (collectively
referred to as "Services") according to the procedure outlined in the specifications of Quote #22026S titled Fuel System
Site Repair Project and the quote documents, which are all attached and incorporated herein as Exhibit A, and any
applicable construction standard(s), which are by this reference incorporated herein and made a part hereof, and shall
perform any alterations in or additions to the work provided under this Contract and every part thereof.
Work is estimated to be complete within 30 days after Notice to Pr. Final work schedule shall be coordinated
with Project Coordinator Kerry Jones, Fleet & Facilities Manager at (509) 576-6412.
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 fumished by the City of Yakima.
2. Compensation
The City agrees to pay the Contractor according to Exhibit A, attached hereto and incorporated herein, which Exhibit
includes the schedule of itemized prices as listed in the Contractor's Quote submittal at the time and in the manner and
upon the conditions provided for the Contract.
3. Change Orders
Any proposed change In this Contract shall be submitted to the other party, as listed herein, 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. Contractor may be required to provide a detailed cost estimate for the proposed change.
4. Agency Relationship between City and Contractor
Contractor shall, at all times, be an indep- • - nt 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.
S. Successors and Assigns
a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests
accruing from this.Cqntract without.the prior written consent of the other.
b. The Contractor for himself, arid for his heirs, executors, administrators, successors, and asegns, does
hereby agree to the hill 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
AGREEMENT 22026S FUEL SYSTEM SITE REPAIR PROJECT
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.
7. Inspection and Production of 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. Contractors records relating to the Services will be
provided to the City upon the City's request.
b. Contractor shall promptly fumish 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 perfo -1 by Contractor under this
Contract,
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 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 Contractoes services under this Contract must be retained by Contractor for the
minimum period of time required pursuant to the Washington Secretary of State's r s rds retention
schedule.
d. The terrns of this section shall survive any expiration or termination of this Contract.
B. Work Made for Hire
All work the Contractor performs under this Contract shall be considered wadi 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.
9. Guarantee
Contractor warrants the Services will be free from defects in workmanship for a period of one year following the date
of completion and acceptance of the Servi • Manufacturer printed warranty on equipment applies.
10. Compliance with Law
To the extent applicable, all equipment or materials shall comply with Washington State vehicle regulations, Federal
regulations, OSHA and WISHA requirements, to include EPA standards and City safety
4 6 "
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.
AGREEMENT 22026S FUEL SYSTEM SITE REPAIR PROJECT
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 State Contractor Registration number.
c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration
number, as required in Title 85 RCW.
d. 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 39.06.101 or 36.12.065(3).
e. Contractor must provide proof of a valid Washington Employment Security Department number as
required by Title 50 RCW.
11. Prevailing Wages
The Contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work.
a. RCW 39.12.010 - the Prevailing Rate of Wage. It is solely the responsibility of the Contractor to
determine the appropriate prevailing wage rate for the services being provided.
b. RCW 39.12.040 - Statement of intent to Pay Prevailing Wages and an Affidavit of Wages Paid. Before
an awarding agency may pay any sum due on account, it must receive a statement of Intent to Pay
Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a
public work project, and before any final money is disbursed, each Contractor and Subcontractor must
submit to the awarding agency an Affidavit of Wages Paid, certified by the Department of Labor and
Industries.
c. RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations. Any fees charged by the
Department of Labor and Industries for a • • • vals or fees to cover costs of arbitration conducted shall
be the responsibility of the Contractor,
The State of Washington prevailing wage rates applicable for this public works project, which is located in Yakima
County, may be found at the following website address of the Department of Labor and Industries:
htIos://fortr- .wa.00vilnookuplprvWactelookgp.aspx.
Based on the quote submittal for this project, the applicable effective (start) date of this project for the purposes of
determining prevailing wages is the quote date, April 3, 2020.
A copy of the applicable prevailing wage rates are also available for viewing at the City of Yakima Purchasing office,
located al129 N 2nd Street, Yakima, WA 98901. Upon request, the City will mail a hardcopy of the applicable prevailing
wages for this project.
12. Certified Payroll for Non -Federally Funded Projects
Upon request by the City or by an Interested Party, copies of certified payroll shall be provided to City, with employee
information such as last name, SSN and address, redacted in accordance with RCW 42.56.230, in order to provide for
public records requests.
AGREEMENT 22026S FUEL SYSTEM STE REPAIR PROJECT
The City reserves the right lo require Contractor to deliver to City a copy of the non -redacted Certified Payroll if City
deterrnines, in its sole discretion, that, such non -redacted copy is necessary or appropriate in order to enable City to
comply with any applicable law.
RCW 42.56130 (7)(a) Pprgopel tnfoimation Exemption: Any record used to prove identity, age, residential address,
social security number, or other personal information required to apply for a driver's license or identicard.
RCW 39.12.010 (4): An "Interested Partyfor the purposes of this chapter shall include a Contractor, Subcontractor,
an employee of a Contractor or Subcontractor, an organization whose members' wages, benefits, and conditions of
employment are affected by this chapter, and the director of labor and industries or the director's designee.
WAC 296427-320 Payroll:
(1) Each Contractor shall keep accurate payroll records for three years from the date of acceptance of the public works
project by the contract awarding agency, showing the name, address, Social Security number, trade or occupation,
straight time rate, hourly rate of usual benefits as defined by WAC 296.127414(1), and overtime hours worked each
day and week, including any employee authorizations executed pursuant to WAC 296.127.022, and the actual rate of
wages paid, for each laborer, worker, and mechanic employed by the Contractor for work performed on a public works
project.
(2) A Contractor shall, within ten days after it receives a written request, from the department or from any interested
party as defined by RCW 39.12.010(4), file a certified copy of the payroll records with the agency that awarded the
public works contract and with the department.
(3) A Contractor's noncompliance with this section shall constitute a violation of RCW 39.12.050.
13. 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, national 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
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.
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.
14. 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, its elected and appointed
officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands, losses,
liensrliabilif penalties, fines, lawsuits, and other proceedings.anrLalljudgments_aw. • - 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, or their elected or appointed officials, officers,
employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its
AGREEMENT 22026S FUEL SYSTEM SITE REPAIR PROJECT
proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages or
costs and expenses, including reasonable attomeysfees.
c. Contractor's Waiver of Employer's Immunity under Title 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 Contractors 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 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 RCW, 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.
15. 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 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 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 as evidence of coverage for each of the policies and
outlined herein. A copy of the additional insured endorsement attached to the policy will be included with the certificate.
This Certificate of insurance shall be provided to the City, prior to commencement of work.
The following insurance is required:
a. Commercial Liability Insurance. Before this Contract is fully executed by the parties, Contractor shall
provide the City with a certiffcate of insurance as proof of commercial liability insurance with a minimum
liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and
property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carries
higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and
the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be -named
as additional insureds for such higher knits. The certiffeate 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 Yakima, 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
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's review or acceptance of insurance maintained by Contractor is not intended to
AGREEMENT 22026S FUEL SYSTEM SITE REPAIR PROJECT
and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this
contract.
b. Automobile Liability Insurance.
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of
insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars
($2,000,000.00) per occurrence. If Contractor carries higher coverage limits, such limits shall be shown
on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials,
employees, agents, attorneys and volunteers shall be n. -1 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 Yakima, its elected and appointed officials, employees,
agents, attomeys 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 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'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 Subcontractor(s) shall al 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 Employers Liability insurance with a limit of no less than
$1,000,000.00. The City 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 Contractors
liability or responsibility.
Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under
this Contract. Any insurance, or self-insurance maintained by the City shall be in excess of the Contractors insurance
and shall not contribute to it.
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.
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, its officers, elected and appointed officials, employees, agents,
attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence.
16. Severabillty
If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid,
such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term,
condition or application. To this end, the terms and conditions of this Contract are declared severable.
AGREEMENT 220265 FUEL SYSTEM SITE REPAIR PROJECT
17. Contract Documents
This Contract, the Invitation to Quote #22026S, Scope of Work, conditions, addenda, and modifications and
Contractor's proposal (to the extent consistent with Yakima City documents) conshlute 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 - Convenience
This Contract may be terminated by either party by giving thirty (30) days written notice of such Intent and will become
effective thirty (30) days from the date such written notice is delivered to the applicable party to the Contract.
19. Termination - Cause
The City reserves the right to terrninate this Contract at any time, upon written 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 far such termination shall be upon receipt of the notice, or three days
after the notice is mailed first class mail, certified with retum receipt requested.
20. Force Majeure
Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics — to include
government shut -down due to COVID-19 pandemic events, 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,
21. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington.
22. Venue
The venue for any action to enforce or interpret this Contract shall lie in a competent jurisdiction in Yakima County,
Washington.
23. Authority
The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has - - fully autho
by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and
provisions of this Contract.
24. Notice
Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered
in person or by ovemight courier, facsimile or first class mail, certified with return receipt requested. Notices to the parties
shall be delivered to:
AGREEMENT 22026S FUEL SYSTEM TE REPAIR PROJECT
,"7
TO CITY: City of Yakima Purchasing TO CON
129 North S - ,..nd Street
Yakima, WA 98901
CTOR: Mascott Equipment Company, Inc.
200 S 20th Avenue
P o, WA 99301
25. Survival
The foregoing sections of this Contract, 1-24 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 CONTRACT NO
RESOLUTION NO.
MASCO .EDUIP
By:
(Prink name)
AGREEMENT 22026S FUEL SYSTEM SITE REPAIR PROJECT
EXHIBIT A
22026S QuoteSpecifications Pro ol
Separate Attachment
AGREEMENT 220265 FUEL SYSTEM SITE REPAIR PROJECT
0
A
col 1-1
AT
Recommerida.tdons of Award for Quote No:
7/eascott
EGGIOMENT
Since 19611
Poniard, OR Seatlie, WA
(503) 282.2587 (206) 763-7867
Paaco, WA Anchorage, AK
007) 561-1119
(509) 543-2018
Ship -to: 2301
CITY OF YAKIMA
2301 FRUITVALE ROAD
YAKIMA, WA 98902
8111 -to 4669
CITY OF YAKTMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
Reference #
TLS -350
Sisp
Terms
NET 10TH
()rioted By: DCN Quoted To:
Item
STEVE WILLIAMS
Description
VR848290-022
VR8463941-109
4 VR3293564102
VR330424-003
VRH46400-100
V1R886100-0111
V112886100-0110
VR79-1380-208
VR794380-322
VR794380-321
VR330020-425
VR329358-001
VR330161-003
FACTORY FREIGHT
LABOR -TC
TRIP CHARGE -T(110
,0*-E1s.350 TANK MONITOR
CONSOLE, LIS350 PLUS W/P1UNTER
10-1ANK MAC6PLUS VR
MODULE. PROBE INTERFACE
FLOA.I KIT, 4" DIESEL-WA'1'EI2
FLOAT KTT, OAS 2", 5' CARLE
KIT. PROBE INSTAI,I 4" OAS
KI PROI3F INS CALL 4"GAS FI OA I
SENSOR, PIPING NON-DISCRIMINA I
SENSOR, DISPENSLR DISCRIMINATI
SENSOR., NON-DISCRIMINAlING PAN
MODULE, I: 1 I IFRNI "I ECP/IP COMM
MODIJI.F, I N.1 12STI TLIQl D SENSOR
MODULE, SOFTWARE FNIIANCL: CSEI
FACTORY FR El rr
" MASCO ET TECIINICAL SERVICES
LADOR, (0D-Site/Shop Scrvico)
REMOVE EXISTING ANI... Mt/NIlOR
SYSTEM. INSTA LI . NEW 1TS-33o.
AT CONCLUSIC/N OF FucriticAL.
PROGRAM SYSTEM TEST COMM
TES FOR PROPER OPERATION.
PROVIDE UP '10 2 HOURS 01,
OPERATOR TRAININCi,
LAB()1Z, ERAVEt -11-SO MIITACIE
Whse Freight
02 BILLED BEST METHOD
Number
Date
Page
QUOTE
062358
04/02/2020
1
Ship Via
Effective: 0-4/03/2020
Ordered UM
1 EA
2 EA
I EA
1 EA
1 EA
1 EA
1 EA
6 EA
2 EA
2 EA
1 EA
1 EA
$ EA
1 EA
1.00 EA
EA
Expires. 05/05/20211
5063.401 EA
2354.001EA
822.00 EA
195.00 EA
452.20 EA
521.00 EA
-10.00IEA
286.00 EA
646.00
520.00
EA
EA
917.71 EA
1227.00 EA
1754.01) EA
2011.0111 EA
1
5063.40
4708.00
822.00
195.00
452.20
521.00
408.00
1716.00
1292.00
1040.110
917.71
1227.00
1754.00
200.04)
1750.001 EA 1750.00
206.19 EA
p
206.19
Credit card payments are subject to 3% service tee.
ACCEPTED FOR PURCHASE
IE/?AIS AND CONINUONS SD' FORTH (
0
kA-erv-in
Signature:
Date: Li/29/2-
0
SHALL 1::,1,Z111.SUI'llY GC)1°ERN 71440
-e- 01 erne rl. ,, hOWfit1(3, Al rte ni- 2 2_0 ale s slitat‘, Continued on next Dade _
‘s
0 ° V e- ri 91rle--, 54 it 0,rtd., 4e -rills of i'vi&.1---alLal-irriA 'St...I-Iv-ices.
Since 1960
QUOTE
Ponland, OR Seethe, WA Pasco, WA Anchorage, AK
(503) 282-2587 (206) 763-7867 (509) 543-2018 (907) 561-1119 Number 062358
Date 04/1)2/2020
Page 2
Ship -to: 2301
CITY OF YAKIMA
2301 FRUITVALE ROAD
YAKIMA, WA 98902
Bill -to 460
CITY OF YAKIMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
Reference #
TLS -350
Sisp Tams Whse Freight
11
NET 10TH t, 02 BILLED
Quoted By: DCN Quoted To: STEVE WILLIAMS
Effective: 04/03/2020
Ship Vie
BEST METHOD
Expires: 05/05/2020
Item
FILING FEE
PW ADMIN
Description Ordered UM
FILING FFF.. PREVAILIN( 1 WAG1-
ADMININ1 RA ITVELK
4'1 NOTES
1. N( 11 INCLUDLD
2. MASCOTT NOT RESPONS11:31.F. E( IR
CONDITION OF IXISTINO WIli FS.
CAW .FS ANT) CONDUITS. S110IrI.1)
DAMAGE OCCUR. DURING UMOVAL
OF EXISTING SYS 11.:M AND INSIALE
01 NM SYSTEM, P.12,1)AlltS WILL 131'.
CONSTT)FRED AN EXTRA ANI) W11.1.
BTI .1 Al 01/R l'REVA I LINO
RATE, 111,1JS TRAVT°.1,/M1
EA
EA
Price UM
;EA
25.00 EA
Extension
-10.00
25,00
Credit card payments arc subject to 3% service fee.
ACCEPTED FOR PURCHASE
TERMS AND CONDITIONS .S'ET FORTH (
Zoog • r
4 -ere -OA
Signattir
SHALL GO!! SALL
ovvt
yeerritAri, '2:21)2143 Continued on next page
4.11e, Cet o f- nSintlA,-1-1/3-v)Srvi'cieC •
2
Since 1960
Pornand, OR SlII NA
(503) 282-2587 (205) 763-7867
Pasco, WA Anonoiago AK
(509) 543-2018 (907) 561-1119 Number
Date
QUOTE
Page
062358
04/02/20211
3
Ship -to, 2301
CITY OF YAKIMA
2301 FRUITVALE ROAD
YAKIMA, WA 98902
Bill -to 4669
CITY OF YAKIMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
Reference 0
TLS -350
Quoted Ely: DCN Quoted To ;
SI* Terms Whse Freight
11 NET 10TH 02 BILLED
STEVE WILLIAMS
Ship Vie
BEST METHOD
Effective: 04/03/2020 Expires: 05/05/2020
ITEM
DESCRIPTION
ORDERED
PRICE UM Extension
1,) EXCLUSIONS: (Unless No ed) Site Improvements 8 Inspection Plana, Permits, Installation Misc Pipe Fitting/Access° les Electrical, Sales Tex and any
item(s) not speclficalty listed above
2) PC. COMP ANC DISCLAIMER d is solely the Customer's responsibility to verify PCI compliance and Network Processing complance with their Merchant
Provider Mascott will not be liable for direct, special or consequertial damages, business interrupt on or loss 01 profits, sustained by Customer or any party
Cl8nThrOg by, 01401.1911 or under Me Customer
3.) PERFORMANCE Mascott or employees are not licensed engineers Performance of equipment is based on accuracy of reormation provided by Owner or
their Representatives Guaranteed performance require certification by a licensed engineer
4) EQUIPMENT ONLY. Subject to Owner's or Engineers appioval, Quotation limited to equipmenUquanlities listed Owner or Installing contractor are
responsible to determine actual quantities of pipe fittings & accessories
5.) STARTUP a WARRANTY, Where redt warranty certificat43n by Authonzeo Service Rep, (ASR) of equipment startup & basic training is offered on a lime 8
maienais basis 6 $92 - hourl$0,85 a mile rriltss otherwise listed %lessee's responsibility is limited to factory's published warranty Ovmer is responsible for
excessive travel cnarges less manulaciurer (11Any) credit
li-Gys,t Ir-i.bir‘ "inst.44"-•,..
6,)1F REIGHT SHIPMENTS Freiht shipments are rob ess otherwise listed Owner or Owner's contractors are resporisesie for offoacang uness
. . i
. ,
ot ervvise listed Excessive standby time by carrier due to offloading may result in additions! charges All freight shipments are 10 be inslpecled on receipt, tor
visible damage and noted on 81(1 of Lading Crated & boxed freight must be opened 3 contents irspected w ib 24 hours of receipt for hdden damage Owner is
responsItHe 10 reportdamage &Indy t0 QUM t immediately Failure lo contact carrier within specified timelines may result in rejection of claim
7 ) LEAD TIME, Mascott can not guarantee factory quoted lead time. Special order equipment requires approval of submittal drawings prior to production Lead
times quoted commence upon receipt of drawings 8 required deposits
epos Li 12 on QUO a
FUEL SURCHARGES. Many manufacturers now add fuel swcharges to cover the high 0051 01 fuel in shipping Piease note customer is responsible for
surcharges. Mascoit will inciud these charges on your Invoice
10) PREPAYMENT TERMS OFFERED' 1% prepayment discount available, subject lo Mascott's Credit Manager's approval
11.) CREDIT CARD PAYMENTS Subject to 3% Service Fee, Subject to Mascot's Credit Manager's approval
acceptance
12) FACTORY PRICE INCREASES Unscheduled factory price ircreases aptly at time of ceder Please confirm ALL pricing with your sales person prior to
PRODUCTION SCHEDULE
13 )*SPECIA.. ORDER EOUIPMENT 8 SERVICE CANNOT BE RETURNED FOR CREDIT OR CANCELLED ONCE EN-ERED INTO MANUFACTURER'S
Thank you for your business.
Merchandise
22337.50
1 FACIORY UNLESS SI-IA:Ill I 1)
Credit card payments are subject to 3% service fec.
ACCEPTED FOR PURCHASE
7 DUI'S AND CONDITIONS SEi FORIH
Tax
.110
1854.1)1
Signature:
Ner
Fris9n11 Total
.00 24191.51
SHAIJ. JLV L1I.Y.1 Y (.101 7...R.N 7 eN74LE
0 er how-e-vt-ri AlVe. -tea- ° 2-CoS
(3over `Hie, and.
•
Continued on next page
Oc" il(151-e-4.11.C111.51) 'P-11\trIt•-;(c›-
E. OA IPMEINT
Since 1960
Portland, OR Sertie WA
(503) 282-2507 (200) 763.7667
Pasco, WA Anchorage, AK
(508) 643-2018 (007) 581-1110
QUOTE
Numbs, 062345
Dee 04/03/2020
Page 1
Ship -to: 302
CITY OF YAKIMA
302 N FIRST ST.
YAKIMA, WA 9
' I
1
Bill -to: 4669
CITY OF YAKIMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
Reference 0
STEVE WILLIAMS
AHH
Slap Toms
1-1 i NET 10TH
Quoted To:
DEAN SMITH
Freight
02 BILLED
Effective: 04/01/2020 Expires:
Ship Via
SERVICE
06/01/2020
Item
Description
OVERFILL PREVENTION BALI.
FLOAT DEVICE IS SEIZED IN TANK
RISER AND UNABLE TO BE REMOVED
OPW7ISO-410C OVERFILL VALVE, 4" EVR I 0DIA
MISC PLUMBING 4"X3" PIPE NIPPLE
LA BOR -TC -PW
FILING FEE
PW ADMIN
LABOR. PREVAILING WAGE
FILING FEE, PREVAILING WAGI.
ADMINISTRATIVE TEE
TRIP CHARGE-TC80 LABOR. TR AVEI 41-80 MILEAGE
MASCOTT TECIINICIAN TO REMOVE
EXISTING BALI. FLOAT. CLEAN
THREADS. INSTALL NEW OVERFILL
VALVE IN !AIM 'FANK WI SHUT OIF
AT95%. RI OUT AND sunmrr
DEPT OF ECOLOGY RETROFIT PAPER
WORK.
REPLACE NIPPLE IN UNI.F,AD
SPILL CONTAINMENT.
NIPPLE IS TOO LONG ANI) 11115
LID WI IF,N CLOSED.
****TANK CIIART W11.1.131-. NEEDED
FOR INSTA1.1.*******"
Ordered UM
I EA
1 EA
1.001. EA
1 EA
1 EA
1 EA
Credit card payments are subject to 3% service fee.
ACCEPTED FOR PURCHASE
TERMS AND CONDITIONS SET FORTH
Signature
Priv IUM
Extension
kamOnte: 17-9120
SHALL EXCLUSIVELY GOVERN SALE
Nito To 4- A— or
Cont nu
04- ?2('7.
0ver() -line_ 14.1-e curl& -1-evros of- Sexlv\tts •
on next gene — Li
ascott
MUiPswisset
Since 1960
Portland, DR Seattle, WA Pasco, WA Anchorage, AK
(503) 282-2587 (206) 763-7867 ;509) 543-2018 (907) 5E1-1110
Ship -to: 302
CITY OF YAKIMA
302 N FIRST ST.
YAKIMA, WA 98902
Reference N
STEVE WILLIAMS
Quoted By: AHH Quoted To;
ITEM
Bill -to: 4669
CITY OF YAKIMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
DEAN SMITH
DESCRIPTION
Effective:
04/01/2020
QUOTE
Number 062345
Date 04/03/2020
Pogo 13
Ship Via
SERVICE
Expires: 06/01/2020
ORDERED UM
PRICE IUM
Extension
1,1 EXCLUSIONS: (Un)ess Noted) Site Improvements & Inspection Plans, Permits, Installation, Misc Pipe FItting/Accemonee Electrical. Sales Tax and any
re(s) not 5 catty listed above.
2) PCI COMPUANCE DISCLAIMER. it is solely the Customers responsibility to verify PCI compliance and Network Prodeseing compliance with their Merchant
Provider, Masco* will not be liable for direct, special or consequerdial damages, business interruption or 102S Of profits, sustained by Customer or any Party
claiming by, through or under the customer,
3.) pERFORMANCE, Mescott or toyees are riot licensed engineers Performance cit equipment is based on accuracy of information provided by Owner or
their Representaterm Guarani performance reguire medication by a lioensed engineer
4.) EQUIPMENT ONLY Subject to Owner's or Engineers approval Quotation limited to equipment/quantities listed Owner or Installing contractor are
responsible to determine actual quantities of pipe,Ttlings & accessories
5,) STARTUP & WARRANTY-, Where reqd warranty cortifiestom by Authorized Service Rep, (ASR) of equpment startup & basic training it offered on a time &
materiels basis la $92 - houri$0,95 a mile unless othensose listed, Mascoe's responsibility is limited to factory's pub)lened warranty, Owner Is resoonsbe for
excessive travel charges lesS Mariefeclurer (If Any) bre
TT
Sit FREIGHT SHIPMENTS, Freight shipments are fob unless otherwise listed Owner or Owner's contractors are responsible for Offloading unless
otherwise listed Excessive standby time by e,arrier due to offloading may resat in eddItional charges. Al freight orapments are to be metpectect on taboo for
visible damage and noted en Bill of Lading, Crated & boxed freight musfbe opened & contents Inspected with 24 hours of tecelpl for hidden damage, Owner 4
resperieible to rt damage direly to carrier Immediately. Failure 10 contact carrier within swift -A timelines may result in rejection of Haim
7.) LEAD TIME: Mascott can not guarantee factory quoted lead lime Special order equipment requires approval of submittal drawings prior to production. Lead
times quoted comment:* upon receipt Of drawings & requIred Moores.
Yit • 4 • :011 r eti 01'
ee u noro
9.) FUEL SURCHARGES. Many manufacturers now add fuel surcharges to cover the high cost of fuel in shipping Please note customer is responsible for
surcharges Masotti will Include ihese charges on your Invoice
10.) WAYNE FUELING EQUIPMENT (WY) TERMS: Pricing quoted reflects a 2% cash discount, Payments must be received within 10 days of Invoice date to
qualify. Otherwise ADD 2% to Invoice Initial.
PREPAYMENT OPTION: 1% discount offered on Wayne Fueling dispensers (Only) when paid in full at time of acceptance Initial:
11.) CREDIT CARDS: Are NOT accepted as payment without written authorization from Mascott's Credit Manager
12 ) FACTORY PRICE INCREASES: Unscheduled factory price increases will apply at time of order. Please confirm ALL pricing with your sales person prior to
acceptance.
Thank you for your business
2345.54
FOR FACTORY UNLESS SPECIFIED
Credit card payments are subject to 3°/0 service fee.
ACCEPTED FOR PURCHASE
TERMS AND CONDITIONS SET FORTH
Misc
.00
194.68
Freight
TONI
2540.22
ate: 4/-2-01 kr)
SHALL EXCLUSIVELY GOVERN ALE
UleMeY1-1 11D\A) re:chr)ni— 202,,,to Continued on next pacie
VI L -11/1-L 5a1e_,a ern s OC--
ascott
LIPMENT
Since 1960
Portland. OR Seattle, WA
(503) 282-2587 (208) 783.7857
Pasco. WA Anchorage AK
(509) 543-2018 (907) 561-1119
E-xhibd74
-
QUOTE
Number 062347
,
Date 04/03/2020
Pacie
Ship -lo. 2301
CITY OF YAKIMA
2301 FRUITVALE ROAD
YAKIMA, WA 't'12
PvU
B111-10: 4669
CITY OF YAKIMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
Refenence 0 Slap Terms
STEVE WILLIAMS H NET 10TH
1
QuotedBy: AHII Quoted T�: DEAN SMITH
Item
EBW705-490-01-BLK
OPW7 I SO -410C
MISC. PLUMBING
RENTAL
RENTAL
CONCRETE
MISC. MATERIAL
CONCRETE DISPOSAL
SHOP -TC
LABOR -TC -PW
FILING FEE
PW ADMIN
TRIP CHARGE-TC80
Description
UST INSPECTION FOUND SEVERAL
ITEMS NEEDING REPAIR, UNLEAD
SPILL BUCKET CRAKED AND
OVERFILL PREVENTION VALVE
SEIZED IN SPILL BUCKET. DIESEL
OVERFILL PREVENTION NOT SEC
PROPER SHUT OFF. OVER 95%
SPILL CONTAINER. 5 GAL W/DR AIN
OVERFILL VALVE, 4" EVR 10DIA
4"X7" NPI NIPPLE. BLACK
RENTAL CHARGE/ DEMO I IA MMER
RENTAL CHARGE/CONCRETE SAW
READY MIX CONCRETE W/ TR.A1LER
REBAR DOWELS
CONCRETE AND DEBRIS DISPOSA1.
Misc. Materials Pasco Used
LABOR. PREVAILING WAGE
FILING FEE, PREVAILING WAGE
ADMINISTRATIVE FEE
LABOR, TRAVEL 41-80 MILEAGE
Mee Fnelght
02 BILLED
- —1—
Effective :I 04/01/2020
Credit card payments are subject to 3% service fee.
ACCEPTED FOR PURCHASE
Ordered UM
1 EA
2 EA
2 EA
I EA
1 EA
I EA
12 EA
I EA
I EA
1.00 EA
I EA
1 EA
4 EA
Slup Vla
SERVICE
Expires: 06/01/2020
Pe'ca UM
Y'''-4,1 .1,e\
e ° '
Extension
TERMS AND CONDITIONS SET FORTH SHALL EXCLUSIVELY GOVERN "SALE
hpwcvcr Y\I" 2:2.0-2.VD s slivi\Continuea on next pauo
ouveryti 'salt AA& -1/2eoms OEiai-cackiltY0 ..ervYces,
2/(ascott
giegUIPMENT
Since 1960
)4 -/-
QUOTE
Portland, OR Seattle. WA Pasco, WA Anchorage, Al<
(503) 282-2587 (206) 763-7867 (509) 543-2018 (907) 581-1119 Number 062347
'Date1 04/03/2020
Ship -to: 2301
CITY OF YAKIMA
2301 FRU1TVALE ROAD
YAKIMA, WA 98902
Bill -to: 4669
CITY OF YAKIMA
ACCOUNTS PAYABLE
129 NORTH 2ND STREET
YAKIMA, WA 98901
Reference * Sisp
STEVE WILLIAMS
Quoted By:
Terms 1,447se Freight
NET 10TH 02 BILLED
AHH Quoted To DEAN SMITH
Effective: 04/01/2020
ITEM DESCRIPTION
P8gS 3
Shp Vie
SERVICE
xpires-106/01/2020
ORDERED LM PRICE IIN4
Extension
1,) EXCLUSIONS (Unless Noted) Site Improvements & Inspection Plans, Permits. Installation, Misc. Pipe Fiteng/Acceseones Electrical, SalesTax and any
Refills) not spectficaily listed above.
PC) COMPLIANCE DISCLAIMER., 0. is solely the CaliteftterS responSibilky ID verify RCI complianCe and Network Ptomain COmpiRnce with their Merchant
Provider Mattoon will not be liable for deect, special or consequential damages, business interruption or loss of profits, sustained by Customer or any party
claiming by, through or under the Customer
3.) PERFORMANCE. Mascot( or employees are not liconsed engineers Performance of equipment is based on accuracy of information provided by Owner or
their Representatives Guarant performance require certification by alicensed engineer,
4.) EQUIPMENT ONLY: Subject to Owner'S or ErVirleer$ approval Quotation limited to equipmenViquentities listed Owner or Installing contractor are
responsible to determine actual quantities of pipe,littings & accessories
5) STARTUP & WARRANTY; Where rode warranty certification by Authorized Semite Rep, (ASR) of equipment startup & basic training is offered on a time &
materials baste $92,- houniS0 95 a mile unless OtherWise Mastotts responsibility s lted to factory's published warranty Owner is responsible for
excessive travel mimes was manufacturer Any) credits
5.) FREIGHT SHIPMENTS freight shipments are fob *di, - nunrilass otherte'lli\se S'atelld Owner or Ownees contractor» are realsonsible for offloading unteSO
:Ill Ise listed. Excessive standby time by carrier due to offloading may restra in additional charges, Alt freight shipiatents are to be instpected on receipt for
isittewriarnege and noted cin' or Laramg Crated is bevels ger) muathe opened Content inspected wilt 24 newts or reee)p). e)cdee, damage owner ie
responsible to report damage diredly to iurner Immediately Fa ure to contact carter within specified timelines may result in meet Ors or claim
7.) LEAD TIME: Mascott can not guarantee factory quoted lead time. Special order equipment requires approval of submittal drawings prior to production. Lead
times quoted commence upon receipt or drawings & required deposits
11-aoprova$7-efOef-ver#41444a-axeou -recelArb-r
9) FUEL SURCHARGES: Many manufacturers now add fuei surcharges to cover the high cost of fuel in shipping Please note customer le responsible for
surcharges, Mascot will include Mese charges on your Invoice
10.) WAYNE FUELING EQUIPMENT (WY) TERMS: Pncing quoted reflects a 2% cash discount. Payments must be receiveo within 10 days of Invoice date to
qualify. Otherwise ADD 2% to Invoce. Initial:
PREPAYMENT OPTION: 1% discount offered on Wayne Fueling dispensers (Only) when paid in full at time of acceptance Initial.
11) CREDIT CARDS Are NOT accepted as payment without written authorizabon from Mascott's Credit Manager
12 ) FACTORY PRICE INCREASES: Unscheduled factory price Increases will apply at time of order Please confirm ALL pricing with your sales person prior to
acceptance.
Thank you for your business.
10390.58
FOR FACTORY UNLESS SPECIFIED
Credit card payments are subject to 3% service fec,
ACCEPTED FOR PURCHASE
TERMS AND CONDITIONS SET FORTH
525.00
862.42
Signaturel Ly/441,1_, 4-11
.00
11778.00
ei
ate:
HALL EXCLOUVELY GOVERN SALE
nle41117; IltANI bit .7,14 tr,-;:tTtt,11‘dnntinuecf on next page ...
over 'thetlt. eva6 4.eopms. of- irIckTAAatibil -servirnoec ---nArowm
7
QUOTE TABULATION & COMPARISON SHEET
Contract Term: One Time Job
E
us
VI
y
c
• c
0
E
'7
W co
us▪ C
O fd
4-
Q 7
0 a
0
coz
0
Z31!
Northwest Pump
D&P Service LLC
O
2
0
a
Total Price
0
•c
a
0
0
'c
O.,
r
Total Price
0
a-+
Total Price
0
LL
4
a
0
0
0
0
O
Cr)
M
(O
O
O
0
0
0
M
0
LO
es
0)'
00
0
0
0
Cf)
V
O
0
0
O
0
O
4l)
N
co
co
i M
c
00
0
do
M
0'
0
0
0
O
N.
c�)
0)
N
O
0
0
0
0
LD
c)
N
O
M
ca
0
0
c)
0
a
0
0
0
0
d-
• 0
• 0
.0 .0
c
c 0
O O.
• e
enRI RIE
4-7 o
O w
E
a a)
crW
O • r
V
Q
• 0
O >
3 • a
M m
0
N
0
N
0
Cr I0
2
^y0
^0
GL
a
T '
0
47,
0.
0
0
0
c
c0
co
1-
V
0
LL
VJ
E
0,
(7
7
LL
0'
z'
c0
O
17)
0
a3
0
�0/
LL
V)
E
A
0)
LL
Fuel System Site Repairs PW
N
LU
2a Fuel System Site Repairs PW - Misc Nontaxable
4g
r
V/
Sales Tax @ 8.3
0
days from quote:
Prices quoted are firm for
0
E
E
U