Loading...
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