Loading...
HomeMy WebLinkAbout05/06/2025 07.G. Resolution authorizing an Agreement with Ascent Foundation & More, LLC for the Expanding Water and Wastewater Access to Underserved Communities Project AC2570 & SC2605 r<- `y ^� ljlt '111 .1 . s BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.G. For Meeting of: May 6, 2025 ITEM TITLE: Resolution authorizing an Agreement with Ascent Foundation & More, LLC for the Expanding Water and Wastewater Access to Underserved Communities Project AC2570 & SC2605 (Water and Wastewater Capital, USBOR Grant) SUBMITTED BY: Scott Schafer, Public Works Director Mike Price, Wastewater/Stormwater Division Manager *Mike Shane, Water/Irrigation Division Manager SUMMARY EXPLANATION: Project AC2570 and SC2605 is located in the northeast area of the City of Yakima (City) near N. 4th St. and E. R St., and in the southcentral area of the City near S. 10th Ave. and Woodland Ave. This project provides the installation of public water and sewer main, including domestic water services and sanitary sewer laterals, to properties that currently do not have access to these services. The project also includes costs associated with providing the service connections to existing homes that wish to be connected. Sealed bids were received from five (5) contractors and publicly opened on Thursday, January 30, 2024 at 2:00 PM, with a total responsive low bid of$2,206.003.41 being offered by Ascent Foundation & More, LLC, of Cle Elum, WA. The engineer's estimate for the project was $2,731,931.24. In addition to both Water and Wastewater capital funding, a grant to fund the construction of the water and wastewater systems was awarded by the United States Bureau of Reclamation as part of their WaterSMART Drought Response Program: Drought Resiliency Projects for Fiscal Year 2024 program in the amount of$4,949,298.00. The grant was approved by City Council on January 7, 2025. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Safe and Healthy Yakima RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Resolution_Water.Wastewater Unserved Areas Expanding Water.Wastewater Access_Ascent Fnd. Contract Package.pdf Expanding_Water.Wastewater Access_Signed_Bld_Summary 74 RESOLUTION NO. R-2025- A RESOLUTION authorizing an Agreement with Ascent Foundation & More LLC for the construction of the Expanding Water and Wastewater Access to Unserved Communities Project AC2570 & SC2605. WHEREAS, the City of Yakima (City) owns, operates and maintains the domestic water treatment, storage, and distribution supply systems in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City owns, operates and maintains the wastewater collections and treatment systems in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City, along with their consultant HLA Engineering and Land Surveying, Inc. have designed domestic water and wastewater systems to provide service to existing residents who are not currently served with said systems; and WHEREAS, the City used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS,Ascent Foundation&More LLC submitted the lowest responsive, responsible total bid and has the ability to perform the contract specified work; and WHEREAS, the project is currently funded by City Water and Wastewater Capital funds and United States Bureau of Reclamation grant funds; and WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and its residents to enter into a contract with Ascent Foundation & More LLC to perform the work detailed in the contract documents for Expanding Water and Wastewater Access to Unserved Communities Project AC2570 & SC2605; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached contract Ascent Foundation & More LLC in the amount of Two Million Two Hundred Six Thousand and Three Dollars and Forty-One Cents ($2,206,003.41) for the Expanding Water and Wastewater Access to Unserved Communities Project AC2570 & SC2605. ADOPTED BY THE CITY COUNCIL this 6th day of May, 2025. Patricia Byers, Mayor ATTEST: Rosalinda Ibarra, City Clerk 75 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2025, by and between the City of Yakima, hereinafter called the Owner, and / Ascent Foundation & More, LLC , a Washington Corporation, hereinafter called the c Contractor. ` WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF:$2,206,003.41 , for EXPANDING WATER AND WASTEWATER ACCESS TO UNDERSERVED COMMUNITIES, BOR Project No. R24P00579, City of Yakima Project No. AC- 2570/SC-2605, all in accordance with, and as described in the attached specifications and the 2025 Standard Specifications for Road, Bridge, and Municipal Construction 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. • Contract time shall begin on the first working day following the Notice to Proceed Date and shall be completed in one hundred sixty(160)working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th)working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The 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 for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. RCW 35.22.650: Contractor agrees that the Contractor shall actively solicit the employment of minority group members. Contractor further agrees that the Contractor shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of the Contractor's compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of subcontracts to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses. The Contractor shall be required to submit evidence of compliance with this section as part of the bid. Nothing in this Agreement, including, without limitation, the provisions of Section 16, shall require Contractor or any of its subcontractor(s) to take action that would be deemed discrimination or preferential treatment in violation of RCW 49.60.400. Pursuant to RCW 49.60.400(6), this Section does not prohibit action that must be taken to establish or maintain the City of Yakima's eligibility for any federal program, if ineligibility would result in a loss of federal funds to the City of Yakima. IV. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the' Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. G:\PROJECTS\2022\22133E\Specs\22133 Spec.docx 4-2 76 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 2025. Ascent Foundation & More, LLC , a WA Corporation , Construction Company C-7 By: CA/Ai City Manager Signature Contractor Signature (Printed Name) (Printed Name) Attest: Its: Q,V City Clerk (President, Owner, etc.) Address: 106 N. Peoh Ave, Suite C Cle Elum, WA 98922 111 G:\PROJECTS\2022\22133E\Specs\22133 Spec.docx 4-3 77 r _ CERTIFICATIONS CITY OF YAKIMA EXPANDING WATER AND WASTEWATER ACCESS TO UNDERSERVED COMMUNITIES BOR PROJECT NO. R24P00579 CITY OF YAKIMA PROJECT NO. AC-2570/SC-2605 HLA PROJECT NO. 22133 Provide the following: c z(- coo Name of Traffic Control`Manager(TCM) (Must be an employee of the Contractor) Phone: i(C/C;j 36C./. (-1 .)1A Email: J 6('_l�CG,f>) .: ((SUM{ �y ree(t C( • eco.,1 Name of Certified Traffic Control Supervisor(TCS) (Provide copy of certificate) Phone: Co C Email: CCt (Li bt',/ Y7:114(' C(v 4 Hui No Name of M ndatory Alternate Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Phone: S-CrC'1 . C.--130 (1S,1 Email: .?-•Ls6 Name of Certified TestinJaboratory for Material Testing Phone: SCA - C /(oCi- .3010S Email: (�1efVrctI /-t"S+tf)r Cad G:\PROJECTS\2022\22133E\Specs\22133 Spec.docx 4-5 78 BOND NUMBER: 54263792 CONTRACT BOND CITY OF YAKIMA EXPANDING WATER AND WASTEWATER ACCESS TO UNDERSERVED COMMUNITIES BOR PROJECT NO. R24P00579 CITY OF YAKIMA PROJECT NO.AC-2570/SC-2605 HLA PROJECT NO. 22133 BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we,the undersigned, Ascent Foundation& More, LLC as principal, and United Fire&Casualty Company a corporation organized and existing under the laws of the State of Iowa , as a Surety corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of contractors with municipal corporations,as Surety, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of$ 2,206,003.41 for the payment of which sum we bind ourselves and our successors, heirs, administrators, or personal representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at Bellevue ,Washington, this day of , 2025. 4(- 1 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima,on , 2025,the City Manager of said City of Yakima, has let or is about to let to the said Ascent Foundation &More, LLC ,the above bounden Principal,a certain Contract,the said Contract being numbered HLA Project No.22133,and providing for the construction of EXPANDING WATER AND WASTEWATER ACCESS TO UNDERSERVED COMMUNITIES which Contract is referred to herein and is made a part hereof as though attached hereto, and mum WHEREAS,the said Principal has accepted,or is about to accept,the said Contract,and undertake to perform the work therein provided for in the manner and within the time set forth; NOW,THEREFORE, if the said Ascent Foundation & More, LLC shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, sub- contractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G:\PROJECTS\2022\22133E\Specs\22133 Spec.docx 4-6 79 BOND NUMBER: 54263792 CITY OF YAKIMA EXPANDING WATER AND WASTEWATER ACCESS TO UNDERSERVED COMMUNITIES BOR PROJECT NO. R24P00579 CITY OF YAKIMA PROJECT NO. AC-2570/SC-2605 HLA PROJECT NO. 22133 '4¢// —fro'SURETY: United Fire&Casual Com an CONTRACTOR: ti/ CO FORA1 F \% tl m' a y 7 ' 4 r Ascent Foundation & More, LLC �;,c -- 'o',:'Sy (Attorney- -act) CONTRACTOR NAME xnrsa`, Name: Roger Kaltenbach By: AH RIZE FFICIAL'S SIGNATURE (Please rant or Type) �' Agent: IMA Financial Group,Inc. Name: t'( ��P"i ar : v (Please Print or Type) Address: 2233 112th Avenue NE • Bellevue,WA 98004 IISurety Representative Name: Scott A.Garcia Surety Representative Phone: in (425)709-3600 Surety Representative Email: imiScott.Garcia@imacorp.com Approved as to Form: City Attorney I G:\PROJECTS\2022\22133E\Specs\22133 Spec.docx 4-7 80 tatei UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department II UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE , FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY INSURANCE (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire& Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint NICHOLAS FREDRICKSON, ANDREW KERSLAKE, GUY P. ARMFIELD, ROGER KALTENBACH, ELIZABETH R. HAHN, SCOTT MCGILVRAY, ALEC GUMPFER, GREG LAGREID, DEANNA M. FRENCH, JANA M. ROY, KATELYN COOPER, RONALD J. LANGE, SCOTT FISHER, SCOTT GARCIA, SUSAN B. LARSON, MINDEE L. RANKIN, FRANCIS WIRT, JOHN N. BUSTARD, ROLAND R. EUGENIO, SHIRLEY J. PACE, LAUREN ZAKARIAN, REBECCA SARMIENTO, CHRIS LARSON, KYLE DOZIER, ABBIE A. BONNEY, SANDY L. BOSWELL, JANIE MA, BRENDA S. NOLIN, SHARON POPE, JANTEANE BLYTON, ALEX 'I GIANNINI, EACH INDIVIDUALLY their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company,United Fire& i Indemnity Company,and Financial Pacific Insurance Company. I This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of I forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such i nstniments and to attach the seal 111 the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its A,,ens,,,,, `IFyIINOGrM rQ .`\amw°u,q ��,� 0 ry,,, ,.1, wsuyg, vice president and its corporate seal to be hereto affixed this 1st day of Apr i 1 , 2024 f CORPORATF S, CORPORATE 94S.1 Q: ULY2S Fo,o UNITED FIRE&CASUALTY COMPANY § UNITED FIRE&INDEMNITY COMPANY SEAL Y_ %� SEAL ` s<''. 1956 ;yam ''' as:. r s' '.:•4. ?`"'�_:' FINANCIAL PACIFIC INSURANCE COMPANY ''.',5lllla'5��s�� ��'/S5 lS l\\\� ��''''''rr imiiBy: 110..,4--ZState of Iowa,County of Linn,ss: Vice President On 1st day of April , 2024, before me personally came Kyanna M. Saylor to me known,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa;that she is a Vice President of United Fire&Casualty Company, a Vice President of United Fire&Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her II name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. r Patti Waddell � ""��C��J/I n,/, i Iowa n l Seal 7al; W yG{�i(�i(�' • Commission number 713274 Notary Public owr. My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed die corporate seal of the said Corporations this day of ,2025 . ,A`��pua Rgdr, ��lula°ItrUq .�a`O�S/0,,, ` YY` , t 4 i, p` Itvory , F\C Uq CORPORATE 'b^C `' CORPORATE, b� Q' Z.��LY 22, •O_ `Is;/I '. , ,z. 15 By: L 7G SEAL e,` SEAL Y ?yy'.q �p 2` `✓✓�Faq Sv���� "s.°FbsreR TFiP�\` '' CIFOaN•'Y\c Assistant�v Secretary, , ,,. �� '/,/,r ��i„hl/rlll lllll\I`I�IF's OF&C&OF&I&EPIC „r'r/lllli,,,,, flrlllllll\N\�` 1 BP0A0049 t 217 81 i FETAINAGE BOND brand ©. 55230229 KNOW ALL MEN SY THESE PRESENTS, that Ascent Foundation&More LLC , as Principal p authorized to do busin='ss in the State of Washington and United Fire&Casualty Company as Surety, a corporation organized and existing under the laws of the State of Iowa and authorized to transact business in the State of Washington as Surety, are jointly and sev erally held and bound unto City of Yakima as bligee in the penal sum of One Hundred Ten Thousand Three Hundred& 17/100 Dollars ( $110,300.17 ), which is 5% of the Principal's bid. WHEREAS, on the 25 the of , 20 , said Principal, herein, executed a contract with the Obligee, for EXPANDING WATER AND WASTEWATER ACCESS TO UN 11 ERSERVED CIO MMUNITIES, BOR Project No. R24P00579, City of Yakima Project No. AC-2570/SC-2605,HLA Project No.22133 IIIWHEREAS, said contract and RCW 50.23 require the Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained fund AND NOW WHEI•EAS, Principal has requested that the •bligee not retain any earned retained funds as allowed under POW 50.28. NOW, THEREFC*' E,the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries .f the trust fund created by ROW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases11 due to change orders, increases in quantities of work.r the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trus fund purposes of ROW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and pririty as set forth for retained percentages in ROW 50.28. PROVIDED HSWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5%of the total am.unt earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this day of , 2025 . ( • � y ' ' ; Ascent Foundation&More LLC :-''' ----44---- 1 ''. - ro 1:C : _. . ,d_ /t ® • r Principal United Fire&Casualtty_Company Surety •---„ V__ ' Att me P ct R..g .,, Parker, Smith& Feek, Inc. '--�/ Name and Address of Local Agent a 2233 112th;'avenue NE. Bellevue. WA 98004 82 v UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department Ulf UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,1 OS ANGLLES,CA Cedar Rapids,IA 52401 NSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company-See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint NICHOLAS FREDRICKSON, ANDREW KERSLAKE, GUY P. ARMFIELD, ROGER KALTENBACH, ELIZABETH R. HAHN, SCOTT MCGILVRAY, ALEC GUMPFER, GREG LAGREID, DEANNA M. FRENCH, JANA M. ROY, KATELYN COOPER, RONALD J. LANGE, SCOTT FISHER, SCOTT GARCIA, SUSAN B. LARSON, MINDEE L. RANKIN, FRANCIS WIRT, JOHN N. BUSTARD, ROLAND R. EUGENIO, SHIRLEY J. PACE, LAUREN ZAKARIAN, REBECCA SARMIENTO, CHRIS LARSON, KYLE DOZIER, ABBIE A. BONNEY, SANDY L. BOSWELL, JANIE MA, BRENDA S. NOLIN, SHARON POPE, JANTEANE BLYTON, ALEX GIANNINI, EACH INDIVIDUALLY their true and lawful Attorneys)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00 and to bind the Companies thereby as hilly and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire& Casualty Company,United Fire& Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of die following bylaw duly adopted by die Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instnmients of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of .either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of 1111 forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. r IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its ``o 'casq�`7,,, sP¢-�"""AV', �,,ss\�1W3ugq�, vice president and its corporate seal to be hereto affixed this 1st day of Apr i 1 , 2024 �'7 CORPORA RATF trh . ?� ,vq...G�RPO 4,:.,,,,,, g ti _ _- CORPORATE tg _Q.. u,Y2z Fh o" UNITED FIRE&CASUALTY COMPANY SEAL Y =; seat F. = 1ss6 rat F. UNITED FIRE&INDEMNITY COMPANY G R ,,� o' '1``?uppa?`'..',. FINANCIALPACIFIC INSURANCE COMPANY o exemo `e rhr nuua`�� '',,,rrsUrri niR,""`\` m u BY: ipt,e4.--, State of Iowa,County of Linn,ss: Vice President On 1st day of April , 2024, before me personally came Kyanna M. Saylor 1111 to me known, who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire& Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her oiname thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. ,,0`r0 Patti Waddell i Iowa Notarial Seal ' Commission number 713274 04461kotary Public own. My Commission Expires 10/26/2025 �- • a My commission expires: l0/26/2o 0_5 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this day of ,2025 ‹.....'''''".T � ,f,5w0]rry; \OPn"uulfpp oS0\C 11VUr�` �9.ga^+r ,' T. •'t,v'�'_r--fi r.6'' ��',>a� Yrt� Pc,\�RPOq: ,,,e, , ' Po Q :O Ay F K(CPRPOR.zTC 3.S e CORPORATE 3,F e.''' ot.Y 22. C3:O� l / L�LJ/�"..' ''� SEAC `a``` -; SEAL i 04 1996 \ :y A y .(/FOFN,'',",c, � V Assistant Secretary, o11m,u„' '',,,,;hash-Z ,,,,,1,11,,,,,,,,o''''` TTF&C&OF&I&FPIC aPiDA0049 i>17 83 1 1 Washington State Department of Transportation Authorized Signatures List the name and title of those individuals in your organization who are authorized to execute proposals, contracts, bonds and other documents and/or instruments on behalf of the organization. Specify if more ONthan one signature is required. NOTE: Signature must appear next to name Name(Typed) Signature Title Merle Jeff Schafer Owner Name(Typed) Signature Title Vince Glondo „>01 General manager Name(Typed) Signature , Title i Name(Typed) Signature Title Name(Typed) Signature Title Name(Typed) Signature Title Name (Typed) Signature Title .i Name(Typed) Signature Title Name (Typed) Signature Title Name (Typed) Signature Title Name(Typed) Signature Title The undersigned, being duly sworn, deposes and says that the foregoing is a true statement of facts concerning the individual. corpration, co-partnership or joint venture herein named, as of the date indicated: Name of Firm -Be Exact S c AOcit o i -t and_ 'lc�( LLc G 1'1tCt G Sworn to before me this I i .-- - day of 1 d= r--- T. 1...____ rA1/4....Q.ck, 0 1) 1, u 0„ R . xtzed `,ion,itu'etsi `���V Com mission Number‹.. 23033632 =rn Heather _—� Johnson �p�My Appointment Expires O �, 9/2f/2027 h ,,Or wASNP`‘‘® 84 1 i � 0� CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION � Subcontractor's Certification is not required at the time of bid. This Cedificahon must be completed by each subcontractor Prior to award of any subcontract: � Stripe Rite, LLC certifies that (SUBCONTRACTOR) ~~ i It intends to use the following listed construction trades in the work under the subcontract: Traffic Control/ Class /\ install 0 -------------- ------ -- -- ---------''— � - ��- ano - _ � . As to those trades for which it is required by these Bid Conditions to comply with these Bid C:ndibono, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima. VVashington area subject tothese Bid Condihons, those trades being: � � ° ^- , '- ---------- �� ��2 ------- (Signa'ure of Authorized Ropresnnta"°e o�3�^ ,nkactor) '2� '-` ~, � ~ � ~ -N — � . � ~ ° '- ~� 4� 85 _ CI TY CERTIFICATION Subcontractor's Cerhficadonis not required ot the time of bid. This Certification must ho completed hy each subcontractor prior to award of any suhuontract� .� � oerUfiesU`aL -= (SUBCONTRACTOR) ' � - 1 k intends to uset'he following listed construction trades in the work Linder the sUbcortract: "Al = ` and, | As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, \tadoPts the minimum minority and women workforce utilization goals and the | specific affirmative action steps for all construction work (both federal and non-federal) 'in the | Yakima, Washington area sublect to these Bid Conditions, those trades being: � �(A ---- --- ----- ' ---- - — ........... - __ ^' � = | (Signa�n: o/AurhnozedRop,asemahveof3ubcontrnoor) _ ' m^_ ^ � @6 � � CITY OF.YAKIMA SUBCONTRACTOR'S CERTIFICATION ` ' ~^ � � Subcontractor's Certification is ncdroqvinad at the time of bid, This Certification muo<-he completed by � -� each subcontractor prior to award of any suboonLnacti ' ~~ CentralInc. certifies (SUBCONTRACTOR) ~~ ' - � 1 it intends to use the following listed construction trades in the work under the subcontract -- Laborers � --- — i Operators - TrickO�vers and, � / �— An to those trades forwhioh it is required by these Bid Conditions to comply with these Bid Condihonu, it adopts the minimum minority -,and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the | — Yakima VVasf,ingion area subject totnese Bid Conditions. those trades being: � Laborers _-__--_—Operators O na�rs _ � Truck Drivers ~ re of Au Rnprea��auve of Subcontractor) / ~ � m~ � � p� '~ 4-3 . � m� 87 �~ � CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION � Subcontractor's Certification ia not required at the timeofbid, This Certification nnuotbe completed by p each subcontractor prior to award of any subcontract: /7 certifies that: (SUBCONTRACTOR) -' 1. It intends to use the following listed construction trades |n the work under the oubwzntnaot -- ------ ---- i and; � As to those trades for which it |s required by these Bid Conditions hzcomply with these Bid ' � Conditions, it adopts the minimum minority and women workforce utilization goals and the ! ' specific affirmative action. steps for all construction work(both federal and non-federal) in the � Yakima, Washington area subject to these Bid Conditions, those trades being: � ' ! ' (Signature of Authorized Representative ofSubcontractor) ' 133o^==m ,33opewocx 4-8 88 "� "� ® DATE(MM(DD/YYYY) ACORCP CERTIFICATE OF LIABILITY INSURANCE `...--- 4/14/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT CERTIFICATE DEPARTMENT , AssuredPartners of WA PHONE t FAX 2801 Commercial Ave, Suite 1 IA/C,No,Ext): 360.293-2135 (A/C,No): E-MAIL Anacortes WA 98221 ADDRESS: CERTS.ANACORTES@ASSUREDPARTNERS.COM INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:WESTERN NATIONAL MUTUAL 15377 INSURED ASCEN-3INSURER B:Western National Assurance 24465 - ASCENT FOUNDATION&MORE LLC P.O. Box 132 INSURER C: Cle Elum WA 98922 INSURER D: INSURER E: .- INSURER F: COVERAGES CERTIFICATE NUMBER:157713329 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL1SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD:WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY Y Y CPP131000701 5/8/2024 5/8/2025 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X I OCCUR PREMISES(Ea occurrence) $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X J CT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: PROPERTY DAMAGE DED $1,000 B AUTOMOBILE LIABILITY Y Y CPP131516801 5/8/2024 5/8/2025 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) I ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY _ AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) B ' UMBRELLA LIAB X I OCCUR Y Y CPP131000701 5/8/2024 5/8/2025 EACH OCCURRENCE $3,000,000 X EXCESS LIAB -j CLAIMS-MADE AGGREGATE $3,000,000 DED X RETENTION$in nnn $ g WORKERS COMPENSATION CPP131000701 5/8/2024 5/8/2025 PER X OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER WA STOP GAP ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A — ---"(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A LEASED/RENTED EQUIPMENT CPP131517001 5/8/2024 5/8/2025 150,000-LEASED EQPMT $1000 DEDUCTIBLE A BPP CPP131000701 5/8/2024 5/8/2025 50,000 1,000 L— DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CITY OF YAKIMA,its employees,agents,elected and appointed officials,and HLA Engineering and Land Surveying,Inc.(HLA)are additional insureds. 30 day Cancellation notice applies — CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF YAKIMA 129 N 2nd St Yakima WA 98901 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. III ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 89 0 CD BID SUMMARY BIDDER NO.1 BIDDER NO.2 BIDDER NO.3 BIDDER NO.4 BIDDER NO.6 BIDDER NO.6 Owner:City of Yakima Ascent Foundation&More JR Construction CR Construction Interwest Construction,Inc OW Excavating Project:Expanding Water and Wastewater Access to Undcrserved Communities LLC City of Yakima Project No.:AC-2570/SC-2605 106 N.Pooh Ave.Suite C 3999 St.Joe Avenue 45127 SE 104th St 609 North Hill Blvd. P.0 Box 1089 HLA Project No.:22133 Cie Elton,WA 98922 Post Falls,ID,83854 North Bend,WA 98045 Burlington,WA 98233 Davenport,WA 99122 BOR Project No.:R24P00579 Bid Opening Date:January 30,2025 ITEM scN. DESCRIPTION CITY. UNIT ___ENGINEER'S ESTIMATE NO. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT BIDDER NO.B AMOUNT UNIT PRICE AMOUNT 1 A Minor Change Est FA $20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 5 20,000.0E $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 520,000.00 $ 20,00000 2 A Mobilization - LS $200,000.00 $ 200,000.00 $ 70,000.00 $ 70,000.00 $ 120,000.00 $ 120,000.00 $ 75,000.00 $ 75,000.00 $ 134,835.00 $ 134,835.00 $146,800.00 $ 146,800.00 3 A Project Temporary Traffic Control - LS $50,000.00 $ 50,000.00 $ 11,000.00 $ 11,000.00 $ 30,000.00 $ 30,000.00 $ 92,580.00 $ 92580.00 $ 124,000.00 $ 124,000.00 $98,500.00 $ 98,500.00 • 4 A Clearing and Grubbing - LS $20,000.00 $ 20,000.00 $ 2,000.00 $ 2,000.00 $ 20,000.00 $ 20,000.00 $ 27,942.00 $ 27,942.00 $ 7,500.00 $ 7,500.00 S20400.00 $ 20,400.00 5 A Removal of Structures and Obstructions L6 $10,000.00 $ 10,000.00 $ 30,000,00 $ 30,000.00.$ 9,314.00 $ 9,314.00 $ 41,000.00 $ 41,000.00 $131,300.00 $ 131,300.00 6 A Crushed Surfacing Base Course 1570 TON $ 40.00 $ 62,800.0E $ 35.00 $ 54,950.00 $ 38.00 $ 59,660.00I$ 40.00 $ 62,800.00I $45.00 $ 70,650.00I 7 A Crushed Surfacing Top Course 80 TON $ 35.00 $ 2,800,0E $ 35.00 $ 2,800,00 I$ 58.00 $ 4,640.00 $ 60.00 $ 4,800,00 590.00 $ 7,200.00 8 A HMA Cl.1/2-Inch PG 64H-28 540 TON $ 180.00 $ 97,200.0E $ 125.00 $ 67,500,00 $ 96.00 $ 51,840.00 I$ 114.00 $ 61,560,00 $124.00 $ 66,960.00 9 A Manhole 48 In.Dian Type 1 19 EA $ 5,000.00 $ 95,000.0E $ 5,000.00 $ 95,000.00 I,$ 4,083,00 $ 77,577.00 $ 5,800.00 $ 110,200.00 $6,200.00 $ 117,800.00 10 A Shoring or Extra Excavation 6785 LF $ 2.00 $ 13,570.0E $ 200 $ 13,570.00 $ 1.00 $ 6,785.00 $ 0.50 $ 3,392.50 I$ 1.00 $ 6,785.00' $2.00 $ 13,570.00 11 A Select Backfill,as Directed 2020 CY S 45,00 $ 90,900.00' $ 30.00 $ 60,600.00 $ 48.00 $ 96,960.001$ 40.00 $ 80,800.00 $42,00 $ 84,840.00 12 A PVC Sanitary Sewer Pipe a ln.Diam. 5325 LF $ 105.00 $ 559,125.0E $ 90.00 $ 479,250.00 $ 81.75 $ 435,318.75 $ 108.00 $ 575,100.00 $146.00 $ 777 450.00 I 13 A PVC Sanitary Sever Pipe 4 In.Dian 1410 LF $ 100,00 $ 141,000.0E $ 5500 $ 77,550.00 $ 55,00 $ 77,550.00 $ 81.00 $ 114,210.00'$ 99.00 $ 139,590.00 $90.00 $ 126,900.00 14 A C900 PVC Sanitary Sewer Pipe 8 In.Dam. 50 LF 5 110.00 $ 5,500.0E $ 85.00 $ 4,250,00 S 103.00 $ 5,150.00 $ 120.00 $ 6,000.00 $61,00 $ 3,050.00 I BSever Cleanola 85 EA $ 1,000.0E $ 85,000.0E '$ 300.00 $ 25,500.00 i$ 991.00 $ 84,235.00 $ 635,00 $ 53,97560 $960.00 $ 81,600.00 Landscape Restoration Est. FA $10,000.0E $ 10,000.0E $ 10,000.0E $ 10,000.0E $ 10,000.0E $ 10,000.0E $ 10,000.0E $ 10,000.0E $10,000.00 $ 10,000.0E Controlled Density Fill 270 CY $ 200,00 $ 54,000.00E S 320.00 $ 86,400.00 $ 332.00 $ 89,640.00 $ 150.00 $ 40,500.00 $240.00 $ 64,800.00 Minor Change Est. FA $20.000.00 $ 20,000.00 5 20.000.00 0 20,000.00 $ 20,000.00 5 20,000.001$ 20,000.00 $ 20,000.00 520,000.00 $ 20,000.00I Mobilization - LS 1 B1,000.00LLS 81000.0E $ 606600 $ 60,000.00 $ 34,000.00 $ 34,000.00 $ 51,055,11 $ 51,055.11 836,300,00 $ 36,300.00 Project Temporary Traffic Control - LS $50,000.00 $ 50,000.001$ M $ 25,000.00 $ 25,000.00 $ 41,500.00 $ 41,500.00 $ 43,875.00 $ 43,875,00 562,300.00 $ 62,300.00 21 B Clearing and Grubbing - LS $20000,00 $ 20,000.00 $ 10,000,00 $ 10,000.00 $ 19,586.00 $ 19,586.00 $ 7,500.00 $ 7,500.00 $20,400.00 $ 20,400.00 22 8 Removal of Structures and Obstructions - LS $10,000.00 $ 10,000,0E $ 10,000,00 $ 10,000,00 $ 17,886.00 $ 17,886.00I$ 20,500,00 $ 20,500,00 $4,600,00 $ 4,600.00I 23 B Crushed Surfacing Base Course 140 TON $ 40,00 $ 5,600.0E $ 35.00 $ 4,900.00 $ 38.00 $ 5,320.00 1$ 40.00 $ 5,600.00 $45.00 $ 6,300.00 24 B Crushed Surfacing Top Course 15 TON $ 35.00 $ 525,0E $ 35.00 $ 525.00 $ 58.00 $ 870.00I$ 60.00 $ 900,00 $90.00 $ 1,350.00 25 B HMA CI.1/2-Inch PG 64H-28 50 TON $ 180.00 $ 9,000.00 $ 12500 $ 6,250,00'I$ 106.00 $ 5,30000 $ 129.0E $ 6,450.00 $127.00 $ 6,350.00 26 B Shoring or Extra Excavation 3280 LF $ 2.00 $ 6,560.0E $ 1.00 $ 3,280.00 $ 0.75 $ 2,460.00I$ 1.00 $ 3,280.00 $1.20 $ 3,936,00I 27 B Select Backyll,as Directed 680 CY $ 45.00 $ 30,60060 $ 30.00 $ 20,400.00 I$ 48.0E $ 32,640.00...$ 40.00 $ 27,200,00 $30.00 $ 20,400.00 ' 28 B D.I,Pipe for Water Main 8 In.Diam. 3230 LF $ 60,00 $ 193,800.0E $ 110.00 $ 355,300.00 $ 135.00 $ 436,050.00I$ 103.00 $ 332,690,00 $110.00 $ 355,300.00I • 29 B D.I.Pipe for Water Main 6In.Diem 50 LF $ 50.0E $ 2,500.0E $ 85.00 $ 4,250.00 $ 185.00 $ 9,250.00 1$ 11600 $ 5,500.00 S104.00 $ 5,200.00 30 B Blowoff Assembly 2 EA $ 2,000.00 $ 4,000.0E $ 2,500.00 $ 5,000.00 $ 4,249.00 $ 8,498.00I$ 2,000.00 $ 4,000.0E 56,000.00 $ 12,000.00I 31 B Gate Valve 8In. 4 EA $ 2,200.00 $ 8,800.00 $ 4,000.00 $ 16,000.00 $ 2,408.00 $ 9,63200 $ 3,100.00 $ 12,400.00 $4,400.00 $ 17,600.00 32 B Hydrant Assembly 4 EA $ 6,500.00 $ 26,000.0E $ 12.000.00 $ 48,000.00 $ 9,023.50 $ 36,094.00 $ 8,700.00 $ 34,800.00 58,700.00 $ 34,800.00 I 33 B Hydrant Guard Poet 12 EA $ 1,000.00 $ 12,000.00 S 1,400.0E $ 16,800.0E $ 1,5130.00 $ 18,000.00,$ 1,131.000 $ 13,57200 $ 1,175.00 S 14,100,00 $900.00 $ 10,800.00 I • 34 B Service Stub 314 In.Siam. 47 EA $ 2,000.00 $ 94,000.00 $ 1,200.00 $ 56,400.00 $ 3,000.00 $ 141,000.0E $ 1,039.00 $ 48,833.00 I$ 1,400.00 $ 65,800.00 $2,200.00 $ 103,400.00 35 B Landscape Restoration Est FA $15,000,00 $ 15,000.00 $ 15,000.00 $ 15,000,00 $ 15,000.00 $ 15,000.00 1$ 15,00000 $ 15,000.00 $ 15,000.00 $ 15,000,00 515,000.0E $ 15,000.0E 36 C Minor Change Est. FA $10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10.000,00 $ 10,000.00 $ 10,000.001$ 10,000.00 $ 10,000.00 510,000.00 $ 10,000.001 • 37 C Mobilization - LS $38,000.00 $ 38,000.00 $ 16,000,00 $ 16,000.0E $ 70,000.00 $ 70,000.00 $ 34,000.00 $ 34,000.00 $ 40,000.00 $ 40,000,0E $48,900.00 $ 48,900.00 38 C Project Temporary Traffic Control - LS $50,000.00 $ 50,000.00 $ 11,000.00 $ 11,000.00 $ 30,000.00 $ 30000.00 $ 25,700.00 $ 25,700.00I 5 27,125.00 $ 27,125.00 $62,300.00 $ 62,300.00I ' 39 C Clearing and Grubbing - LS $20,000.0E $ 20,000.00 $ 2,000.00 $ 200000 $ 10,000.00 $ 10,000.00 $ 15,266.00 $ 15,266.00 S 15,000.0E $ 15,000.00 $15,600.00 $ 15,600.00 40 C Unclassified Excavation Incl.Haul 1,870 CV $ 35.00 $ 65,450.00 I$ 46.00 $ 86,020.00 $ 25.00 $ 46,750.00 $ 55.00 $ 102,850.00 I$ 36.00 $ 67,320.00 $42.00 $ 78,540.00 I ' 41 C Crushed Surfacing Base Course 2,830 TON $ 40,0E $ 113,200.00 i$ 39.00 $ 110,370.00 $ 35.00 $ 99,050,00:$ 38.00 $ 107,540.00 $ 40.00 $ 113,200.00 $47.00 $ 133,010.00 42 C Crushed Surfacing Top Course 290 TON $ 35.00 $ 10,150.00I$ 41.00 $ 11,890.00 5 35.00 $ 10,150,E0!$ 48.00 $ 13,920.00 $ 60.00 $ 17,400.00 $47.00 5 13,630.00 43 C HMA Cl.1l2-Inch PG 64H-28 1,000 TON $ 120.00 $ 120,000.0E i$ 128.00 $ 128,000.0E $ 125.00 $ 125,000.0E 5 96.00 $ 96,000.00 J$ 114.00 S 114,000.00 $124.00 $ 124,000,00 44 C Adjust Manhole 3 EA $ 1,000.00 $ 3,000.00 $ 1,200.00 $ 3,600.00 $ 5,000.00 $ 15,000.00 $ 750.00 $ 2,250.00I$ 670.00 $ 2,010.00 S1,000.00 $ 3,000.00 45 C Adjust Valve Box 11 EA $ 800.00 $ 8,800.00 $ 600.00 $ 6,600.00 $ 300.00 $ 3,300.00'$ 460.00 $ 5.060.00 $ 490,00 $ 5,390.00 $830.00$ 9,130.00 46 C Inlet Protection 9 EA $ 70.00 $ 630.00 $ 60.00 $ 540.00 $ 100.00 $ 900.00 $ 125.00 $ 1,125.00 I$ 80.00 $ 720.00 $93.00 $ 837.00 I 47 C Cement Cont.Sidewalk 6-Inch Thick 22 6Y $ 100.00 $ 2,200.00 $ 200.00 $ 4,400.00 S 110.00 $ 2,420.00'$ 150.00 $ 3,300.00 $ 145.00 $ 3,19000 $160.00 $ 3,520.00 48 C Adjust Monument Case and Cover 2 EA $ 1,200.00 $ 2,400.00 $ 800.00 $ 1,600.00 $ 400.00 $ 800.00 $ 250.00 $ 500.00 I$ 585.00 $ 1,170.00 S1,400.00 $ 2,800.00 I 49 C Permanent Signing - L6 $10,000.00 $ 10,000.00 1$ 2,50600 $ 2,500.00,$ 10,000.00 $ 10,000.001E 3,000,00 $ 3,000.00 $ 1.00 $ 1.00 $1,800,00 $ 1,800,0E a) BID SUMMARY BIDDER NO.1 BIDDER NO.2 BIDDER NO.3 J BIDDER NO.4 BIDDER NO.5 BIDDER NO.6 Owner:City of Yakima Ascent Foundation 8 More JR Construction CR Construction Interwest Construction,Inc OW Excavating Project:Expanding Water and Wastewater Access to Underserved Communities LLC City of Yakima Project No.:AC-25701SC-2605 106 N.Peoh Ave.Suite C 3999 St Joe Avenue 45127 SE 104th St 609 North Hill Blvd. P.O Box 1089 HLA Project No.:22133 Cie Slum,WA 98922 Post Falls,ID,83854 North Bend,WA 98045 Burlington,WA 98233 Davenport,WA 99122 BOR Project No.:R24P00579 Bid Opening Date:January 30,2025 I7Ex SCH. DESCRIPTION TM No. a unit'' ZEM 1!=lEM:=0MMIZII:=®IEI=EMMEIMIIMMIMIM®E====.11I BIDDER rvo.s ECM IM=EMIME=EMWHIM� Pavement Markings -- LS I$ 5,000.00 5 5,000.00 5 3,000.00 $ 3.000.00I$ 10,000.00 5 10,000.00 5 3.000.0C $ 3,000.00 $ 2,320.00 5 2,320.00I 58.200,00 $ 8.200.00 51 0 Apprenticeship Incentive 1 CALC $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00''.$ 2,000.00 $ 2,000.00 $ 2,000.0C $ 2,000.00 $ 2,000.00 $ 2,000.00 52,000.00 $ 2,000.00 52 0 Apprenticeship Penalty 1 CALC'I$(10,000.00) $ (10,000.00) $ (10,000.00) $ (10,000.00)I 5 (10,000.00) $ (10,000.00) $ (10,000.00) $ (10.000.00)I$ (10,000.00) $ (10,000.00)1$ (10,000.00) $ (10,000.00)I Schedule A Bid Subtotal' $1,516,895.00 $1,104,740.00 $1,190,585.00 $1,257,459.25 $1,479,445.00 $1,841,820.00 8.3%Sales Tax-ScheduleA $ 125,902,29 $ 91,69342 $ 98,818.56 $ 104,389.12 $ 122,793.94 $ 152,871.06 SCHEDULE A-TOTAL 51,642,797.29 $1,196,433.42 $1,289,403.56 $1,361,828.37 $1,602,238.94 $1,994,691.06 Schedule B Bid Subtotal', $ 589,385.00 $ 572,530.00 $ 762,905.00 $ 756,491.00 $ 670,650.11 $ 736,036.00 • 8.3%Sales Tax-Schedule Bl $ 48,818.96 $ 47,519.99 S 63,321.12 $ 62,788.75 $ 55,663.96 $ 61,090.99 SCHEDULEB-TOTAL $ 638,303.96 $ 620,049.99 1 $ 826,226.12 $ 819,279.75 $ 726,314.07 $ 797,126.99 SCHEDULE C-TOTAL $ 458,830.00 $ 397,520.00 $ 443,370.001 $ 423,511.00 $ 418,846.00 $ 515,267.00 SCHEDULE O-TOTAL $ (8,000.00) $ (8,000.00) $ (8,000.00) $ (8,000.00) $ (8,000.00) $ (8,000.00) BID TOTALS $2,731,931.24 I $2,206,003A1 I $2,550,999.67 $2,596,619.12 $2,739,399.00 $3,299,085.05 ENGINEER'S REPORT ADDITIONAL BIDS CITY OF YAKIMA AWARD MADE BY CITY MANAGER BIDDER BID Competitive bids were opened January 30,2025.All bids have been reviewed by this office. CITY PROJECT NO.:AC-2570(5C.2605 1 We recommend the contract be awarded to:Ascent Foundation&More LLC. HLA PROJECT NO.:22133 Digitally signed by Benjamin A.Annen / 1 4 ,.D8te:2025.01.31 10:31:42-08'00' �66.. .,qqq� Cry anag Protect Engineer Date _` 91\'') 1 f gW rManager �ii� y, , 151 tra II�� {fDate l Date .•.HLA 'Bid results can be found at hlacivil.cam 'Highlighted amounts have been corrected. Water/ Irrigation Division -- �'t.`•Y(t ,,jr,-4,4111111&.4",',,,, Working Together Toward Excellence in Service and Quality ;,,A..... ) 7� 2301 Fruitvale Blvd. lkNewYakima, WA 98902 DATE: February 4, 2025 TO: Vicki Baker, City Manager FROM: Jeff Bond, Acting Water/Irrigation Manager RE: Expanding Water and Wastewater Access to Underserved Communities City of Yakima Project No.: AC-2570/SC-2605 / HLA Project No.: 22133 / BOR Project No.: R24P00579 Attached for your signature is the Bid Summary and Recommendation of Award for the subject project. The project is located in the northeast area of the city near N. 4th St. and E. R St.; in the southcentral area of the city near S. 10th Ave. and Woodland Ave. This project provides the installation of public water and sewer main, including domestic water services and sanitary sewer laterals, to properties that currently do not have access to these services. Sealed bids were received from five (5) contractors and publicly opened on Thursday, January 30, 2024 at 2:00 PM, with a total responsive low bid of $2,206,003.41 being offered by Ascent Foundation & More, LLC, of Cle Elum, WA. The engineer's estimate for the project was $2,731,931.24. In addition to both Water and Wastewater capital funding, a grant to fund the construction of the water and wastewater systems was awarded by the United States Bureau of Reclamation as part of their WaterSMART Drought Response Program: Drought Resiliency Projects for Fiscal Year 2024 program in the amount of $4,949,298.00. The grant was approved by city council on January 7, 2025. Please sign as flagged and return at your earliest convenience. Please let me know if you have any questions. Thank you. l'fi/4. 4-( Jeff Bond 92 ,,_. . _ _ _ A .. ,,... ...„, .,„... EngtneeringandLandSuiveying,Inc. ,, . _,___ _ January 31, 2025 City of Yakima—Water and Irrigation Division 2301 Fruitvale Blvd. Yakima, WA 98901 Attn: Jeff Bond, Acting Water Manager Re: City of Yakima Expanding Water and Wastewater Access to Underserved Communities City of Yakima Project No.: AC-2570/SC-2605 HLA Project No.: 22133 Recommendation of Award Dear Mr. Bond: The bid opening for the above referenced project was held at the City of Yakima Council Chambers at 2:00 p.m. on Thursday, January 30, 2025. A total of five (5) bids were received with the low bid of$2,206,003.41, being offered by Ascent Foundation & More, LLC, of Cle Clum, WA. This low bid is approximately nineteen (19%) percent below the Engineer's Estimate of$2,731,931.24. We have reviewed and checked the bid proposals of all bidders and recommend the City of Yakima award a construction contract to Ascent Foundation & More, LLC, in the amount of $2,206,003.41. Please send us a copy of the City of Yakima Council meeting minutes authorizing award of this project. Enclosed please find the project Bid Summary for your review. Please provide a fully executed Bid Summary to our office. Once received, we will send an Anticipated Award Letter and Contracts to Ascent Foundation & More, LLC for execution. Sincerely, Digitally signed by Benjamin A. Annen Date:2025.01.31 12:48:36-08'00' Benjamin A. Annen, PE BAA/jdb Enclosures Copy: Mike Shane, Dana Kallevig, Brenda Fehlhefer, City of Yakima Madeline St. John, Taylor Denny, Angie Ringer, HLA G\PROJECTS\2022\22133E\Bid Opening\22133-RECAward.docm 2803 River Road Yakima,WA 98902 : (509)966-7000 www.hlacivil.com 93