Loading...
HomeMy WebLinkAbout02/15/2022 06.I. Resolution ratifying the declaration of an emergency and authorizing the City Manager to execute all applicable contracts for the replacement of a failed wastewater pump at the Rudkin Road Lift Station 1 s° `Z,/. .,t a°++a 0� • i rr 11 i � "i enc u nrry 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.1. For Meeting of: February 15, 2022 ITEM TITLE: Resolution ratifying the declaration of an emergency and authorizing the City Manager to execute all applicable contracts for the replacement of a failed wastewater pump at the Rudkin Road Lift Station SUBMITTED BY: Scott Schafer, Director of Public Works David Brown,Assistant Director of Pubic Works Mike Price, Wastewater/Stormwater Division Manager- (509)249- 6815 SUMMARY EXPLANATION: The City of Yakima (City)owns and operates the Rudkin Road Lift Station for the conveyance of wastewater from Union Gap and areas of south Yakima to the Yakima Wastewater Treatment Plant. One of the lift station pumps failed and an emergency replacement was required to restore lift station pumping capacity. The Wastewater Division followed the City's Emergency Purchase policy in arranging the purchase of the replacement pump and associated materials. The final cost of the replacement totaled $51,679.79, resulting in the need to seek ratification by City Council via Resolution, in accordance with City of Yakima Administrative Code ADM 3-500 City/County Procurement Manual which requires approval by City Council for emergency costs exceeding $50,000. The approved Emergency Justification form, Purchase Agreement, and Purchase Order are attached for City Council review. The emergency pump replacement is funded through Wastewater Capital Fund 472. ITEM BUDGETED: NA STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: 2 Description Upload Date Type ❑ reso 2/9/2022 Cotter Memo D Emergency Justification 1/28/2022 Backup Material ❑ Purchase Agreement 1/28/2022 Backup Material D Purchase Order 1/28/2022 Backup Material 3 RESOLUTION NO. R-2022- A RESOLUTION ratifying the declaration of an emergency and authorizing the City Manager to execute all applicable contracts for the replacement of a failed wastewater pump at the Rudkin Road Lift Station. WHEREAS, Article VI, section 6 of the City of Yakima Charter and the Yakima Municipal Code Chapter 1.80 provide that the City Council may declare an emergency and waive the bidding requirement for supplies, material, equipment or services; and WHEREAS, RCW 39.04.280 provides for emergency public works projects to move forward without complying with bidding requirements; and WHEREAS, the failure of a 35-horsepower wastewater pump at the Rudkin Road Lift Station reduced lift station redundant pumping capacity to below required levels; and WHEREAS, the Rudkin Road Lift Station pump required immediate replacement to restore reliable conveyance of wastewater from Union Gap and areas of south Yakima to the treatment plant so that there would be no violations of the City's wastewater permits; and WHEREAS, an emergency was declared by the City Manager on January 21, 2022, allowing the Wastewater Division to proceed with the purchase of a replacement pump and associated materials from Whitney Equipment Company, Inc.; and WHEREAS, the purchase price for the replacement pump and associated materials including tax and freight totaled $51,679.79, resulting in the need to seek ratification by City Council via resolution, in accordance with City of Yakima Administrative Code ADM 3-500 City/County Procurement Manual which requires approval by City Council for emergency costs exceeding $50,000; and WHEREAS, the City Council deems it to be in the best interest of the City and its residents to ratify the City Manager's declaration of an emergency, and authorize the execution of all necessary contracts for purchase of the replacement pump and associated materials for the Rudkin Road Lift Station, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The emergency, as declared on January 21, 2022 by the City Manager is hereby ratified, the City Council resolves that there was an emergency, and the City Manager's execution of all appropriate documents for the purchase of the replacement pump and associated materials without calling for bids, is hereby ratified and approved. ADOPTED BY THE CITY COUNCIL this 15th day of February, 2022. ATTEST: Janice Deccio, Mayor Sonya Clear Tee, City Clerk 4 -- --. City of Yakima * 2201E Emergency Purchase Order Justification Requestor Name: Your Department/Division: Mike Price Pubtrc Works/Wastewater Requestor Phone: Requisition(PR) Number: (509)249-6815 Requested Vendor: Cost Estimate(incl. TAX): Whitney Equipment Company,Inc. 51.679,79 Vendor's Address: -Vendor E-Mall : 16120 Woodinville-Redmond Rd NE,Ste 3,Woodinville WA c andrew@wecl corn Vendor Contact Name: Vendor Phone: Andrew Klempel (425)486-9499 1. What is the emergency situation? Describe damages or loss of property or essential services that are/may be a result of this emergency. (Attach extra sheet if necessary.) A critical 35HP pump at the Rudkin Rd lift station has failed. The failed pump Is over 20 years old and has served Its useful life. Emergency replacement is required to restore required station pumping capacity. 2. What labor and/or materials are required? Attach a copy of your quote or estimate. City staff are capable of replacing the pump. Equipment cost Is attached as quote P37464-1 3. Did vendor quote prevailing wages, if applicable (e.g. repairs, construction, maintenance)? Yes n No n 4. Was vendor informed of the Intent and Affidavit filing requirements with L&I? Yes No 5. Does vendor have a current certificate of insurance on file with the City? Check ICE: http.hcitvcCeinurChaSin_gicontractor-list/ Yes Q No❑ 6. Are federal funds being used? If federal funds are being used, a cost price analysis must be done at earliest opportunity and a copy sent to Purchasing. Yes n No x❑ STATEMENT OF NEED: My division's recommendation for an emergency purchase order and waiver of the quote or bid requirements is based upon an objective review of the emergency situation and appears to be in the best interest of the City. I understand that if this purchase is over $50.000, or if any change orders to this purchase increase the amount to S50,000 or over,that our division must initiate and prepare necessary information(Resolution)to advise City Council that there has been an emergency situation requiring immediate action. Michael A. Price Digitally signed by Michael A Price 1/20/22 1 Dale:2022.01.2010:01:13.08'00' Signature of Division Manager Date 2. Scott Schafer Digitally signed by Scott Schafer 1/20/22 Date.2022.01.2011:37 42-08'00' Signature of Department Head Date 3. L11 a., t/ , )J as Recommendation of Approval y Purchasing Manager Date 4. 72r--.-r 1AL Approval by City Manager Date Please complete entire form and forward to Purchasing. Purchasing will forward to the City Manager for final approval. 5 16120 Woodinville-Redmond Road NE,Suite 3 4 W E C I Woodinville,WA 98072 Phone:(425)486-9499 2501 Columbia Way Suite 300 11%1011 Whitney Equipment Company,Inc Vancouver,WA 98661 Phone:(360)694-9175 1/18/2022 Quote#: 37464-1 To:Yakima Wastewater Treatment Attn:Adrian Vasquez Email:Adrlan.Vasquez@yakimawa.gov Phone:509-249-6821 Project Name:Yakima 3202.095 upgrade The following is Whitney Equipment Company's proposal for equipment we can furnish for the above referenced project.A detailed list of the equipment and services included in this proposal is shown in the following Scope of Supply. Only items listed in the Scope of Supply are included in this proposal.This proposal is valid for 30 days from the date listed above. Please contact us to verify pricing and availability beyond 30 days as pricing and availability may vary.The conditions of sale associated with this proposal are attached. Engineering calculations and design services are included only when specifically listed in the Scope of Supply. Field or startup services are not included unless specifically listed in the Scope of Supply. If additional field or onsite assistance is needed beyond what is included in the Scope of Supply, it can be supplied at a rate of$165.00/hour at the job site, plus travel time and expense. Unless specifically listed in the following Scope of Supply,we do not include haulage, unloading including provision of lifting equipment,permits, bonds, insurance, installation,sales or use taxes or duties of any kind, power, chemicals,water,concrete,grout, anchor bolts, controls,wire, conduit, lights,fans, piping, valves,fittings, drains, meters,gauges,signs, safety equipment, labor,tools,field paint, lubricants,or any other items not listed as included. Prices are firm for 30 days. Purchaser must also pay any costs incurred for additional field or onsite assistance no later than 30 days after receipt of an invoice for field or onsite services from Whitney Equipment Company. The equipment will be coated with the manufacturers'standard preparation and coatings unless special coatings are listed in the Scope of Supply. Equipment will be prepared for shipment per the manufacturers' standard packing procedure.The purchaser is responsible for receiving all items including promptly inspecting for damage, noting damages, and filing for all missing or damaged items in a timely manner. Freight shall be standard ground or ocean freight unless otherwise listed.The purchaser is responsible for proper storage and handling of the equipment per the manufacturer's recommendations prior to installation to ensure warranty coverage. Warranty coverage shall be manufacturer's standard warranty unless specifically listed in the Scope of Supply. This job is being handled by Andrew Klempel,phone(425)492-0255.Please call if you need further information or prices. Page 1of7 6 SCOPE OF SUPPLY Adrian Here is the requested quote for replacing your existing Flygt 3201.092 Impeller 636 with all the needed parts to make the switch. Quantity Product/Description Price per Unit Total Price 1 each 3202.095-0199 Flygt Drypit Pump $42,996.59 $42,996.59 Flygt Dry-Pit Pump Configuration-NX Impeller Code-N642 Discharge Size-8 Horse Power-35 Voltage-460 Phase-3 Cable-50' Motor Rating-FM Leak Sensor-FLS Drilled for-FV 1 each 6721500 Flygt Adapter $2,481.01 $2,481.01 Mating Adapter Old 3201.091 with New 3202.095 1 each 846588 Flygt Gasket $126.30 $126.30 GASKET,RUBBER/FIBER 4 each 843430 Flygt Bolt $22.87 $91.48 SCREW,HEX M20 X 60 SS 1 each 3454400 Flygt Gasket $115.36 $115.36 GASKET,RUBBER/FIBER 4 each 823707 Flygt Washer $11.93 $47.72 WASHER,SS 17MM ID 30MM 0D 4 each 843405 Flygt Bolt $15.91 $63.64 SCREW,HEX M16 X 50 SS 8 each 843429 Flygt Bolt $9.75 $78.00 SCREW,HEX M20 X 55 SS Sub-Total: $46,000.10 Freight: $1,719.00 TOTAL: $47,719.10 Lead Times:16-20 Weeks Whitney Equipment Company,Inc. Page 2 of 7 7 Freight Terms:FOB Factory,prepaid and added to invoice Sales tax is not included unless specified. Payment Terms:Net 30 Andrew Klempel Account Manager East Washington & Idaho Mobile: (425)492-0255 1*WECI Office: (425)486-9499 Andrew@weci.com Whitney Equipment Company www.weci.com 16120 Woodinville-Redmond Rd NE Woodinville,WA 98072 "Celebrating 50 years as the Premier Fluid Process Equipment and Solution Specialist in the Pacific Northwest" Whitney Equipment Company, Inc. Page 3 of 7 8 Purchaser's Signature:By signing below, I certify that I am an authorized representative with the authority to enter into contracts on behalf of the company identified below,and that I accept the terms included with this proposal. �i.�• SEA l�tii )V +rv7tti ��R eGtE � t u,► n't (,)tm-iz. 1 sTtReix."01,l-65 elk Signature Date Print Name and Title BILL TO SHIP TO 1 a (�—\l • - srt rlgz- "I•W 1S u, Co pany or Organization Bill To Company or Organization Ship To 22.20 EAST `A0 LA Z220 EAs-r Jtot_a. Bill To Address Ship To Address lilaklUnoA, Nam• 989o1 � xN)b!, - 96901 City/State/Zip City/State/Zip Ep.2LE1.1e DIu.a20 e-c . tiN LEY Billing Contact Name ,,\`- f� wShOippi_ng Contact Name 1��, In+ -¢L.EAE, ti‘%��2.Oe` 642.M�W►•6\1 JJ(M c.-CA.v`1Lvih.,N.�1LJ�M�Vh-•t�0NI Billing Contact Email Shipping Contact Email `! 509•7-49.6811 5 b 2-49 o rz Tog i •838ED Billing Contact Phone Number Shipping Contact Phone Number PO#if applicable ZZ 39� If using a Purchase Order: Make PO out to Whitney Equipment Company Inc 16120 Woodinville Redmond Rd NE#3 Woodinville,WA 98072 Email:sales@weci.com Whitney Equipment Company,Inc. Page 4 of 7 9 WHITNEY EQUIPMENT CO.,INC. WOODINVILLE,WA STANDARD CONDITONS OF SALE These are Whitney Equipment Co.,Inc.,the Seller,Standard Terms and Conditions and the basis of our offer to the Buyer,unless specifically altered in writing as permitted herein.Any changes may affect the quoted price.These Standard Terms and Conditions and the bid quote,purchase order, or other order form to which they are attached(the"Bid Quote")form a contract between Buyer and Seller for the sale of products described In the Bid Quote(the"Contract"). ACCEPTANCE:Submission of this Contract to Buyer constitutes Seller's offer to the Buyer and on acceptance becomes a binding contract on the terms set forth herein.Buyer's acceptance is expressly limited to the terms of this Contract.Seller rejects all terms Included In any response by the Buyer to this Contract that are in conflict with,inconsistent with,or In addition to the terms and conditions contained herein.But If a conflict arises between the terms of a purchase order first issued by Buyer and the terms of this Contract,the terms of this Contract shall lake precedence. ENTIRE AGREEMENT.The Contract comprises the entire agreement between the Boyer and the Seller.and supersedes all prof or contemporaneous understandings,agreements,negotiations,representations and warranties.and communications,both written and oral.This Conlracl prevails over any terms and conditions of purchase provided by Buyer,regardless of whether or when the Buyer has submitted Its purchase order or such terms. In addition,implied terms and conditions from the Buyer's contracts with other entitles are not valid or enforceable with respect this Contract.Fulfillment of the Buyer's order does not constitute acceptance of any of Buyer's terms and conditions and does not serve to modify or amend this Contract. GOVERNING LAWS:Seller will comply with all laws applicable to Seller during sale of the products.Buyer will comply with all laws applicable to Buyer during operation or use of the products.The laws of the State of Washington shall govern the validity,interpretation,and enforcement of any order of which these provisions are a part,without giving effect to any rules governing the conflict of laws.Assignment may be made only with written consent of both parties.Buyer shall be liable to the Seller for any attorney's fees and costs incurred by Seller in enforcing any of its rights hereunder. Unless otherwise specified,any reference to Buyer's order is for identification only. JURISDICTION AND VENUE:Any legal suit,action or proceeding arising out of relating to this Contract shall be commended in federal or state court located King County,Washington and Seller and Buyer(i)Irrevocably submit to the exclusive jurisdiction and venue of any such court in any such suit,action or proceeding and(II)irrevocably waive(to the extent permitted by applicable law)any objection which they now or hereafter may have to the laying of venue of any such action or proceeding brought In any of the foregoing courts in and of the State of Washington,and any objection on the ground that any such action or proceeding in any such court has been brought in an Inconvenient forum. ATTORNEYS FEES AND EXPERT COSTS:The prevailing party in any legal suit,action,or proceeding arising out of relating to the Contract shall be awarded its reasonable attorneys'fees and experts costs. WARRANTY: THE SELLER MAKES NO WARRANTIES ON ANY PRODUCTS OR SERVICES PROVIDED UNDER THIS CONTRACT,INCLUDING ANY(A) WARRANTY OF MERCHANTABILITY, (B) WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, OR (C) WARRANTY AGAINST INFRINGEMENT OF INTELLECTUAL PROPERTY RIGHTS OF A THIRD PARTY,WHETHER EXPRESS OR IMPLIED BY LAW,COURSE OF DEALING,COURSE OF PERFORMANCE,USAGE OF TRADE OR OTHERWISE,BUT THE BUYER SHALL RECEIVE WARRANTIES,IF ANY, PROVIDED BY THE MANUFACTURER OF THE PRODUCTS SOLD UNDER THIS CONTRACT.THE SELLER IS EXPRESSLY EXCLUDED FROM ANY WARRANTY AND ALL CHARGES, FOR LABOR, INSTALLATION, REMOVAL, REPAIR, REINSTALLATION, SHIPPING, UTILITIES, EQUIPMENT RENTAL,OTHER REQUIRED MATERIALS,OR ANY OTHER ITEMS.THE PARTIES AGREE THAT THE BUYER'S SOLE AND EXCLUSIVE REMEDIES SHALL BE AGAINST THE PRODUCT MANUFACTURER AS PROVIDED HEREIN.THE BUYER AGREES THAT NO OTHER REMEDY(INCLUDING,BUT NOT LIMITED TO,INCIDENTAL OR CONSEQUENTIAL DAMAGES FOR LOST PROFITS,LOST SALES, DOWN TIME, OPERATING OR MAINTENANCE COSTS, INJURY TO PERSONS OR PROPERTY, OR ANY OTHER SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL LOSS)SHALL BE AVAILABLE TO BUYER.BUYER SHALL FOLLOW ALL STORAGE,OPERATION,AND MAINTENANCE PROCEDURES SPECIFIED BY THE MANUFACTURER FOR WARRANTY COVERAGE, FAILURE TO FOLLOW THESE PROCEDURES INCLUDING DOCUMENTATION MAY RESULT IN LOSS OF WARRANTY COVERAGE. TAXES: Seller does not include any Federal. State, City, County, or other sales, custom duties, or taxes such as sales, use, excise, retailer's, occupation or similar taxes and fees,in the Contract Price unless otherwise explicitly stated in writing.Any taxes not included in the Bid Quote will be added to the Contract Price.In lieu of paying such taxes to the Seller,the Buyer may furnish the Seller with a Tax Exemption Certificate or other legal and appropriate taxing authorities at any time. PAYMENT TERMS:All quotations or proposals are in US Dollars unless explicitly stated otherwise In writing.Seller shall submit invoices for payment to Buyer for percentages of the Contract Price as described in Bid Quote.Buyer must pay all invoices submitted by Seller no later than 30 days after the date of the Invoice.the shipment is delayed by the Buyer,date of readiness for shipment shall be deemed the date of shipment for payment purposes.The Seller may require advance payment or a certificate of deposit,or may otherwise modify credit terms,should the Buyer's credit standing not meet the Seller's requirements.A service charge of 2.5%per month on the unpaid balance will be charged on all overdue monies payable.Buyer shall not assign or transfer their contract or any Interest in it,or monies payable under it,without the written consent of Seller and any assignment made without such consent shall be null and void.Buyer agrees to pay all collection costs and costs of suit,including reasonable attorney fees,In the event Seller institutes collection action for overdue account. Seller expressly reserves all available lien rights in connection with any transaction between the parties.Unless explicitly agreed upon In writing,retainage against the contract amount is not allowed.The Seller reserves the right to re- possess all equipment that is not paid for in full per this Contract's payment terms. CREDIT CARD PAYMENTS:All credit card payments will require an additional 2%surcharge in addition to the Contract Price listed in the Contract. All credit card payments over$5000.00 require written pre-approval by the Seller prior to processing;approval is not guaranteed. CREDIT:Buyer is required to provide all necessary credit information to Seller with each order,including bank reference,bonding company,or other necessary information with complete names, addresses, phone numbers, personal references, and account and bond numbers. The Seller will determine,in its sole discretion,what is acceptable and what credit rating is required for the Seller to allow a purchase on credit. PRICE:The prices specified are in U.S.currency,payable free of all expense to the Seller for collection charges. STARTUP PAYMENTS:If startup services are Included In this Contract,the pre-agreed upon payment amount shall be due when startup Is complete. If startup is delayed more than 90 days after equipment delivery,payment for startup shell be due 90 days after equipment delivery prior to the startup occurring.Delaying in paying this portion of the contract is subject to the PAYMENT TERMS above. SHIPMENTS AND DELIVERY:Delivery and shipping times are Seller's best estimate and do not include product approval time or order processing time.Seller is not liable for any damages,fees,costs,expenses or penalties arising from(1)loss of or damage to product in transit or(2)delays in shipping or delivery of the product,including all delays caused by an accident;riots;insurrections;national emergency;labor disputes of every kind however caused; embargoes; non-delivery by suppliers; delays of carriers or postal authorities; or governmental restrictions, prohibitions, or requirements.Seller may,in its sole discretion,without liability or penalty,make partial shipments of products to Buyer.Each shipment will constitute Whitney Equipment Company, Inc. Page 5 of 7 10 a separate sale,and Buyer shall pay for the units shipped whether such shipment is in whole or partial fulfillment of Buyer's order.Cost of handling and freight is only Included when it is explicitly listed in this Contract. NON-DELIVERY:The quantity of any installment of products as recorded by Seller on dispatch from Seller's place of business Is conclusive evidence of the quantity received by Buyer on delivery unless Buyer can provide conclusive evidence proving the contrary.Any liability of Seller for non-delivery of the products shall be limited to replacing the products within a reasonable time or adjusting the Invoice respecting such products to reflect the actual quantity delivered. APPROVALS:Buyer is responsible for obtaining approval on products from project owners and engineers.The Seller represents only those products are as described in this Contract.The Seller does not warrant that the products described will be approved or otherwise satisfactory to project owners or engineers,or that products meet project specifications.Seller does not guarantee compliance with any codes or laws unless explicitly stated in this Contract.Performance of the overall system that incorporates the products Is not guaranteed. OCCUPATIONAL SAFETY AND HEALTH ACT of 1970—Seller does not warrant or represent that any of Seller's products by themselves or in a system or with other equipment will conform to or comply with the provisions of the Occupational Safely and Health Act of 1970 and the standards and regulations Issued thereunder,or any other federal,state,or local law or regulation of the same or similar nature. LIMITATION OF LIABILITY-NEITHER SELLER,NOR ITS SUPPLIERS SHALL BE LIABLE,WHETHER IN CONTRACT,WARRANTY,FAILURE OF A REMEDY TO ACHIEVE ITS INTENDED OR ESSENTIAL PURPOSES,TORT(INCLUDING NEGLIGENCE),STRICT LIABILITY,INDEMNITY OR ANY OTHER LEGAL THEORY,FOR LOSS OF USE,REVENUE OR PROFIT,OR FOR COSTS OF CAPITAL OR OF SUBSTITUTE USE OR PERFORMANCE,OR FOR INDIRECT,SPECIAL,LIQUIDATED,INCIDENTAL OR CONSEQUENTIAL DAMAGES,OR FOR ANY OTHER LOSS OR COST OF A SIMILAR TYPE,OR FOR CLAIMS BY BUYER FOR DAMAGES OF BUYER'S CUSTOMERS.SELLER'S AGGREGATE LIABILITY ARISING OUT OF OR RELATING TO THIS CONTRACT SHALL NOT EXCEED THE CONTRACT PRICE,PROVIDED HOWEVER,IF THE BID QUOTE INCLUDES FIELD OR STARTUP SERVICE,SELLER'S LIABILITY FOR SAID SERVICES SHALL BE LIMITED TO THE VALUE OF THE SERVICES.BUYER AND SELLER AGREE THAT THE EXCLUSIONS AND LIMITATIONS SET FORTH IN THIS ARTICLE ARE SEPARATE AND INDEPENDENT FROM ANY REMEDIES WHICH BUYER MAY HAVE HEREUNDER AND SHALL BE GIVEN FULL FORCE AND EFFECT REGARDLESS OF WHETHER ANY OR ALL SUCH REMEDIES SHALL BE DEEMED TO HAVE FAILED OF THEIR ESSENTIAL PURPOSE. STORAGE—If for any reason Buyer fails to accept products that have been delivered by Seller,or if Seller is unable to deliver the products because Buyer has not provided appropriate instructions,documents,licenses,or authorizations,then Seller may place the products In storage at Buyer's cost and expense,which includes the cost of storage,shipping fees,insurance,and other incidental expenses.The Buyer carries risk of loss for products in storage. TITLE-Title to the products and risk of loss or damage passes to Buyer upon delivery of the products at the Point of Delivery listed in the Bid Quote. As collateral security for the payment of the Contract Price for the products,Buyer hereby grants to Seller a lien on and security Interest in and to all of the right,title and interest of Buyer in,to,and under the products,wherever located,and whether now existing or hereafter arising or acquired from time to time,and in all accessions thereto and replacements or modifications thereof,as well as all proceeds(including insurance proceeds)of the foregoing.The security Interest granted under this provision constitutes a purchase money security Interest under the Washington Uniform Commercial Code.Buyer agrees to perform all additional acts necessary to perfect and maintain said security interest. INSURANCE:Buyer shall,at its own expense,purchase,maintain and carry adequate insurance for the products to protect against loss or damage from any external cause,Including losses from lire,wind,water,or other causes.Insurance coverage must be maintained with insurance companies legally authorized to do business where said products are located In an amount at least equal to the value of said products until the products are accepted and paid for in full. Upon Sellers request, Buyer shall provide Seller with a certificate of Insurance from Buyer's insurer evidencing the insurance coverage that is satisfactory to Seller.The certificate of insurance must name Seller as an additional insured.In no case does the Contract Price,even If inclusive of freight,cover the cost of insurance beyond the Point of Delivery specified in the Bid Quote] CANCELLATION:The Buyer may cancel its order only upon written notice,and In turn will make payment to Seller of reasonable cancellation charges specified by Seller. ORAL STATEMENTS:The Seller's personnel may have made oral statements about the products described in this Contract during the sales process. Such statements do not constitute warranties or guarantees and shall not be relied on by the Buyer.The entire contract is embodied In this writing. This writing constitutes the final expression of the parties'agreement,and it is a complete and exclusive statement of the terms of that agreement. CHANGES:Seller reserve the right to make changes and to substitute other material as needed to make shipments and fulfill orders under this Contract. ERRORS:Seller reserves the right to correct clerical or stenographic errors or omissions. INSPECTION:Buyer shall inspect Seller's Products upon receipt,and If Buyer's Inspection reveals any defects in the Products,Buyer shall notify the Seller within three(3)days after receipt of the Products of any claim Buyer might have concerning such defects In the Products discovered by Buyer. Buyer's failure to notify Seller within such a three(3)day period shall constitute a waiver by Buyer of all claims covering such defects in the Products. It Is the Buyer's responsibility to inspect for shipping damage upon delivery and to Initiate a damage claim with the freight carrier.Damage occurring in-transit by the freight carrier must be claimed by the Buyer and is not the Seller's responsibility, NOT INCLUDED:Seller does not include any Item not specifically listed as included.References to specifications and drawings in the Scope of Supply section of the Bid Quote does not indicate that all items in those documents are Included in the Scope of Supply. Unless clearly included in this Contract,engineering and design services are not included in this Contract. FREIGHT:Prices quoted are F.O.B.point of manufacture and do not include freight unless specifically listed as included.Title passed to the Buyer at the Point of Delivery listed In the Bid Quote and all freight claims are the responsibility of the Buyer. BACKCHARGES will not be accepted unless approved by Seller,in writing,before any work is done. DELAYS:Price and terms and conditions are subject to revision if manufacture is not released at time of order placement or drawings for approval are not returned within 30 days from receipt by customer,or manufacture is released and subsequently held or delayed by the customer for more than 30 days,or customer requests longer than quoted shipment.If Seller suffers delay in performance due to any cause beyond its control,including but not limited to act of God,war,pandemic,act or failure to act of government,act or omission of Buyer,fire,flood,strike or labor troubles,sabotage, or delay in obtaining from others suitable services,materials,components,equipment or transportation,the time of performance shall be extended a period of time equal to the period of the delay and its consequences.Seller will give Buyer notice in writing within a reasonable time after the Seller becomes aware of any such delay. Whitney Equipment Company, Inc. Page 6of7 11 DECOMPOSITION AND WEAR:Decomposition by chemical action and wear caused by the presence of abrasive materials shall not constitute defects. BUYER DATA-Timely performance is contingent upon the Buyer supplying to the Seller,when needed,ell required technical Information,Including drawing and submittal approval, and all required commercial documentation. The Buyer shall also supply and complete all shipping delivery information,pre-delivery checklists,and pre-startup checklists in a timely manner or the overall schedule of the project may be impacted at no cost to the Seller regardless of any potential agreed upon damages. BUYER SUPPLIED COMPONENTS-Buyer acknowledges that the products purchased by Buyer under this Contract may contain products supplied by the Buyer or supplied by a third party at the Buyer's direction('Buyer Supplied Components").Buyer Supplied Components are not covered by any warranty or guarantee In this Contract.For the avoidance of doubt,Seller makes no representations or warranties with respect to any Buyer Supplied Components.Seller disclaims any liability arising from Buyer Supplied Components delivered late,damaged,defective,or nonconforming. In no event shall Seller be liable for consequential,indirect,Incidental,special,exemplary,punitive damages,or lost profits,arising out of or relating to late delivery of or defective Buyer Supplied Components.Subject to the terms and conditions of this Contract,Buyer shall indemnify,defend and hold harmless Seller and its representatives/officers,directors,employees,agents,affiliates,successors and permitted assigns('Indemnified Party") against any and all losses, damages, liabilities, deficiencies,claims,actions,judgments, settlements, interest, awards, penalties,fines,costa,or expenses of whatever kind,including attorney and expert fees,fees and costs of enforcing any right to indemnification under this Contract,and the cost of pursuing any insurance providers,Incurred by Indemnified Party In a final judgment relating to any third-party claims arising from defective Buyer Supplied Components. Whitney Equipment Company,Inc. Page 7 of 7 PURCHASE ORDER PURCHASE ORDER NUMBER MUST APPEAR t i ALL PACKAGES, PACKING SLIPS,INVOICES AND CORRESPONDENCE `k ;NEW; PO Number: 22 00397 PO Date: 01/26/22 Bill To: CITY OF YAKIMA 129 NORTH 2nd STREET Required By: 01/26/22 YAKIMA, WA 98901 Page: 1 of 1 Vendor: Whitney Equipment Ship To: City of Yakima 03043 16120 Woodinville-Redmond NE Wastewater Plant Suite 3 2220 E Viola St Woodinville WA 98072 Yakima WA 98901 Phone: (425) 486-9499 Payment Terms: NET 30 Fax: (425) 556-1746 Ship Via: Manufacturers Choice Email: F.O.B.: Destination LINE DESCRIPTION QTY UNIT UNIT PRICE TOTAL EP02201E FOR RUDKIN RD LIFT STATION PUMP REPLACEMENT 1 EPO FOR RUDKIN RD LIFT STATION PUMP 47719 . 1 EA 1. 00000 47719 . 10 REPLACEMENT WITH FREIGHT #2201E 47719. 10 8. 30 % 3960.69 Accounts Payable (509) 575-6070 PO Total 51679. 79 This P.O. is governed by the terms and conditions supplied at the end of , this document. Any exceptions shall be brought to Purchasing's attention ��_�/!► within 48 hours. Susan Knotts, F.uyer II (509) 575-6095 City of Yakima 13 Purchase Order(PO)Terms and Conditions 1. CHANGES:No alteration in any of the terms,conditions,delivery,price,quality,quantities,or specifications of this order will be effective without written consent of the City. 2. ADD-ON:By mutual agreement,the quantity of items purchased may be increased within 12 months of the date of award,provided the original purchase price, terms,conditions,and specifications remain the same. 3. HANDLING:No charges will be allowed for handling which includes,but is not limited to,packing wrapping,bags,containers,or reels,unless otherwise stated herein. 4. DELIVERY:For any exception to the delivery date as specified on this order,Vendor shall give prior notification and obtain written approval thereto from the City. With respect to delivery under this order,time is of the essence,and the order is subject to termination for failure to deliver as specified. The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive this right to claim damage for such breach nor constitute a waiver of the requirement for the timely performance of any obligation remaining to be performed by Vendor. 5. MSDS:Material Safety Data Sheets to be included with shipments of any material requiring this documentation,per OSHA and WSHA regulations. 6. PAYMENT TERMS:Unless otherwise negotiated,the terms of payment shall be net 30 days from receipt of a proper invoice. PO numbers must be noted on all invoices. 7. COMPLIANCE WITH APPLICABLE LAWS:Vendor shall comply with all applicable federal,state,local laws and regulations. Purchases that are funded by the Federal Transit Authority shall be in accordance with the Third Party Contracting Guidance found in FTA Circular 4220.IF,which is available at https://www.transit.dot.gov/regulations-and-guidance/fta-circulars/third-party-contracting-guidance 8. LICENSES:If applicable,successful vendor shall have a valid and current business license per Chapter 5.02 Section 5.02.010 of the Yak ima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any PO/contract. Inquiries as to fees,etc.,should be made to the Office of Code Administration,telephone(509)575-6121. 9. PAYMENTS AND ASSIGNMENTS:Invoices will not be processed for payment until items invoiced are received. All payments to Vendor shall be remitted by mail,unless other arrangements have previously been made. Furthermore,the provisions of monies due under this contract shall only be assignable with prior written consent of the City. 10. SHIPPING INSTRUCTIONS:Unless otherwise specified,all goods are to be shipped prepaid,FOB Destination. Where shipping addresses indicate room numbers and/or inside delivery,it will be up to the Vendor to make delivery to that location at no additional charge. Where specific authorization is granted to ship goods to FOB shipping point,Vendor agrees to prepay all shipping charges and route as instructed. It is also agreed that the Purchaser reserves the right to refuse COD shipments. 11. REJECTION:All goods or materials purchased herein are subject to approval by the Purchaser. Any rejection of goods or materials resulting because of nonconformity to the terms and specifications of this order,whether held by the Purchaser or returned will be at Vendor's risk and expense. 12. IDENTIFICATION:All invoices,packing lists,packages,shipping notices,and other written documents affecting this order shall contain the applicable PO number. Packing lists shall be enclosed in each and every box or package shipped pursuant to this order,indicating the contents therein. 13. INFRINGEMENTS:Vendor agrees to protect and save harmless,the Purchaser against all claims,suits,or proceedings for patent,trademark,copyright,or franchise infringement arising from the purchases,installation,or use of goods and materials ordered and to assume all expenses and damages arising from such claims,suits,or proceedings, 14. WARRANTIES:Vendor represents and warrants that the goods are new,current,and fully warranted by the manufacturer. Delivered goods will comply with specifications and be free from defects in labor,material and manufacture. All UCC implied and expressed warranties are incorporated in this PO. Vendor shall transfer all warranties to the City. 15. CASH DISCOUNT:In the event that the Purchaser is entitled to a cash discount,the period of computations will commence on the date of delivery or receipt of a correctly completed invoice,whichever is later. If an adjustment in payment is necessary due to damage,the cash discount period shall commence on the date fmal approval for payment is authorized. If a discount is made part of the contract but the invoice does not reflect the existence of a cash discount,Purchaser is entitled to a cash discount with the period commencing on the date it is determined by Purchaser that a cash discount applies. 16. TAXES: Unless otherwise indicated,the Purchaser agrees to pay all State of Washington sales or use tax. No charge by Vendor shall be made for Federal excise taxes,and the Purchaser agrees to furnish Vendor,upon acceptance of articles supplies under this order,with an exemption certificate. 17. LIENS,CLAIMS,AND ENCUMBRANCES:Vendor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims,or encumbrances of any kind. 18. RISK OF LOSS:Regardless of FOB Point,Vendor agrees to bear all risks of loss,injury,or destruction of goods and materials ordered herein which occur prior to delivery. Such loss,injury,or destruction shall not release Vendor from any obligation hereunder. 19. HOLD HARMLESS:Vendor shall indemnify,defend and hold harmless the City and its agencies,their divisions,officers,employees,and agents,from all claims,suits or actions of any nature arising out of or related to the activities of Vendor,its officers,subcontractors,agents or employees under this PO/contract. 20. FORCE MAJEURE: Vendor will not be responsible for delays in delivery due to acts of God,fire,strikes,epidemics,war,riot,delay in transportation or railcar transport shortages,provided vendor notifies the Purchasing Manager 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. TERMINATION: (i)The parties may terminate this PO by mutual agreement. (ii)The City may terminate this PO at any time with written notice to Vendor. Upon receipt of the written notice,Vendor shall stop performance,and City shall pay Vendor for goods delivered and accepted. (iii)The City may terminate this PO at any time if Agency fails to receive funding,appropriations,or other expenditure authority. (iv)If Vendor breaches any PO provision or is declared insolvent,the City may terminate this PO for cause with written notice to Vendor, and Vendor shall be liable for all incidental and consequential damages resulting from its breach,including all damages as provided in the UCC. 22. PUBLIC DISCLOSURE:PO and all contents and attachments shall be deemed a public record as defined in RCW 42.56"Public Records." City PO Terms and Conditions 10/2020 14 23. NONDISCRIMINATION:During the performance of this contract,the Vendor agrees as follows: The Vendor 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.). In the event of the Vendor'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 Vendor may be declared ineligible for any future City contracts. 24. ANTI-TRUST:Vendor and the Purchaser recognize that in actual economic practice,overcharges resulting from anti-trust violations are in fact borne by the Purchaser,therefore,Vendor hereby assigns to the Purchaser any and all claims for such overcharges. 25. DEFAULT:The Vendor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Vendor and the Vendor is adjudged by a court of competent jurisdiction to be in default, he shall pay to the Purchaser all costs, expenses expended or incurred by the Purchaser in connection therewith,and reasonable attorneys'fees. 26. SEVERABILITY:If a court of competent jurisdiction declares any provision of the PO to be invalid,the other provisions and the rights and obligations of the parties remain in effect. 27. ACCEPTANCE: This order expressly limits acceptance to the terms and conditions stated herein. All additional or different terms proposed by Vendor are objected to and hereby rejected,unless otherwise provided in writing by the City. 28. INSURANCE: For all public work and improvement projects, including maintenance projects,and upon request by the ordering department, the following insurance requirements apply: Indemnity/Contractor's Liability Insurance. (A) The Service Provider agrees to indemnify and save harmless the City,its officers,agents and employees against and from any and all actions, suits,claims,demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons,or damages to property arising out of,result from or occurring in connection with the performance or any service hereunder. (B) The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. (C) Contractors Liability Insurance: The contractor shall obtain and maintain in full force and effect during the term of the contract,commercial general liability coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A-VII or better. At all times during the life of this contract,Contractor agrees to maintain,on a primary and non-contributory basis and at its sole expense,the insurance coverages,limits,and endorsements noted below. All such insurance shall not be subject to any deductible or self-insured retention(SIR). There shall be no cancellation,material change,reduction in limits or intent not to renew the insurance coverage(s)without 30 days written notice from the contractor or its insurer(s)to City of Yakima.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 policies will be written on an occurrence basis,subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence $2,000,000 Annual Aggregate Auto Liability: Combined Single Limit $2,000,000 Per Occurrence The City of Yakima,its agents,employees,authorized volunteers;elected and appointed officials are included as Primary/Non-Contributory additional insured. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and City of Yakima shall be named as an additional insured for such higher limits. The Contractors'insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this agreement. Any insurance,self- insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. 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 Purchasing Manager,prior to commencement of this work. If at any time during the life of the contract or any extension,the 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. The contractor shall also maintain workers compensation through the State of Washington. (D) Contractor's Waiver of Employer's Immunity under Title 51 RCW. Contractor intends that its indemnification,defense,and hold harmless obligations set forth above in section A. shall operate with full effect regardless of any provision to the contrary in Title 51 RCW,Washington's Industrial Insurance Act. Accordingly,to the extent necessary to fully satisfy the Contractor's indemnification,defense,and hold harmless obligations set forth above in section A,Contractor specifically waives any immunity granted under Title 51 RCW,and specifically assumes all potential liability for actions brought by employees of the Contractor against the City and its officers,employees,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 to comply with the terms of this paragraph,waive any immunity granted under Title 51 RCW,and assume all potential liability for actions brought their respective employees.The provisions of this section shall survive the expiration or termination of this Agreement. (E) Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then,in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City,its officers, officials,employees,and volunteers,the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. 29. FEDERAL SUSPENSION AND DEBARMENT: The contractor certifies,that neither it nor its"principals"(as defined in 49 CFR.29.105(p)is presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency. City PO Terms and Conditions 10/2020