Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2023-125 Resolution authorizing a contract with Apollo Inc for the North 1st St Phase 3 Project 2580
RESOLUTION NO. R-2023-125 A RESOLUTION authorizing an agreement with Apollo Inc for the North 1st Street Phase 3 Project 2580. WHEREAS, the City is resuming its efforts to continue the reconstruction and improvements of North 1st Street from "J"to"MLK"consisting of reconstruction and widening of the roadway, bike lanes, curb and gutter, sidewalks, curb ramps, illumination, and signals; and WHEREAS, the N 1st Street Phase 3 project received federal funding of$2,090,000 and $2,910,000, and $4,857,474; and WHEREAS, the City desires to enter into a contract with Apollo Inc to perform the construction for the North 1st Street Phase 3 project; and WHEREAS, the City of Yakima used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects; and WHEREAS, Apollo Inc was determined to be qualified to perform the needed construction work; and WHEREAS, the contract will be null and void if bond, certificate, and required insurance certificate and endorsement are not received within specified timeframe; and WHEREAS, the Scope of Work and Budget included in this contract meets the needs and requirements of the City of Yakima for this project; and WHEREAS, the City Council of the City of Yakima finds that entering into the contract with Apollo Inc for construction on the North 1st Street Phase 3 project is in the best interests of the City and its residents; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a contract with Apollo Inc, attached hereto and incorporated herein by this reference, not to exceed Ten Million Two Hundred Four- Seven Thousand Five Hundred Eighty-Four Dollars and Thirty-Nine Cents ($10,247,584.39) to provide construction services outlined in the contract. ADOPTED BY THE CITY COUNCIL this 19th day of September, 2023. 0 Janice De cio, Mayor ATTEST: =yPKtM4 N r 'i to gS Rosalinda Ibarra, City Cler,�� Hi Gco' CONTRACT} THIS AGREEMENT, made and entered in triplicate,this 1"1 day of & !20'23, by and between the City of Yakima , hereinafter called the Owner, and Apollo, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows. I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 10,247,584.39 , for NORTH 1ST STREET REVITALIZATION PHASE 3, City of Yakima Project No. 2580, all in accordance with,and as described in the attached plans and specifications and the 2023 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 three hundred forty(340)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 day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima . II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations,and regulatory or other governmental proceedings arising from or in connection with this Contract or the acts,failures to act, errors or omissions of the Contractor, or any of Contractor's agents or subcontractors, in performance of this Contract, except for claims caused by the City's sole negligence. The City's right to indemnification includes attorney's fees and costs associated with establishing the right to indemnification hereunder in favor of the City. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. G\PROJECTS\2021\21061E\Spec\21061\21061 Spec docx 4-2 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 f 20 a.�J Apollo, Inc. ,a Corporation Co ctor By kt City an g K1Mq�y,, Attest: �yP h. / 4,/ 9C 4 (Print Name) `it l G * • • . too City Clerk 5 i •C AL ; # / • J �/i[._ // I/67 a • �tsr �f1� ...•*� Z�te (President,Owner,etc.) ,11- ,,"`NG�O ddress• 1133 W. Columbia Drive .��22 (� Kennewick,WA 99336 CITY CONTRACT NO' dpi`��q—'`2 U^ RESOLUTION NO' � gy7—i_S G\PROJECTS\2021\21061E\Spec\21061\21061 Spec docx 4-3 CONTRACT BOND CITY OF YAKIMA Bond No. 30200991 NORTH 1ST STREET REVITALIZATION PHASE 3 FED AID NO. NHFP-4579(013) TIB PROJECT NO. 8-4-180(025)-1 CITY OF YAKIMA PROJECT NO. 2580 HLA PROJECT NO. 21061 BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, Apollo, Inc. as principal, and Western Surety Company a corporation organized and existing under the laws of the State of SD , 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$ 10,247,584.39 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 Kennewick , Washington, this 19th day of September , 2023 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima,on September 19 ,2023,the City Manager of said City of Yakima, has let or is about to let to the said Apollo. Inc. , the above bounden Principal, a certain Contract,the said Contract being numbered HLA Project No.21061,and providing for the construction of NORTH 1ST STREET REVITALIZATION PHASE 3 which Contract is referred to herein and is made a part hereof as though attached hereto, and 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 Apollo, Inc. 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 princi- pal 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,then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G\PROJECTS\2021\21061E\Spec\21061\21061 Spec docx 4-5 CITY OF YAKIMA NORTH 1ST STREET REVITALIZATION PHASE 3 FED AID NO. NHFP-4579(013) TIB PROJECT NO. 8-4-180(025)-1 CITY OF YAKIMA PROJECT NO 2580 HLA PROJECT NO. 21061 SURETY Western Surety Company CONTRACTOR. 41 By����lu ISM My Apollo, Inc � (Attorney-in-face V CONTRACTOR NAME Name: Lori McKimmy, Attorney-in-Fact By: l J ¢¢ akt--De (Please Print or Type) AUTHORI4)i OFFICIAL'S SIGNATURE L Agent: Kenneth J. Frick Name: ci9ic SG� 1 C�C�t/'Or�,(�� (Please Print or Type) Address: 112 South Fourth Street Yakima, WA 98901 vfonwr 4/Surety Representative Name: •' 04 ' ,,O,i 4 Gabriel Longoria E tab; £A Surety Representative Phone ic1 O 60 am 206-799-4072 Surety Representative Email gabnel longoria@cna corn pp ved as to Form. Ci Attorney G WRO•ECTSt2021\21061E\Spec\21061121061 Spec docx 4-6 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donna S Martinez, Rod Lewis, Kenneth J Frick, Lori McKimmy, Individually of Yakima,WA,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bmd it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 21 st day of July,2022. 0.„siaiT"y WESTERN SURETY COMPANY oiV l O- 7/9 "w „ "° _746:2,77aul T Bruflat,Vice President State of South Dakota ) Jj ss County of Minnehaha On this 21st day of July,2022,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;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 corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires M.BENT J E NOTABY PUBLIC SEAL s 112. . March 2,2026 SOUTH DAKOTA M.Bent,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 19th day of September,2023 tte,SuaET.P> WESTERN SURETY COMPANY 64 1 D^ = ;2z 4. L Nelson,Assistant Secretary Form F4280-7-20I2 Go to www.cnasurety.com >Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations ofthe corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 1 F:dk l; �...: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.E. For Meeting of: September 19, 2023 ITEM TITLE: Resolution authorizing a contract with Apollo Inc for the North 1st St Phase 3 Project 2580 SUBMITTED BY: Scott Schafer, Director of Public Works * Bill Preston, PE, City Engineer(509) 576-6754 SUMMARY EXPLANATION: The City of Yakima's N 1st Street Phase 3 project #2580 includes the reconstruction of N 1st Street between MLK Blvd and "J" Street. The project includes excavation, surfacing, sidewalk, curb and gutter, storm drainage improvements, domestic water, landscaping, and irrigation work. The City used the procedure established by Washington State law for the bidding and awarding of public capital improvement projects with Apollo Inc being selected to provide construction on the projects in the amount not to exceed $10,247,584.39. The Agreement has been attached for City Council review. The project is funded with Federal NHFP and NHPP funds, Transportation Improvement Board funds, and Transportation Benefit District funds. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Description Upload Date Type ❑ Resolution 9/11/2023 Resolution 0 Contract 9/15/2023 Cotter Memo Project: (Name) (Number) To: (Contractor) City of Yakima North First Street Revitalization Phase 3 Fed Aid No.: NHFP-4579(013) - HLA No. 21061C TIB Project No.: 8-4-180(025)-1 Apollo, Inc. 1133 W. Columbia Drive Kennewick, WA 99336 J Change Order Change Order Number 01 Change Order Date 4/17/2024 Contract Number City of Yakima No. 2580 Contract Date September 25, 2023 *You are directed to make the following changes in this Contract: Lincoln Avenue Signal Pole Revisions Add Item No. 110 - CO#1 SCH A - Lincoln Avenue Signal Pole Revisions - 1 LS @ $76,992.00 All related work shall be completed in accordance with the Standard Specifications, plans, specifications, and addenda. Change Order Justification: This change order is being executed as requested by the City of Yakima's traffic signal division. The current location of the signal pole has resulted in a significant number of collisions by vehicles while turning at this corner. The relocation will create more space between the pole and traveling roadway. The contractor was asked to provide a cost proposal for the completion of this work. The Engineer reviewed the cost proposal and found it to be reasonable and necessary for the safety of the traveling public. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, induding any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ Net change by previous Change Orders.._»,.=.g$ The Contract Sum prior to this Change Order $ The Contract Sum will be: IR Increased ❑ Decreased ❑ Unchanged by this Change Order $ 76,992.70 The New Contract Sum including this Change Order will be ...................<..........,$10,324,577 094+ 0;6,3g The Contract Time will be: !R Increased ❑ Decreased ❑ Unchanged by 4 working days The New Contract Time will be 344 working days 10,247,584.39 0.00 10,247,584.39 Based on DOT Form 570-001 EF Revised 08/2021 Original to: 0 Contractor Approval Recommended Terry D. e O E t Approval Rein Scott Smaller, Public d! Date,,.. Date Press Approved B E i Aprov Dave 7-ov Interim s Copies to: 0 Region 0 OSC Accounting 0 City Engineering By Date: ❑ Construction Administrator CITY CONTRACT NO: 2023 *. (t)© Cb±t O l RESOLUTION NO: 2023 - t �g Project: (Name) (Number) To: (Contractor) City of Yakima Change Order Change Order Number North First Street Revitalization Phase 3 Change Order Date 4/17/2024 03 Fed Aid No.: NHFP-4579(013) - HLA No. 21061C Contract Number City of Yakima No. 2580 TIB Project No.: 8-4-180(025)-1 Contract Date September 25, 2023 Apollo, Inc. 1133 W. Columbia Drive Kennewick, WA 99336 L. You are directed to make the following changes in this Contract: Unlocated Fiber Line Repairs Add Item No. 112 - CO#3 SCH A - Unlocated Fiber Line Repairs - 1 FA @ $75,000.00 AM related work shall be completed in accordance with the Standard Specifications, plans, specifications, and addenda and will be paid by force account. This change order became necessary due to an unlocated fiber line which was encountered during construction. When excavated, as directed by the City, the line was found to be serving the fire station on N. 1st Street, which consequently disabled communication services. The contractor performed emergency repairs of the fiber line to restore service. Work was tracked and quantified utilizing the force account provisions of the contract. This change order allows for the necessary lowering of conduits and new fiber connection across 1st Street to the Fire Dept. which will take place later in the project. Not valid until signed by both t Approvino Authority and Contractor. Signature of the Contractor indi e m nt herewith, induding any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 10,247,584.39 Net change by previous Change Orders $ 196,992.70 4961991100 The Contract Sum prior to this Change Order $10,444,577.09144440449 The Contract Sum will be: N Increased Q Decreased 0 Unchanged by this Change Order $ 75,000.00 The New Contract Sum including this Change Order will be ------------- $10,519,577.09.44407439 ,The Contract Time will be: NI Increased 0 Decreased D Unchanged by 15 working days The New Contract Time will be 374 working days Contra By Tilde Apollo, Inc. Date Approval Recommended Terry D, AIaed, PE, 4 .0 6P Date Approved Dave Z Interim By Date Based on DOT Form 570-001 EF Revised 08/2021 Original to: 0 Contractor Copies to: 0 Region O Construction Administrator OSC Accounting I: City Engineering coif_ 3 CITY CONTRACT NO: 2023 - 2.o ts RESOLUTION NO:. Change Order (-40 - City of Yakima '� 04Change Order Number North First Street Revitalization Phase 3 Change Order Date 5/13/2024 Project: (Name) 9 (Number) Fed Aid No.:NHFP-4579(013)-HLA No.21061C Contract Number City of Yakima No. 2580 To: (Contractor) 1 TI8 Project No.:8 4 180(025) 1 Contract Date September 25,2023 Apollo, Inc. 1133 W. Columbia Drive Kennewick,WA 99336 L I You are directed to make the following changes in this Contract: Added Signs Add Item No. 113-CO#4 SCH A-(2)Arrow Boards, @$69 each per DAY(100 days)=$13,800.00 Add Item No. 114-CO#4 SCH A-Added Stop Signs- 12 EA @$2,097.22 EA= $25,166.60 Add Item No 115-CO#4 SCH A-Added Class B Signs- 100 SF @$32.20 SF=$3,220.00 Add Item No. 116-CO#4 SCH A-Added Yield to Pedestrian Signs-4 EA @$729.12 EA=$2,916.48 Add Item No. 117-CO#4 SCH B-(1)Arrow Board, @$69 per DAY(100 days)_$6,900.00 Change Order No.04 Total:$52,003.08 All related work shall be completed in accordance with the Standard Specifications, plans,specifications,and addenda and will be paid by force account. This change order is being executed to add Arrow Boards, Stop Signs, Class B Signs,and Traffic Yield to Pedestrian Signs which were determined to increase safety and public awareness during the project. Cost proposals were requested and provided by the contractor, reviewed and negotiated with the Engineer,and determined to be a benefit to the project. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith,including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 10,247,584.39 Net change by previous Change Orders $ 271,992.70 The Contract Sum prior to this Change Order $ 10,519,577.09 The Contract Sum will be: El Increased 0 Decreased 0 Unchanged by this Change Order $ 52,003.08 The New Contract Sum including this Change Order will be $ 10,571,580.17 The Contract Time will be: B Increased 0 Decreased El Unchanged by N/A working days The New Contract Time will be 374 working days Contractor Approval Recommended •'• •royal R- •me ed Terry D.Ala eten,P Engin . S.�• •`W. vr By By ,Jy \ . \ Title PM Date / V S� 27 /29A00110, Inc. DateY / Bill Preston,City Engineer Approved Date 5/29/2024 Dave Zabell,Intenm CI Manager By Bill Preston oag, I'u,,9091'°4,on By • 1�2 Date Date ,k,1?0.a9' Based°° Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator DOT T Fo d 570-01 EF 0 OSC Accounting 0 City Engineering ,ITY CONTRACT NO'Ad t 011 ' l• ' a L� Rr SOLUTION NO `~' Change Order ot City of Yakima 9 Chan a Order Number 05 N. North First Street Revitalization Phase 3 Change Order Date 5/13l2024 Project: (Name) 9 (Number) Fed Aid No.:NHFP-4579(013)-HLA No. 21061C Contract Number City of Yakima No. 2580 To: (Contractor) �TIB Project No.: 8 4 180(025) 1 Contract Date September 25,2023 Apollo, Inc. 1133 W. Columbia Drive Kennewick,WA 99336 L You are directed to make the following changes in this Contract: Add Item 110-Replace Sewer Manhole at STA 23+93-Unit: FA, Qty: 1, Unit Cost: Change Order No.05 Total: $6,035.92 This change order is being executed to compensate the contractor for additional efforts which became necessary due to the discovery of a manhole within the project that was deteriorated. It was determined the manhole needed to be replaced. The contractor was directed to perform the associated work utilizing the force account provisions of the contract. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith,including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 10,247,584.39 Net change by previous Change Orders $ 323995.78 The Contract Sum prior to this Change Order $ 10,571,580.17 The Contract Sum will be: II Increased 0 Decreased 0 Unchanged by this Change Order $ 6,035.92 The New Contract Sum including this Change Order will be $ 10,577,616.09 The Contract Time will be: Ill Increased 0 Decreased 0 Unchanged by one(1) working days The New Contract Time will be 375 working days Contractor Approval Recommended oval Re om ended t Terry D.Alapeteri,PE,Proles ngineer 1 Scott er.Pu 'c D for By _ :te Title_ PM 5/Z/ Z r Date S a9 al Apollo, Inc. Bill Preston,City Engineer Approved Date 5/21/2024 Dave Zabell,Intenm City Mana er _ Digitally signed by BY Dill P� �rt By Bill N1251OI1Date:2st024.05.29 Date - 08.11.19-07'00' Date l 3`la sasenon Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator oZa 1!(eOWf'-05 DOTevi Foorrm 570- i Er 0 OSC Accounting 0 City Engineering CITY CONTRACT NOf� Rd 08/2 � �� RESOLUTION NO. a( � �'' Change Order ��► City of Yakima Change Order Number 06 North First Street Revitalization Phase 3 Change Order Date 5/17/2024 Project: (Name) 9_ _ (Number) Fed Aid No..NHFP-4579(013)-HLA No.21061C Contract Number City of Yakima No.2580 To: (Contractor) rTIB Project No.: 8 4 180(025) 1 Contract Date September 25, 2023 Apollo, Inc. 1133 W. Columbia Drive Kennewick,WA 99336 L J You are directed to make the following changes in this Contract: Add Item 116-Construction Acceleration- 1 LS @$739,686.05 Change Order No.06 Total: $739,686.05 Change Order Description/Justification: Due to unforeseen financial impacts to business owners and safety concerns for pedestrian and vehicle traffic within the project, as well as public convenience,the City Engineer requested the contractor provide a cost proposal to accelerate the construction schedule to complete roadwork and paving in the 2024 season. Apollo provided a cost proposal to the City which was reviewed, analyzed, and negotiated between the City Engineer, City Manager, Project Engineer,and Apollo, Inc. Project Managers. The cost proposal was found to be reasonable,justifiable, and in the best interest of the citizens and business owners of the City of Yakima. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith,induding any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 10,247,584.39 Net change by previous Change Orders $ 330,031.74 The Contract Sum prior to this Change Order $ 10,577,616.13 The Contract Sum will be: 9 Increased 0 Decreased 0 Unchanged by this Change Order $ 739,686.05 The New Contract Sum including this Change Order will be $ 11,317,302.18 The Contract Time will be: ❑ Increased 8 Decreased 0 Unchanged by (47) working days The New Contract Time will be 328 working days Contractor Approval Recommended p va mme ded Terry D.Napeten,PE,Project Engineer c relX� By Digitally signed by Benjamin A Annen BY Date 2024 06 24 16.44 47-07'00' :te -7 3 a i Bill Preston Engineer Approved Date_ 6/24/2024 Dav u•• ,Interim B Clay Date 7/Z/Z/ Date —I 46 d'T • Based on Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator / 0 DOT Form 570-001 EF ❑OSC Accounting0 City Engineering 3_I \.Q %,(�‘ Revised 08/2021 g g CITY CONTRACT NO. RESOLUTION NO: 3'3—I t9 Apollo Inc. Cost Report North 1st St.Revitalization Phase 3 Payment Schedule including Paving Incentive Description I Report I Amount Fixed cost paid to Apollo,Inc.regardless of completing paving milestone 1,2 and 4 $ 477,248 82 Fixed OH&P cost paid to Apollo,Inc regardless of completing phase 2&4 project paving milestone 10% $ 47,724.88 Incentive No 1 Baselift Paving H Street to G Steet"Curb to Curb"by Nov 30th,2024 Inc 1 $ 35,785 39 Incentive No.2 Baselift Paving G Street to F Steet"Curb to Curb"by Nov 30th,2024 Inc 2 $ 35,785.39 Incentive No 3 Baselift Paving F Street to E Steet"Curb to Curb"by Nov 30th,2024 Inc 3 $ 35,785 39 Incentive No 4 Baselift Paving E Street to D Steet"Curb to Curb"by Nov 30th,2024 Inc.4 $ 35,785 39 Incentive No 5 Baselift Paving D Street to Lincoln Ave"Curb to Curb"by Nov 30th,2024 Inc 5 $ 35,785 39 Incentive No 6 Baselift Paving Lincoln Ave.to MLK Jr "Curb to Curb"by Nov 30th,2024 Inc 6 $ 35,785.39 Grand Total $ 739,686.05 Paving Incentive Apollo Inc. Cost Report North 1st St. Revitalization Phase 3 Summary Report Description Report Amount Additional Overhead 2024 1 $ 154,852.80 Acceleration(Premium Time) 2 $ 98,391 22 Equipment(Rental vs Owned) 3 $ 139,050.60 Subcontractor Expenses 2024 4 $ 224,004.80 WSDOT Markups 5 $ 123,386.61 Grand Total $ 739,686.03 Summary Report Apollo Inc. Supervision and Overhead North 1st St. Revitalization Phase 3 Report 1 Additional Supervision and Overhead 2024 Description Employee/Vendor May June July August September October Total Project Suprintendent Additional Supervision $ 19,163 20 $ 19,163 20 $ 19,163 20 $ 19,163 20 $ 19,163 20 $ 19,163 20 $ 114,979 20 General Conditions Pickup 3/4 Ton $ 6,145 60 $ 6,145 60 $ 6,145 60 $ 6,145 60 $ 6,145.60 $ 6,145.60 $ 36,873.60 General Conditions Dumpsters $ 205 00 $ 205.00 $ 205.00 $ 205.00 $ 205.00 $ 205.00 $ 1,230.00 General Conditions Toilets $ 145.00 $ 145.00 $ 145.00 $ 145.00 $ 145.00 $ 145.00 $ 870 00 General Conditions Phones $ 150 00 $ 150 00 $ 150 00 $ 150 00 $ 150 00 $ 150 00 $ 900 00 Grand Total $25,808.80 $25,808.80 $25,808.80 $ 25,808.80 $25,808.80 $25,808.80 $ 154,852.80 Report 1 Apollo Inc AcceleratlonlPretnlunt Tithe) North 1st St Revitalization Phase 3 Report 2 Acceleration NRo/Employee/Mont Noun 4P 5.20s) Classification May I June I Jut, I WPat I September I October I Total flours lMe.O0l Premium NY I Total Premium Cost John Oldham Jr I 10.001 10.001 60.001 40.001 10.001 00.001 210.001$ 36.06 I$ 8,654 40 Water Main Install 330 Excavator Operator 40.00 4000 4000 40.00 40.00 40.W 240.00$ 31,31 $ 7,514.40 312 Excavator Operator 4000 4000 4000 40.00 40.00 40.00 240.00$ 3131 $ 2,514.40 950 Loader Operator 40.00 40.00 40.00 40.00 40.00 40.00 240.00$ 3131 $ 2,514.40 2 Ape Layers 80.00 80.00 80.0D 80.00 80.00 80.0D 480.00$ 1954 $ 9,379.20 Grade Checker 40.00 40.00 40.00 40.00 40.00 40.00 240.00$ 19.54 $ 4,689.60 Mono iestall 330 Excavator Operator 40.00 40.00 40.00 40.00 40.00 40.00 240.00$ 31.31 $ 7,514.40 312 Excavator Operator 40.00 40.60 40.00 40.00 40.00 40.00 240.00$ 31.31 $ 7.514.40 950 Loader Operator 40.00 40.00 4000 40.00 4000 40.00 340.00$ 31.31 $ _),514.40 2 Ape Layers 00.00 80.00 80.00 80.00 80.00 80.00 480.00$ 19.54 $ 9,3J9.30 Grade Checker 40.00 40.00 40.00 40.00 4000 40.00 ]40.06$ 1954 $ 0,689.60 Me Wail Blade Operator 40.00 40.00 40.00 4000 40.00 40.00 80.00$ 3131 $ 2,504.80 Roller Opeartor 40.00 40.00 40.00 40.00 40.00 40.00 80.00$ 3131 $ 2,500.80 Water Truck Order 40.00 _ __ _ 40.00 40.00 40.00 40.00 40.00 80.00$ 30.99 $ 2,479.20 Grade Checker 40.00 4000 40.00 4000 40.00 40.00 80.00$ 19 54 $ 1,563 20 t1aM8eon 330 Excavator Operator 40.00 40.00 40.00 40.00 40.00 40.00 80.00 5 17.45 $ 1,396.02 950 Loader Operator 40.00 40.00 40.00 40.00 40.00 40.00 80.00 5 1719 $ 1,375.20 2 General Laborer 80.00 80.00 80.00 80.00 80.00 80.00 160.00$ 1954 $ 3,126.40 Grade Checker 40.00 40.00 40.00 40.00 40.00 40.00 80.00 5 19.54 $ 1.56320 Totals$ 98,391 22 Report 2 Apollo Inc. Additional Equipment Cost(Rental-Owned) North 1st St.Revitalization Phase 3 Report 3 DESCRIPTION MONTHLY RATE Total Rental Rate(Sales Tax&Mob.) Internal Rate(HR Rate•160) Difference/Month May-October(6 Months) CAT 950G11 Wheel Loader $ 10,126 60 $ 2,800 00 $ 7,326 60 $ 36,633 0D 4000 Gallon Water Truck $ 7,25400 $ 2,240.00 $ 5,01400 $ 25,07000 323 Excavator $ 10,614 40 $ 4,480 00 $ 6,134 40 $ 30,672 00 CAT 312 Excavator W/Hoe Pak $ 8,077 84 $ 2,240 00 $ 5,837.84 $ 29,189.20 305 5 Mini Excavator $ 4,457 28 $ 960 00 $ 3,497 28 $ 17,486 40 $ 40,530.12 $ 12,720 00 $ 27,810.12 $ 139,050.60 Report 3 Apollo Inc. Subcontractor Expenses North 1st St.Revitalization Phase 3 Report 4 Employee/Vendor Description Per Month May-Octaber(6 Months) Total Cost Stnpe Rite-2 additional flaggers 2 additional flaggers @$68 00/HR $ 21,760 00 $ 108,800.00 $ 108,800.00 Stnpe Rye-2 Flaggers 0T Premium Time(480 MHs total MHs for 6 Months) $ 3,264 00 $ 16,320 00 $ 16,320 00 _ Gilbert Patterson Premium Time for 7 Laborers(240 MHs/employee for 6 Months) $ 6,565 44 $ 32,827 20_$ 32,827 20 Knobels Premium lime for 4 Guys $ 6,01152 $ 30,057 60 $ 30,057 60 Trucking Premium Time 5 Trucks Premium Cost for 6 Months(Additional$30/HR) $ 6,000 00 $ 36,000 00 $ 36,000 00 Total $ - $ 224,004.80 $ 224,004.80 Report 4 Apollo Inc. Markup North 1st St.Revitalization Phase 3 Report 6 Cost Type Markup% Amount Additional Field Overhead Mark Up 31% $ 48,004.37 Additional Equipment Mark Ups 21% $ 29,200 63 Acceleration Labor Mark Ups 31% $ 30,501 28 Subcontractor Mark Ups 7% $ 15,680 34 Grand Total $ 123,386.61 Report 5 North 1st Street Revitalisation Phase 3 Owned City ofYakima Fed Aid Project No.NHFP-4579(013) I c. APollo lob No.D206 North 1st Street Revitalization Phase 3 Payroll Taxes SUTA Total Total Payroll Taxes OT Rate WA PFML WA PFML SUTA OT Rate Package Reg. Total Package Package OT Labor Classification Base Wage OT Wage Fringe (6.25%) (8.25%) (0.74%) (0.74%) (6.00%) (6.00%) L&I($/HR) Rate OT Rate Rate LABORERS DUMPMAN $ 3134 $ 4701 $ 1454 $ 259 $ 388 $ 023 $ 035 $ 188 $ 2.82 $094 $ 5152 $ 6954 $ __ 1802 GENERAL LABORER $ 3134 $ 4701 $ 1454 $ 259 $ 3.88 $ 023 $ 035 $ 188 $ 2.82_ $094 $ 5152 $ 6954 $ 18.02 GRADE CHECKER $ 3399 $ 50.99 $ 14 54_$ 280 $ 4.21 $ 025 $ 038 $ 204 $ 306 $094 $ 5457'$ 74.11 $ 1954 TOPMAN $ 3399 $ 50.99 $ 1454 $ 280 $ 4.21 $ 025 $ 038 $ 204 $ 306 $094 $ 5457 $ 74.11 $ 19.54 PIPE LAYER $ 33.99 $ 50.99 $ 14.54 $ 2 80 $ 4.21 $ 0 25 $ 0.38 $ 2.04 $ 3.06 50.94 $ 54.57 $ 74.11 $ 19.54 OPERATORS-WEST SIDE TRUST(302) BACKHOE&HOE RAM(3 YDS AND UNDER) $ 54.45 $ 81.68 $ 25.57 $ 449 $ 6.74 $ 040 $ 060 $ 327 $ 4.90 $084 $ 8902 $ 12033 $ 31.31 BACKHOE&HOE RAM(3 YDS&OVER) $ 5230 $ 78.45 $ 2557 $ 431 $ 6.47 $ 039 $ 058 $ 3.14 $ 471 $084 $ 8655 $ 11662 $ 30.07 BLADE(MOTOR PATROL&ATTACHMENTS) $ 5120 S 76.80 $ 2557 $ 422 S 6.34 $ 038 $ 057 $ 307 $ 461 $084 $ 6528 $ 11472 $ 29.44 BLADE(FINISH&BLUE TOP) $ 5162 $ 7743 $ 2557 S 426 $ 6.39 $ 038 $ 057 $ 310 S 4.65 S084 $ 8577 $ 115.45 $ 2968 DOZER(UP TO D-6) $ 5102 $ 76 53 $ 25 57 $ 4 21 $ 6.31 $ 0.38 $ 0 57 $ 3 06 $ 4.59 S0 84 $ 85 08 $ 114.41 $ 29 33 FORKLIFT $ 5102 $ 7653 $ 2557 $ 421 $ 6.31 $ 038 $ 057 $ 306 $ 4.59 SO84 $ 8508 $ 11441 $ 2933 LOADER(UNDER 6 YDS) $ 5374 $ 80.61 $ 2557 $ 443 $ 6.65 $ 040 $ 060 $ 322 $ 4.84 $084 $ 8821 $ 11910 $ 3090 LOADER(UNDER 6 YDS TO 8 YDS) $ 5230 $ _78.45 $ 2557 $ 431 $ 6.47 $ 039 $ 058 $ 314 $ 471 $084 $ 8655 $ 116.62 $ 3007 ROLLER,ALL TYPES ON SUBGRADE $ 48.78 -$ 73.17 $ 25 57 $ 4 02 $ 6.04 $ 0 36 $ 0.54 $ 2 93 $ 4.39 $0 84 $ 82 50 $ 110.55 $ 28.05- TRUCK DRIVERS(LABORERS) DUMP TRUCK&TRAILER $ 42.86 $ 6429 $ 1454 $ 354 $ 5.30 $ 032 $ 0.48 $ 257 $ 3.86 $0.83 $ 6465 $ 8930 $ 2464 OTHER TRUCKS $ 42 75 $ 64.13 $ 14 54 $ 3 53 $ 5.29 $ 0 32 $ 0 47 $ 2 57 $ 3 85 $0 83 5 64 53 $ 89 11 $ 24 58 TRUCK DRIVERS(NON-UNION) DUMP TRUCK&TRAILER $ 5401 $ 8102 $ 339 $ 4.46 $ 6.68 $ 040 $ 060 $ 324 $ 4.86 $083 $ 6633 $ 9738 $ 3105 OTHER TRUCKS $ 5390 $ 80.85 $ 3.39 _S 4.45 $ 6.67 $ 040 5 0.60 $ 323 $ 4.85 $0.83 $ 6620 $ 97.19 $ 30.99 MISCELLANEOUS FOREMAN-Andrew Oldham(LABORER) $ 4300 $ 6450 $ 14.54 $ 355 $ 5.32 $ 032 $ 0.48 $ 258 $ 3.87 $094 $ 64.93 $ 8965 $ 24.72 FOREMAN-Tony McCullough(302) $ 54 13 $ 8120 $ 25 57 $ 4.47 $ 6.70 $ 0 40 $ 0 60 $ 3 25 $ 4.87 $0.83 $ 88 64 $ 119.77 $ 3112 SURVEYOR-BRENT STEWART $ 50.48 $ 7572 5 515 5 416 $ 6.25 $ 037 $ 056 $ 303 $ 4.54 $083 $ 6403 $ 93.05 $ 29.02 WAGE BREAKDOWN. Payroll Taxes=825%of Wage Payroll Tax% 8 25% Payroll OT Taxes=8 25%of OT Wage SUTA 6 00% Total Reg Package=Wage+Fringe+Payroll Taxes+WA PFML+SUTA+L&l WA PFML 074% Total OT Package OT Wage+Fringe+OT Payroll Taxes+OT WA PFML+OT SUTA+L$1 WA DBL 090% ail VARIES NOTE(S). From: Taylor Denny To: Brett Brown Cc: John Oldham)r,Annie Ringer,Terry Alaoeten,Kallevao,Dana,Eric Stein Subject: RE:NHFP-4579(013)-2580-21061C-Yakima N.1st St.Rev.Ph.3-COP-06-Acceleration Proposal Date: Friday,May 17,2024 12:09:27 PM Attachments: imaae001.onq Brett, Thank you,the City agrees with the terms as stated below. Please proceed with the acceleration schedule starting Monday 5/20. Taylor Denny, Director of Construction Operations HLA Engineering and Land Surveying, Inc. 2803 River Road,Yakima,WA 98902 Office:(509)966-7000 I Cell:509-823-3523 tdenny@hlacivit.com I www.htacivil.com From: Brett Brown<Brett.Brown@apollo-gc.com> Sent: Friday, May 17, 2024 11:20 AM To:Taylor Denny<tdenny@hlacivil corn> Cc:John OldhamJr<john oldham)r@apollo-gc.com>;Angle Ringer<annger@hlacivil corn>;Terry Alapeten <talapeteri@hlacivil.com>; Kallevig, Dana <Dana Kallevig@yakimawa gov> Subject: NHFP-4579(013) -2580- 21061C-Yakima N. 1st St. Rev. Ph. 3-COP-06-Acceleration Proposal Taylor, As we discussed at the 5/15/24 weekly meeting the City of Yakima is approving COP-06 under the following conditions: 1. Apollo, Inc.accepting a revised completion date based on the attached acceleration schedule.The current revised substantial completion date is June 20, 2025. 2. The City of Yakima will adhere to half of the working days in Change order 1,2 and 3.The total working days added by these changes was 34 days.We are requesting 17 days added to the completion date of June 20th due to the unknowns we anticipate on the remaining work associated with these change orders. 3. Additional days will be added on an independent basis as unforeseen conditions and impacts are encountered. 4. Apollo, Inc.will diligently pursue the work as inclement weather occurs however we anticipate a winter suspension at some point during the winter months of 2024-2025.The team will evaluate these additional days as they present themselves. 5. Payment terms we are expecting is 25%of the fixed cost plus OH&P on the May 2024 progress estimate which is approximately$131,243.Then another 10%on the July 2024 progress estimate,$52,497.The remaining amount of$341,233 will be evenly distributed over the next 6 months with the final payment in December of 2024. 6. Per COP-06 the paving incentives will be compensated on the respective pay estimate that the paving condition has been met in the amount outlined in the proposal, $35,785.39, "per block." Please discuss with the City of Yakima and provide a written confirmation that everyone is in agreement to move forward based on these conditions. If not then feel free to give me a call to discuss or let me know if something needs changed. Thank you, Brett Brown Project Manager Office: 5099871505 I Mobile: 5099474309 Apollo Inc. Disclaimer The information contained in this communication from the sender Is confidential. it is intended solely for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action in relation of the contents of this information is strictly prohibited and may be unlawful. This email has peen scanned for viruses and malware, and may have been automatically archived by Mimecast Ltd, an innovator in Software as a Service (SaaS) for business. Providing a safer and more useful place for your human generated data. Specializing in, Security, archiving and compliance. To find out more Click Here. Caution:This email originated from outside of the organization.Do not click links or open attachments unless you recognize the sender and know the content is safe. . 4-10) Change Order -! City of Yakima Change Order Number 07.1 North First Street Revitalization Phase 3 Change Order Date October 25, 2024 Project: (Name) 9 (Number) Fed Aid No.: NHFP-4579(013)-HLA No 21061C Contract Number City of Yakima No 2580 To: (Contractor) �T-1B Project No.:8 4 180(025) 1 Contract Date September 25, 2023 'Apollo, Inc. 1133 W Columbia Drive Kennewick,WA 99336 L J You are directed to make the following changes in this Contract: Description of Changes: Add 8.3%sales tax for Change Order No. 07. Change Order No. 07.1 Total: $8,611.09 Change Order Description/Justification: This change order is being executed to compensate the contractor for sales tax related to previously executed Change Order No. 7. The taxable amount for CO#7 is$103,748.12. City of Yakima sales tax rate is 8.3% The total sales tax due is $8,611 09 Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith,including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 10,247,584.39 Net change by previous Change Orders $ 1,173,465.91 The Contract Sum prior to this Change Order $ 11,421,050 30 The Contract Sum will be: I Increased 0 Decreased 0 Unchanged by this Change Order $ 8,611 09 The New Contract Sum including this Change Order will be $ 11,429,661.39 The Contract Time will be: 0 Increased 0 Decreased IN Unchanged by working days The New Contract Time will be 328 working days Contr or Approval Recommende Approval Recommended Terry D.Alap ri,PE, lee E eer 1.SeeeF-Seheffer,feblic Works Director By By y y C Title Date Z L ,D Apollo, Inc. Date j `� J Bill Preston,P ,Communi a ment Dire Appro e ��(r Date Z I icki B Ma By v� 4. — Y Date 2.-'jf Date I a l 41 auay- Based on Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator DOT Form 570-001 EF 0 OSC Accounting 0 City Engineering ,�Q Revised 08/2021 � 1 CITY CONTRACT NO:9`V°�1� "�" 1. ` RESOLUTION NO:���" I .' Change Order tt =' City of Yakima 08 Change Order Number - "` October 25, 2024 Project: (Name) North First Street Revitalization Phase 3 Change Order Date (Number) Fed Aid No.. NHFP-4579(013)-HLA No. 21061C Contract Number City of Yakima No. 2580 To: (Contractor) TTIIB Project No.:8 4 180(025) 1 Contract Date September 25, 2023 Apollo, Inc. 1133 W Columbia Drive Kennewick,WA 99336 L J You are directed to make the following changes in this Contract: Description of Changes Completion of work in BNSF Railroad Right of Way as required by BNSF to occur during weekend hours when overtime and double time wages are required by contract. Add Item 118-CO#8 Railroad Work Premium Pay Change Order No. 08 Total: $24,163.07 Change Order Description/Justification This change order is being executed to compensate the contractor additional costs incurred for overtime and double time pay as required by contract due to BNSF Railroad requirement to perform work over the weekend. The requirements were not known at bid time. The costs associated with this change order were calculated utilizing the force account provisions of the contract. The Project Engineer and City of Yakima reviewed and found the costs to be accurate and necessary to complete the project. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith,including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 10,247,584.39 Net change by previous Change Orders $ 1,182,077.00 The Contract Sum prior to this Change Order $ 11,429,661.39 The Contract Sum will be: B Increased 0 Decreased 0 Unchanged by this Change Order $ 24,163.07 The New Contract Sum including this Change Order will be $ 11,453,824.46 The Contract Time will be: 0 Increased 0 Decreased ® Unchanged by working days The New Contract Time will be 328 working days Con r Approval Recommended Approval Recommended Terry D.Ala eteri,PE,P ng r � �fSehaffer Pablic Works D' By By %J� i LZr" " Title � / Apollo, Inc. Date a y Z Date Z Date Bill Preston,PE,Community Development Director Approve / +1 Vicki Bak: C Date I 22//7,1 Date raV d^-+ Based on Original to: ❑Contractor Copies to: 0 Region ❑Construction Administrator '1.,.�n: ( #g DOT Form 570-001 EF ❑OSC Accounting ❑City Engineering CITY CONTRACT NO. Revised 08/2021 RESOLUTION NO. 069 Project: (Name) (Number) To: (Contractor) TIB Project No.: 8-4-180(025)-1 Apollo, Inc. 1133 W. Columbia Drive Kennewick, WA 99336 City of Yakima Change Order Change Order Number North First Street Revitalization Phase 3 Change Order Date 09 October 25, 2024 Fed Aid No.: NHFP-4579(013) - HLA No. 21061C Contract Number City of Yakima No. 2580 Contract Date September 25, 2023 J You are directed to make the following changes in this Contract: Description of Changes: "D" Street Storm Revisions Add Item 119 - CO#9 - "D" Street Storm Revisions - Force Account Change Order No. 09 Total: $18,394.85 Change Order Description/Justification: This change order is being executed to compensate the contractor for additional efforts required resulting from necessary storm redesign due to undocumented underground utility conflicts. Costs associated with the change order were calculated under the force account provisions of the contract. The Project Engineer reviewed all costs and found them to be accurate and necessary for completion of the project. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicate eement herewith,. induding any adjustment on the Contract Sum or Contract Time. The original Contract Sum was.....».»»..»,...».......»,,.........»»..... Net change by previous Change Orders $ 'The Contract Sum prior to this Change Order $ The Contract Sum will be: RI Increased 0 Decreased ❑ Unchanged by this Change Order $ The New Contract Sum including this Change Order will be t...........<» ........>...._._.».«...»..> $ 10,247,584.39 1,206,240.07 11,453,824.46 18,394.85 11,472,219.31 The Contract Time will be: Increased ❑ Decreased ❑ Unchanged by 5 working days The New Contract Time will be 333 working days Contractor BY - .. .... Title Project Manager Apollo, Inc. Date __ 2/17/2025 Based on DOT Form 570-001 EF Revised 08/2021 Approval Recommended Terry D. Alapeteri, PE, Project Engineer Digitally signed by 9 2l Tern Ala" 2 € ote' 2025,0225 By Date Construction Supervisor P By S./f Date 08:57:17-08'00' Approval Recommended EPA Preston Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering CITY CONTRACT RESOLUTION NO: 0:6;13.-'(I0 a9 aO33° ��s Project: (Name) (Number) To: (Contractor) City of Yakima North First Street Revitalization Phase 3 Fed Aid No.: NHFP-4579(013) - HLA No. 21061C TIB Project No.: 8-4-180(025)-1 Apollo, Inc. 1133 W. Columbia Drive Kennewick, WA 99336 J You are directed to make the following changes in this Contract: Description of Changes: Removal of 6-foot diameter Storm Sewer Pipe Change Order Change Order Number, 10 Change Order Date October 25, 2024 Contract Number City, of Yakima No. 2580 Contract Date September 25, 2023 Add Item 120 - CO#10 - Removal of unknown reinforced concrete 6-ft diameter, 8-inch thick Storm Sewer Pipe at Sta. 24+20 at "E" Street. Change Order No. 10 Total: $14,688.24 Change Order Description/Justification: This change order is being executed to compensate the contractor for additional costs incurred when an unknown 6-foot storm sewer pipe was discovered during construction of the roadway. The costs associated with this change order were calculated utilizing the force account provisions of the contract. Three (3) additional working days are being granted for this effort. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was «. Net change by previous Change Orders « $ TheContract Sum prior to this Change Order.<...«.<,.,................................,.....,..>..,..,.,. $ 'The Contract Sum will be: Id Increased 0 Decreased 0 Unchanged by this Change Order $ !The New Contract Sum including this Change Order will be ..............<.,.............._.,.....»».. $ 10,247,584.39 1,224,64.92 11,472,219.31 14,688.24 11,486, 907.55 The Contract Time will be: ® Increased 0 Decreased 0 Unchanged by 3 working days 'The New Contract Time will be 336 working days Contractor BY Title Project Manager Apollo, Inc. Date 2/17/2025 Approval Recommended Terry D. Alapeteri, PE, Project Engineer By Date Digitally signed by TtItY, x,�elat: 08se:16-0ero0' Construction Supervisor By Date Approval Recommended Bill Preston, PE, City Si Based on DOT Form 570-001 EF Revised 08/2021 original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering CITY CONTRACT N :�7"V i)3-11 RESOLUTION NO: �:Qa Project: (Name) (Number) To: (Contractor) City of Yakima ��� Order � Change Order Number North First Street Revitalization Phase 3 Change Order Date _ 3/25/2O25 11 Fed Aid No.:N 'MLANo�21O51C Contract Q�ofYah�mNu25Q� nmpm��w� u�'� z - ' � � bm 2023 � »»���' Contract Date September �� F— � 'ApoUoInc. 1138VKColumbia Drive Kennewick, WA 99336 You are directed to make the following changes in this Contract: Description of Changes: Additional Push Button Pedestrian Poles Add Item 121'CO#11'GCHA'Additional Push Button Pedestrian Poles 'DStreet -1 FA=$15.518.29 Add Item 12%'CO#11'8CHB'Additional Push Button Pedestrian Poles '| Street '1FA=$11.054.51 Change Order No. 11 Total: $27,172.80 Change Order : P This change order is being executed to compensate the contractor for additional costs incurred when additional pedestrian push button poles became necessary for the project during construction. The costs associated with this change order were calculated utilizing the force account provisions ofthe contract. Three (3)additional working days are being granted for this effort. The work associated with this Change Order shall be completed in accordance with the contract and WSDOT Standard Specifications. All materials shall meet the contract requirements for Buy America I Build America. Not valid until ned by both the Approving Authority and Contractor. ������Contractor indicated agreement herewith, including any adjustment on the Contract Sum mContract Time. ' The original Contract Sum was ..._........ .~.~~........... $ Net change byprevious Change Orders ~~.~..~.......... ._~~..... ~..... $ The Contract Sum prior tothis Change Order ---- ...... -~~~$ :The Contract Sum will be: 8 Increased OOecmased OUnchanged by this Change Order$ 'The New Contract Sum including this Change Order will be .. ....... - ...... $ 10,247584.39 1.239,323]8 11,406907.55 27,172.80 11,514,080.35 'The Contract �Tknew4U@gbe: Increasedm5 O�vnuoedOUnohunqwdby working days The New Contract Time will be 341 working days . Contractor By Title PM Aw|kJ. Inc. 'Date 4/ 4/2O25 Approval Terry D. Alapailri, By Date mate Construct" Supervisor By DatePate Based on DOT For. 570-001 EF Original to: ocontractv Copies to: o Region 11 Construction Administrator ooscAccounting ocity Engineering CITY CONTRACT MVD-13 Cowl} HLA "4.1meittg, CITY OF Yakima PROJECT NAME: North 1st Street Revitilization Ph. 3 CITY PROJECT NO.: 2580 HLA PROJECT NO.: 21061C FEDERAL AID PROJECT NO. NHFP-4579(013) PRIME CONTRACTOR: Apollo, Inc. FORCE ACCOUNT SUMMARY DATE COST ACCUM TOTAL CONTRACTOR DESCRIPTION 'ITEM 121 - CO #11 - Additional Push Button Pedestrian Poles 7/31/24 1,092.18 $ 1,092.18 Knobel's 0 Street East, 19+50 - At the weekly construction meeting, Knobel's was directed to order pedestrian poles and the necessary material to complete the work. D Street East, 19+50 - At the weekly construction meeting, Knobel's was directed to by 8/7/24 $ 1,566 77 $ 2,658.95 Knobel's HLA to order push button pedestrian poles and materials and cancel the 7/31/24 ,pedestrian pole order. 8/19/24 2,478,37 $ 5,137.32 Knobel's D Street East - Knobel's began excavating for conduits and pole bases for the push button pedestrian poles at the northeast and southeast comer of D street. 8/20/24 1,867,43 $ 7,004.75 Knobel's D Street East - Knobel's installing push button pedestrian poles and finishing up conduits. They also made up templates, 8/21/24 1,502.42 $ 8,507.18 Knobel's :D Street East - Knobel's installing push button pedestrian poles and making bolt pattern ,templates.They also placed four (4) concrete pole bases 11/25/24 921.09 , $ 9,428.27 Apollo Northwest & Southwest Corner of D Street - Apollo is sawcutting existing concrete for the push button poles that are not on the plans. 11/25/24 2,114.47 , $ 11,542.74 Knobel's 82+50 NW and SW comer of D Street - Knobel's installed conduit, sonotube, and bolts for push button poles. 11/26/24 699.33 $ 12,242.06 Apollo ::.West side of D Street, Push Button Poles (4) - Apollo removed the existing concrete, ,asphalt, and native materials where Knobel's is installing poles that are not on the plans. 82+50 SW Corner of D Street - Knobel's continues to install conduit, sonotube, and 11/26/24 3,276.22 $ 15,518.29 Knobel's 'bolts for push button poles. They also installed rebar cages and poured concrete for the pole bases. ITEM 122 - CO #11 - Additional Push Button Pedestrian Poles -I Street - SCH B 1/13/2025 8,158.18 $ 8,158.18 :1st and I street Northwest and Southwest comers. Excavation for relocation and Knobel's additional PED and Push button poles. Additional to the original number and location of poles. 1/14/2025 1,454,77 :1st Street & I Street 9,612.95 Knobel's 'Knobel's Electric has been directed to install the correct number of pedestrian poles & cross walk equipment that are not on the plans. Remaining Est $2,041.56 $ 11,654.51 Knobel's Remaining work Estimated at 11-hours labor, _-�� ��� (Name) (Number) To: (Contractor) City of Yakima North First Street Revitalization Phase 3 Change Order Change Order Number 12 Change Order Date 3/25/2024 Q��Y�moNu��x Fed ��No.:NHFp457�(O13) *LANo�21001C Contract Number. ~~ Tzepn�e�w�:e�'zeo�2s�z r,.,+n,^, September 25,2U23 1— —1 Apollo, Inc. ' 1 183 Ni Columbia Drive Kennewick, WA 99336 You are directed tomake the following changes inthis Contract: Description of Changes: Add Item 123'8CMA Removal ofUnknown Fuel Tank ouOTA1U+7U'1FA= $48081.27 Change Order No. 07 Total: $48,091.27 Change Order : This change order is being executed oocompensate the contractor for additional efforts required when anunknown fuel tank was discovered atstation 1O+7Oduring construction. Apollo exposed the tank, coordinated efforts with environmental team ' for soil sampling and decommissioning, set up safety fencing, provided traffic control (flagging), disposed of tank, and hauled contaminated soil hvapproved wmsteode. The costs associated with this additional work were tracked utilizing the force account provisions of the contract and were necessary for the completion of the project. ,Signature ofthe Contractor indicated oynmnent herewith, including any adjustment nnthe Contract Sum mContract Time. Theoriginal Contract Sum was .... ~...... .~.~~~~~....... ..~...... ~............ ...... _. $ Netchange byprevious Change Orders ~...~~~_..~.~~,~.^~.~~~~~.... ..... ......... $ The Contract Sum prior to this Change Order ..... ~~.............................. _~~.~~..~,~ $ The Contract Sum will be: IN Increased 0 Decreased OUnchanQed by this Change Order $ The New Contract Sum including this Change Order will be ...... ...... .. - $ 10,247,584.39 1,266,495.96 11,514,080.35 48,091.27 11,562,171.62 -�eC��a�llmew0bm� ��cmued O�x�a�dOUn�x�e by working days The New Contract Time will be 349 working days 'Contractor By ' Tide PM � A4JID11o. Inc. ° Date 4/14/2025 Approval Recommended Bill By Date App m '2,�— aased on if Original to: ocontractox Copies to: o Region 0 Construction Administrator El CSC Accounting 0 City Engineering CITY CONTRACT mO�~!57.auII ' RESOLUTION NO: |2- HLA Ictring _mkt I ..ttitl CITY OF Yakima PROJECT NAME: North 1st Street Revitilization Ph. 3 CITY PROJECT NO.: 2580 HLA PROJECT NO.: 21061C FEDERAL AID PROJECT NO. NHFP-4579(013) PRIME CONTRACTOR: Apollo, Inc. FORCE ACCOUNT SUMMARY DATE COST ACCUM TOTAL CONTRACTOR DESCRIPTION BID ITEM 122 - Pending CO#12 Fuel Tank - Temp Pay Bld Item 01 - Minor Change 9/9/24 1,708.73 $ 1,708.73 Apollo 10+58 TO 10+72 - Exploration of unknown structure which was determined to be a E 1 1'x4' fuel tank. 9/9/24 388.02 $ 2,096.74 WWG 10+58 to 10+72 - Exposing fuel tank that conflicts with storm structure #96 9/10/24 3,660.73 $ 5,757.48 Apollo 10+70 - Contractor excavated around fuel tank structure and set up safety fencing. 9/12/24 3,975.04 $ 9,732.51 Apollo 10+70, project left - The existing fuel tank is impacting Apollo's progress and sequence of work. 9/12/24 525.07 $ 10,257.58 ; Stripe Rite 10+70, project left - The existing fuel tank is impacting progress and sequence of work. 9/18/24 5,296.31 $ 15,553.89 Apollo 10/21/24 10+70 - Apollo removed the unknown fuel tank with the help of Russell Crane. Fulcrum took a soil sample for testing. 10+70, Project Left - Tri-Valley arrived to haul off the fuel tanks and contaminated soil. 2,239.33 $ 17,793.22 Apollo They had the trucks to haul but didn't have loading equipment, so Apollo had to supply labor and equipment. This event was not scheduled by Apollo. 10/21/24 455.45 $ 18,248.67 Stripe Rite 10+71, Project Left (MLK & 1st) - While Apollo & Tri-Valley were loading the soil and tanks, Stripe Rite had to flag traffic at MLK and lst. 10/23/24 13,490.59 $ 31739.27 Russell Crane Supervision of Tank Removal, Crane Rent, Mobilization, Line Trucks, Haul and Disposal' . of Tanks and Contaminated Soil Fulcrum Environmental UST Decommissioning and Site Assessment including sample 11/14/24 $ 16,352.00 $ 48,091.27 Russell Crane :analysis. Project: (Name) (Number) To: (Contractor) City of Yakima A�� Order om 10 Change Order Number Mao���� ' No�hB�uG�oo RevKo�a�onPhase 3 ChangeOr�rDa� - -_ Fed Aid No.:NHFF�4579(O13)-HLANo. 21O01C Contract Number CUYofYa�me258O - � �opn�e�� mo��o�'zou�zs�z September 2023 17Cont��� ' —1 � Apollo, Inc. 1133VKColumbia Drive Kennewick, WA 99336 -You are directed tomake the following changes inthis Contract: Description ofChanges: Add Item 128 8CHA'Permanent Signs '1 L8@ $4.232.00 Add |»am 129 SCH B' Permanent Signo' 1 L8 @ $2.744.00 Change Order No. 16Tota|: $10,976.00 Change Order : This change order isbeing executed bucompensate the contractor for permanent signs which were found tnboindisrepair �and needing 0nbereplaced during construction. The cost toreinstall existing signs was included inthe original contract. This change order imfor new sign materials only. The Engineer requested acost proposal from the Contractor onprovide replacement signs utilizing the WSDOT Standard Specifications and current contract provisions, ensuring compliance which was determined to be reasonable and necessary for completion of the project by the Project Engineer. This Change Order did not affect DBE participation. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicatW agreement herewith, including any adjustment onthe Contract Sum or Contract Time. The original Contract Sum was ...... .~~.~......... .~,. . . .~~^~ ... $ Netchange byprevious Change Orders ---~.....-...^.~....~~~..~....-.~~...~~. $ /The Contract Sum prior tothis Change Order _~-~~~~~....... ... ~~~~'........ _^'^^` $ The Contract Sum will be: 8 Increased ODecreased OUnchanged by this Change Order $ The Contract Time will be: O|nvmuuod 0 Decreased @Unchanged by N/A �The New Contract Time will be 353 working days Contractor /\mUO. Inc. Date --4/14/2025 Based - CA '�~ Original to: 0 Contractor Approval Recommend By Date �V, /1/.'7-*- Date 10,247,584.39 1,416,524.00 11,664,108.39 10,976.00 11,675,084.39 working days Approval Recommended Bill Preston, PE. ows*gm~.`moev^�MMoiremm By Copies to: o Region El Construction Administrator 0 CISC Accounting El City Engineering CITY CONTRACT NO: RESOLUTION NO� �6 Project Name: North 1st Street Revitalization Phase 3 0 6i L. 0 0 .9 i;' r- 10 a? 0 0 .9 x GA 0 rO' EA af 2 0 0 O ca %. oak coo r•- ca cr., :Po .... '. EA 5 f?« 2 Date: RE: 3/10/2025 spirjrA, WASHINGTON PACIFIC - SUMNER - BREMERTON - YAKIMA - KENNEWICK - SPOKANE CHANGE ORDER SPM Job #: 21330 Project: 23-3649 NORTH 1ST STREET REVITALIZATION PH 3 Item Description Quantity Unit Unit Price Total Var x 12 MAST ARM SIGNS IV SHEETING Signs Per 1 - 80 LESS MAST ARMS IV SHEETING w/ GRAF. FILM 8.00 EA $ 125.00 $ 1,000.00 1.00 LS $8,800.00 $ 8,800.00 $ $ $ 1W Total $ 9,800.00 Specialized Pavement Marking, Inc. proposes to furnish all labor, equipment and materials necessary to complete referenced project. Quote good for 30 days from above date, after which time a price adjustment may be necessary. Proposal Excludes Layout, Traffic Control and Temporary Flexible Pavement Markers. Accepted by: By: Mark Price, President Project: (Name) (Number) To: (Contractor) City of Yakima Change Order 18 Change Order Number North First Street Revitalization Phase 3 Change Order Date March 24, 2025 Fed Aid No.: NHFP-4579(013) - HLA No. 21061 C Contract Number City of Yakima 2580 TIB Project No.: 8-4-180(025)-1 Contract Date September 25, 2023 Apollo, Inc. 1133 W. Columbia Drive Kennewick, WA 99336 J You are directed to make the following changes in this Contract: Description of Changes: Add Item 131 - SCH B - Utility Relocation Delays at I Street Change Order No. 18 Total: $33,101.51 Change Order Description/Justification: This change order is being executed to compensate the contractor delay impacts which occurred due to multiple utility companies failing to relocate their existing lines on poles which were specified for removal. The contractor diligently pursued work until such time the utility companies relocated their services, but was required to work around the poles which affected efficiency and critical path schedule for completion of the work. The contractor submitted costs tracked by the impacts, the Project Engineer reviewed, and found them to be reasonable and necessary for -completion of the project. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. Theoriginal Contract Sum was am.......................................=.=t Net change by previous Change Orders ._._._._»•......a.=.....•_.• The Contract Sum prior to this Change Order The Contract Sum will be: @I Increased ❑ Decreased ❑ Unchanged by this Change Order $ $ $ The New Contract Sum including this Change Order will be.......,_...=..»x..=........................ $ 10,247,584.39 1,468,479.30 11,716,063.69 33,101.51 11,749,165.20 The Contract Time will be: 0 Increased 0 Decreased IN Unchanged by 0 working days The New Contract Time will be 354 working days Contractor Approval Recommended Approval Recommended Terry D. Alapetori, PE, Project Engineer Biti Preston By Digitally signed by PM By �*Li By .. Title Date 17:03:13-OToo' Date Apollo, Inc. Construction Supervisor Date __ 4/14/2025 Based on DOT Form 570-001 EF Revised 0B/2021 original to: 0 Contractor Copies to: 0 Region ❑ OSC Accounting 0 City Engineering 0 Construction Administrator CITY CONTRACT NO' 2,52-Z-1k, Co t0 RESOLUTION NO- (k ZL3'- 11-5 in ev m in t-4 oo ,0 V) 00 ,..0 01 0 c0 Cr r•.- `..0 ... CD . vci rei oi 0., -.-, 4 o izi ,,r) c CA ('1 CI' i.O :11 0 0 o p. ..i ,, 0 .• CU u • 0 +. z oc,0v1 0 C..? r•-: c .1.1 4J g . "VC CD •-• tel " 43, :' 17 ell ,40 ic o• aa 7#5. Z . ..i. O vi ••-• C.) : i. `. 7.1 02 r2. El 01 aa .4 ..., ,--- rs, - .C) ,C CV 00 len . dp 0 0 ! kr1 00 01 00 00 ("4 ("4 00 gli. . r-- t-A en eq ea 0., o. 5 E exi e•C -. esi d :2 el 4 :-E. s- o ' 3:: r▪ .) 64 EA EA 69 69 hS 69 69 6•4 -0 a). ,.. • ,.. - c..) . • „so) 13. .4./ C 0) EA EA EA EA En 4 • h• C -- ••••• "F 6 EA 00 EA EA 11..1 .. ,, ,.... . ..- ... .. = ... E n -0-.. • -=- fr▪ ; 1:4 ,t: •--. ,--, en -1-. Lti 0 CD 4. 0 0 4-) - ,..., CI vi vi+ c.-; r-- - r...:. c...: ..(1) 6 , ..-, a, ‘0 01 en ‘.1- C-.• L- t-- go kr, c0 cr, ff-,.. %.c> 00 00 r•-• 2 , 44 C,1' oi N.' ---, t",i‘ tn., 7 6 EA EA 69 EA EA 69 CA) 69 ' E .f., EZ' •.-1 6 = 4 a> • a? .F, 0 44 .0 4.4 . 4. 14, Oa 0 I. .0 0 4 7 •••• , .0 40 0.0 .44 I CI 4.1 4. 0 O. ,..= .F. O M . a.) w 4 Cli .4 al C.0 '3 ... (4. CU la .0 . OM 4:1 . U 0 4▪ i 1 t... • -0 . = . - .;... ,.. m . . • . .,.., ,..,... . -.a. 1 ...,. g. ,.. . f• . ,,:= .- , .... • -0 . 4 ,4t ' d- -d• •cr kr, in in 4-1 r.4. CV CV CV CV CV CV CV i Poi 51:/' 60) ,----'- c-4 .... rq OD 5 w • .0 0 . -o •43 .o. :.0 0 o w o -; .4• es i: ;z 0 0w0ww,w 11: • 0 3 • .01 UO o • E▪ l 4 ed i v • C• 1.1 ... ...• @. ...0 .0 L_.•= • .0 • 0 0 Force Account I Street Utility Impacts E-4 .4 .4 .4 .4 .4 .4 .4 .4 (.4 2