Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2024-187 Resolution authorizing an Agreement with Apollo, Inc. for Project WF2761 Biosolids Dewatering Improvements at the Wastewater Treatment Plant
RESOLUTION NO. R-2024-187 A RESOLUTION authorizing an Agreement with Apollo, Inc. for Project WF2761 Biosolids Dewatering Improvements at the Wastewater Treatment Plant. WHEREAS, biosolids generated from the wastewater treatment process at the City of Yakima (City) Regional Wastewater Treatment Plant require dewatering for efficient transport to beneficial use disposition sites; and WHEREAS, the two existing biosolids dewatering centrifuges at the treatment plant have reached the end of their useful service lives, requiring frequent and expensive repair, high electrical power consumption, and labor-intensive monitoring for routine use; and WHEREAS, the treatment plant's facility planning process identified replacement of the centrifuges with screwpress dewatering units as offering the benefits of reduced electrical power consumption, increased reliability, and reduced monitoring by plant staff; and WHEREAS, by Resolution R-2023-094, the City entered into an Agreement with RH2 Engineering, Inc. to prepare the plans and contract documents for the replacement of the existing centrifuges with screwpresses; and WHEREAS, the City's Wastewater Division requires construction services for the biosolids dewatering system improvements; and WHEREAS, The City used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, Apollo, Inc. submitted the low bid and has the ability to perform the contact specified work; and WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and its residents to enter into an Agreement with Apollo, Inc. to perform the work detailed in the contract documents for the biosolids dewatering improvements at the Wastewater Treatment Plant; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached Agreement with Apollo, Inc., in the amount of FIVE MILLION NINE HUNDRED NINETY-SIX THOUSAND EIGHT HUNDRED NINETY-FIVE DOLLARS AND NINETY CENTS ($5,996,895.90), for the biosolids dewatering improvements at the Wastewater Treatment Plant. ADOPTED BY THE CITY COUNCIL this 15" day of October, 2024. nn � C IPKIMq r �^ Patricia Byer , Mayor ATTEST: "*" SEAf akis, osalinda Ibarra, ity Clerk SN�NG�G� CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Ito day of pc. 11 _ , 2024, by and between the City of Yakima, hereinafter called the Owner, and Apollo, Inc. .a Washington Corporation,hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement,the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools,materials,labor and equipment for THE BID AMOUNT OF:$ 5,996,895.90 ,for City of Yakima — Biosolids Building Dewatering Improvements, City Project No. 2761, all in accordance with, and as described in the attached specifications and the 2022 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. Refer to the completion time and scheduling requirements in Division 1 of the Technical Specifications.The first chargeable calendar day will be the first day after 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 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. The Contractor shall 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 Agreement or the acts,failures to act,errors or omissions of the Contractor,or any Contractor's agent or subcontractor,in performance of this Agreement, except for claims caused by the City's sole negligence. IV. The Contractor for themself,and for their 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. 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 I(Q day of UG-)— 2024. Apollo, Inc. ,a Corporation "fir Contracto By: e!"/0 0 1$9'/( City Manag- st PKIM,q 111 Attest: 111� (Print Name) to 4 "�*" p) • / �*' SEAL ' ' • • � is City Clerk 1t108NING-SG- 'LG 4p;C, (President,Owner,etc.) Address: 1115 S. Clodfelter Rd. CITY CONTRACT NO —19'Y Kennewick, WA 99338 RFSOLUI ION NO rz--av 0V/ City of Yakima—2024 Biosolids Building Dewatering Improvements City Project No.2761 25 kiloliter BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 7.N. For Meeting of: October 15, 2024 ITEM TITLE: Resolution authorizing an Agreement with Apollo, Inc. for Project WF2761 Biosolids Dewatering Improvements at the Wastewater Treatment Plant SUBMITTED BY: Scott Schafer, Director of Public Works * Mike Price, Wastewater/Stormwater Manager SUMMARY EXPLANATION: Biosolids generated during the wastewater treatment process at the City of Yakima (City) Wastewater Treatment Plant require dewatering to reduce hauling costs to beneficial use sites. The treatment plant currently utilizes two aging dewatering centrifuges that have reached the end of their service lives. The centrifuge process is energy intensive, requires frequent expensive maintenance by specialist repair firms, and requires the full-time attendance of a wastewater treatment plant operator. The Wastewater Division's facility planning process identified screwpress dewatering technology as a proven replacement for centrifugation. The City ran three successful screwpress pilot studies at the treatment plant between 2019 and 2022 to verify effective biosolids dewatering with the screwpress process. City Project WF2761 replaces the centrifuges with screwpress units that require low power input, reduced maintenance, and only part-time operator attendance. A preliminary power usage analysis showed that replacing the centrifuges could save up to 500,000 kilowatt hours of power usage annually, potentially qualifying the project for a reimbursement of up to $100,000. The project also includes biosolids conveyor improvements that allow efficient and unattended loadout of dewatered biosolids to the transport trailers. The City previously entered into an agreement with RH2 Engineering, Inc. under Resolution R-2023-094 to provide design, bidding, and construction services for the improvements. The City utilized the procedure established by the State of Washington for competitively bidding projects. Four contractors submitted bids, with Apollo, Inc. submitting the lowest bid of$5,996,895.90. The Agreement in an amount not to exceed $5,996,895.90 is attached for City Council review. The project is funded by Wastewater Capital Fund 478. ITEM BUDGETED: Yes STRATEGIC PRIORITY 24-25: A Resilient Yakima 215 Project: (Name) (Number) To: (Contractor) City of Yakima Biosolids Building Dewatering Improvements City WF2761, RH2 23-0121 Apollo, Inc. 1115 S. Clodfelter Road Kennewick, WA 99338 L Change Order Change Order Number 01 Change Order Date 5/25/2025 Contract Number WF2761 Contract Date 10/16/2024 You are directed to make the following changes in this Contract: During review of the Contractor's insurance forms, the City requested the following changes to the General Conditions Item 52 - Insurance, with the additional items shown in bold below. Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertis- ing injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability policy shall waive subrogation. Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pol- lutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. 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 rsr Contract Time. The original Contract Sum was 5,537.300 (w/out WSSTl Net change by previous Change Orders $ 0 The Contract Sum prior to this Change Order $ 5,537,300 (w/out WSST) The Contract Sum will be: 0 Increased ❑ Decreased ■ Unchanged by this Change Order $ 0 The New Contract Sum including this Change Order will be ........................................... $ 5,537,300 (w/out WSST) The Contract Time will be: 0 Increased 0 Decreased IN Unchanged by 0 working days The New Contract Time will be 570 calendar days Contractor ay Dan Sjule Ti A , Inc. Date Based on ennT hens fi'idsdn1 ES' Revised ,n43012 t Approval Recommended Ens; Smith. PE, Project Engineer Eric Smith Da v Date ❑ Contractor Copies to: ❑ Region 0 OSC Accountin By Approve ;ask Date ❑ Construction Administrator ❑ City Engineering cow EC+JTRACT N 1-bt4-1g6 Ckan•,c, Maki 41 2.,070 ^ eS1 RL.SDLIJTIDN NO: Project (Name) (Number) To: (Contractor) City of Yakima Biosolids Building Dewatering Improvements City WF2761, RH2 23-0121 Apollo, Inc. 1115 S. Clodfelter Road Kennewick, WA 99338 L Change Order Change Order Number 02 Change Order Date 10/24/2025 Contract Number WF2761 Contract Date 10/16/2024 You are directed to make the following changes in this Contract: Addition of HOAs and Disconnects: Per RH2 RFI 002, hand -off -auto (HOA) switches and disconnects will be added at City -preferred loca- tions to allow for additional means to isolate equipment from electrical power. Revise Bid Item 6 (Electrical): item # description Units ©riainal Unit Price 6 Electrical LS 5232.000.00 Change Amt. S27,449.60 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 The Contract Sum prior to this Change Order The Contract Sum will be: a Increased 0 Decreased 0 Unchanged by this Change Order The New Contract Sum including this Change Order will be ........................................... The Contract Time will be: 0 Increased 0 Decreased ■ Unchanged by 0 The New Contract Time will be 570 calendar days Contractor [Approval Recommended Smith, PE, Project Engineer By Dan Sjule „Q�� By Eric Smith Title Senior Project Manager Apollo, Inc. Date 10124/25 5,537,300 (w/out WEST) 0 5,537,300 (w/out WSST) 27,449.60 (w/out WSST) 5,564,749.60 (w/out WSST) calendar days By Date Approve victor; E:lS�a 'J+M1 CRT Form 52 -OD: Frovtsol aerzo2.i Original to: 0 Contractor Copies to: ❑ Region ❑ Construction Administrator ❑ OSC Accounting ❑ City Engineering .i CITY CONTRACT NO; RESOLUTION NO: Q 2.o Engineer Initiated Request for information (RFI) No. 02 Owner: City of Yakima Project: Biosolids Building Dewatering Improvements Project No: 23-0121 Engineer: RH2 Engineering, Inc. Contractor: Apollo Review Priority: ❑ 1 (five working days) 0 2 (ten working days) Q 3 (fifteen working days) Date of Requested Response (based on review priority): 5/7/2025 Reference Drawing(s): E04, E06, Ell, E12, E17 Specification Section(s): NA Description of Request: The electrical and control drawings have been revised with the following items: • A local control station has been added with HOAs for each of the primary and secondary dilution water pumps (4 total) • Disconnects have been added for the inclined conveyors (2 total) • The control station locations have been changed for the inclined conveyors (2 total) • A disconnect has been added for the bridge crane • The local control panel for the odor control fan has been replaced with a disconnect. Please provide a cost proposal for these changes and any schedule changes. Submitted By: Eric Smith, P.E. Company: RH2 Engineering, Inc. Date: 4/16/2(325 Contractor's Response: Attachments: Contractor's Understanding of: Cost. Impact: Schedule Contractor Name: Contractor Signature Ct: i s, Date How Returned to Engineer El Email C Fax ❑ USPS Mail ❑ UPS/FedEx Date returned to Engineer: Change Proposal Request Summary Project: Yakima Biosolids Building Dewatering Improvements Apollo Inc. El ct,i a! r?C' is and D/+'coi'twCf_M. APR No: Contract Reference Date: 001 RH2 RFI 02 06/05/25 Description Item t'5 S Labor Mat Equip, ubcont. Total I. , „I Supp Total 2'7,1 1 a. 72 Total 27,11©.72 SUBTOTAL COST 7,11 1172 Insurance Premium,5% - Changed Work > $ Band Premium .75% - Changed Work > $ 135,55 203.33 TOTAL LUMP SpM COST 27,44g. 0 Print Date: 6/10/2025 Page 1 of 2 APR-001 Electrical HOAs and Disconnects (RH2 RFI 02).xlsx Change Proposal Request Project: Yakima Biosolids Building Dewatering Improvements Apollo Inc. E I `f;;'K."g7,11 LL'OLls APR No: 001 Contract Reference RH2 RFI 02 Date: 6/5/25 Description Qty U el M Rate Labor Unit Rate Mat Unit Rate Equip. ubcont. Total f} Total APOLLO - PROJECT SUPERVISION COSTS Project Sla+eager 00 HR S 43.00 Protest Stager ntenee€tt- Rem Stoke In HR S ECM S • ,y t 5 APOLLO- CRAFT LABOR COSTS Operators -Rey Personnel t : Carpenters �.,€ ,: .. Laborers Pipalitter APOLLO. OPERATED EQUIPMENT APOLLO •OTHER EQUIPMENT COSTS 5 APOLLO - MATER 5 • 5 - 5 _ t. �. LS 5 Vex, Items 1 LS 5 - Dtspenal Fees `c LS Apollo • Sub' eztal 0 rnct Costs k Markup oP artotmed t.iburd20U£1, Mal'lr« (2114) t& =rlv pment t21110 > ,5.9"r SUBCONTRACTOR COSTS ru SLPL,Ltal 5ubccntrauturs Rasts> R2t3rkop or SubcrntracB0r 0b50s> SUPPLEMENTAL COSTS Spectra Temporary Fat. Tres, at me &le Subto4al Supptetnentary Costs s Markup or Supplementary Costs a 0,3 24,235.00 24,203.03 at S 242C6.00 5 2= 206 bt7 2,904,72 Contractor . Total Direct Coats w po $ 27,110.72 Insurance Premium.5% - Changed work e 5 Bond Premium .75%• Changed work, $ 13555 207.33 TOTAL LUMP SUM COST > 27,449.60 Page 2 of 2 or Foam' Change Order al C/O 03u kliodule irrtooci? Yakima Dro-Soirds autrdng Dervate ring iroprove arenas 1 4/29/24 00 Scope change per RFI a2 adding additonal disconnects and 1-10A's 01[1(1196OP Adirriestrative erne quaintly_ 11 of Urvits ()Mater WI) Material act Units (Labor) Labor Units lin hours) 'Total Price aid 24 Tax Cost • C41 .Profri Profit Profit 34 Overhead $ Overhead % Sob-Totribt Equip:Tie 0.00% XXX $ 17,172 5,9013 C$ 992 $ 24,206 xxx it XXX XXX 1014 zots S $37 $ 7111 la/ 103 1301 $ la% 2,201 4.1110, Unit limo Labor Rate 01.7.886 46cle 40 CaJa6164y scope re,a-17l64648 Labor XX X 1S% 36 S .13,57S Total Labor Total Cost ManHours Material tee 4,670 Total Labor Cost IS% 890 Equipment Cost Sub Cost: $ 19,135 Toad Cost At 5 11 5 5 5 5 1 1 1 2 5 175,00 2 5 $ 350.04 5 5 350,00 1 1 1 2 5 17500 2 5 5 35000 5 $ 35000 5 175.00 0 5 5 5 Electrician Scope Material #56XX6566444 ;76i164404441*-1XA 32 135 00 32 5 5 4,32000 5 5 4,320 CO 135130 5 135.00 11 5 5 1 Adchttmal 11r 11 1 1„68 3.00 5 135,00 0 5 6,73200 $ 5 S 6,732.00 1 P4caniolgiCandallillabs 3dn5r..6's .x4 1104641 8 1 $ 617.00 S 135.00 G 5 4,93604 5 $ 5 4„.9 36,00 1 5 135.00 0 5 . 5 5 5 ., 1 Equipment 5 135.00 0 5 5 5 5 1$Cf-Vxt Tfaca.3 1 5 250.00 5 135 00 0 5 5 5 '75000 5 7.5000 1 5 i 35.00 0 5 - 5 S S 1 Small Tools s 135e0 0 5 5 5 5 1 CaNr_4868 al 3% a! 1 5 140.10 5 13500 115 5 5 140.10 S 140.10 1 5 13.5.00 0 $ $ $ 5 1 5 135 00 0 5 5 5 5 1 Other 5 13500 0 5 - 5 5 S 1ESN13/ Addarunal Cornconei1 Oracle 1 5 1,907_00 5 135.00 0 5 1,907.04 5 $ 5 1.30700 1 5 135 00 0 5 - 5 5 5 Project (Name) (Number) To: (Contractor) City of Yakima Biosolids Building Dewatering Improvements City WF2761, RH2 23-0121 Apollo, Inc. 1115 S. Clodfelter Road Kennewick, WA 99338 L Change Order Change Order Number 02 Change Order Date 10/24/2025 Contract Number WF2761 Contract Date 10/16/2024 You are directed to make the following changes in this Contract: Addition of HOAs and Disconnects: Per RH2 RFI 002, hand -off -auto (HOA) switches and disconnects will be added at City -preferred loca- tions to allow for additional means to isolate equipment from electrical power. Revise Bid Item 6 (Electrical): item # description Units ©riainal Unit Price 6 Electrical LS 5232.000.00 Change Amt. S27,449.60 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 The Contract Sum prior to this Change Order The Contract Sum will be: a Increased 0 Decreased 0 Unchanged by this Change Order The New Contract Sum including this Change Order will be ........................................... The Contract Time will be: 0 Increased 0 Decreased ■ Unchanged by 0 The New Contract Time will be 570 calendar days Contractor [Approval Recommended Smith, PE, Project Engineer By Dan Sjule „Q�� By Eric Smith Title Senior Project Manager Apollo, Inc. Date 10124/25 5,537,300 (w/out WEST) 0 5,537,300 (w/out WSST) 27,449.60 (w/out WSST) 5,564,749.60 (w/out WSST) calendar days By Date Approve victor; E:lS�a 'J+M1 CRT Form 52 -OD: Frovtsol aerzo2.i Original to: 0 Contractor Copies to: ❑ Region ❑ Construction Administrator ❑ OSC Accounting ❑ City Engineering .i CITY CONTRACT NO; RESOLUTION NO: Q 2.o Engineer Initiated Request for information (RFI) No. 02 Owner: City of Yakima Project: Biosolids Building Dewatering Improvements Project No: 23-0121 Engineer: RH2 Engineering, Inc. Contractor: Apollo Review Priority: ❑ 1 (five working days) 0 2 (ten working days) Q 3 (fifteen working days) Date of Requested Response (based on review priority): 5/7/2025 Reference Drawing(s): E04, E06, Ell, E12, E17 Specification Section(s): NA Description of Request: The electrical and control drawings have been revised with the following items: • A local control station has been added with HOAs for each of the primary and secondary dilution water pumps (4 total) • Disconnects have been added for the inclined conveyors (2 total) • The control station locations have been changed for the inclined conveyors (2 total) • A disconnect has been added for the bridge crane • The local control panel for the odor control fan has been replaced with a disconnect. Please provide a cost proposal for these changes and any schedule changes. Submitted By: Eric Smith, P.E. Company: RH2 Engineering, Inc. Date: 4/16/2(325 Contractor's Response: Attachments: Contractor's Understanding of: Cost. Impact: Schedule Contractor Name: Contractor Signature Ct: i s, Date How Returned to Engineer El Email C Fax ❑ USPS Mail ❑ UPS/FedEx Date returned to Engineer: Change Proposal Request Summary Project: Yakima Biosolids Building Dewatering Improvements Apollo Inc. El ct,i a! r?C' is and D/+'coi'twCf_M. APR No: Contract Reference Date: 001 RH2 RFI 02 06/05/25 Description Item t'5 S Labor Mat Equip, ubcont. Total I. , „I Supp Total 2'7,1 1 a. 72 Total 27,11©.72 SUBTOTAL COST 7,11 1172 Insurance Premium,5% - Changed Work > $ Band Premium .75% - Changed Work > $ 135,55 203.33 TOTAL LUMP SpM COST 27,44g. 0 Print Date: 6/10/2025 Page 1 of 2 APR-001 Electrical HOAs and Disconnects (RH2 RFI 02).xlsx Change Proposal Request Project: Yakima Biosolids Building Dewatering Improvements Apollo Inc. E I `f;;'K."g7,11 LL'OLls APR No: 001 Contract Reference RH2 RFI 02 Date: 6/5/25 Description Qty U el M Rate Labor Unit Rate Mat Unit Rate Equip. ubcont. Total f} Total APOLLO - PROJECT SUPERVISION COSTS Project Sla+eager 00 HR S 43.00 Protest Stager ntenee€tt- Rem Stoke In HR S ECM S • ,y t 5 APOLLO- CRAFT LABOR COSTS Operators -Rey Personnel t : Carpenters �.,€ ,: .. Laborers Pipalitter APOLLO. OPERATED EQUIPMENT APOLLO •OTHER EQUIPMENT COSTS 5 APOLLO - MATER 5 • 5 - 5 _ t. �. LS 5 Vex, Items 1 LS 5 - Dtspenal Fees `c LS Apollo • Sub' eztal 0 rnct Costs k Markup oP artotmed t.iburd20U£1, Mal'lr« (2114) t& =rlv pment t21110 > ,5.9"r SUBCONTRACTOR COSTS ru SLPL,Ltal 5ubccntrauturs Rasts> R2t3rkop or SubcrntracB0r 0b50s> SUPPLEMENTAL COSTS Spectra Temporary Fat. Tres, at me &le Subto4al Supptetnentary Costs s Markup or Supplementary Costs a 0,3 24,235.00 24,203.03 at S 242C6.00 5 2= 206 bt7 2,904,72 Contractor . Total Direct Coats w po $ 27,110.72 Insurance Premium.5% - Changed work e 5 Bond Premium .75%• Changed work, $ 13555 207.33 TOTAL LUMP SUM COST > 27,449.60 Page 2 of 2 or Foam' Change Order al C/O 03u kliodule irrtooci? Yakima Dro-Soirds autrdng Dervate ring iroprove arenas 1 4/29/24 00 Scope change per RFI a2 adding additonal disconnects and 1-10A's 01[1(1196OP Adirriestrative erne quaintly_ 11 of Urvits ()Mater WI) Material act Units (Labor) Labor Units lin hours) 'Total Price aid 24 Tax Cost • C41 .Profri Profit Profit 34 Overhead $ Overhead % Sob-Totribt Equip:Tie 0.00% XXX $ 17,172 5,9013 C$ 992 $ 24,206 xxx it XXX XXX 1014 zots S $37 $ 7111 la/ 103 1301 $ la% 2,201 4.1110, Unit limo Labor Rate 01.7.886 46cle 40 CaJa6164y scope re,a-17l64648 Labor XX X 1S% 36 S .13,57S Total Labor Total Cost ManHours Material tee 4,670 Total Labor Cost IS% 890 Equipment Cost Sub Cost: $ 19,135 Toad Cost At 5 11 5 5 5 5 1 1 1 2 5 175,00 2 5 $ 350.04 5 5 350,00 1 1 1 2 5 17500 2 5 5 35000 5 $ 35000 5 175.00 0 5 5 5 Electrician Scope Material #56XX6566444 ;76i164404441*-1XA 32 135 00 32 5 5 4,32000 5 5 4,320 CO 135130 5 135.00 11 5 5 1 Adchttmal 11r 11 1 1„68 3.00 5 135,00 0 5 6,73200 $ 5 S 6,732.00 1 P4caniolgiCandallillabs 3dn5r..6's .x4 1104641 8 1 $ 617.00 S 135.00 G 5 4,93604 5 $ 5 4„.9 36,00 1 5 135.00 0 5 . 5 5 5 ., 1 Equipment 5 135.00 0 5 5 5 5 1$Cf-Vxt Tfaca.3 1 5 250.00 5 135 00 0 5 5 5 '75000 5 7.5000 1 5 i 35.00 0 5 - 5 S S 1 Small Tools s 135e0 0 5 5 5 5 1 CaNr_4868 al 3% a! 1 5 140.10 5 13500 115 5 5 140.10 S 140.10 1 5 13.5.00 0 $ $ $ 5 1 5 135 00 0 5 5 5 5 1 Other 5 13500 0 5 - 5 5 S 1ESN13/ Addarunal Cornconei1 Oracle 1 5 1,907_00 5 135.00 0 5 1,907.04 5 $ 5 1.30700 1 5 135 00 0 5 - 5 5 5 Project: (Name) (Number) To: (Contractor) City of Yakima Biosolids Building Dewatering Improvements City WF2761, RH2 23-0121 [—Apollo, Inc. 1 1115 S. Clodfelter Road Kennewick, WA 99338 J Change Order Change Order Number Q4 Change Order Date 1/12/202.6 Contract Number WF2761 Contract Date 10/16/2024 You are directed to make the following changes in this Contract: Addition of HOAs and Disconnects: Per Apollo RFI 011, corrosion in the Centrate Wetwell will be repaired with epoxy cement coating. Revise Bid Item 9 (Finishes): Item # Description Units Original Unit Price 9 Finishes LS $131,600.00 Change Amt. $44,950.00 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 The Contract Sum prior to this Change Order The Contract Sum will be: * Increased ❑ Decreased 0 Unchanged by this Change Order $ The New Contract Sum including this Change Order will be The Contract Time will be: 0 Increased ❑ Decreased IN Unchanged by 0 The New Contract Time will be 570 calendar days Contractor Dan Sjule By t.M Title As c llo. Inc Date Approval Recommended Eric Smith, PE, Project Engineer Ot.e, w - BYEric.. Smith n ` A Date Mike Price, Wastewater Man Date $ 5,537,300 (w/out WSST) $ 104,22.1,73 (w/out WSST) $ 5,641,521.73 (w/out WSST) 44,950.00 (w/out WSST) $ 5,686,471.73 (w/out WSST) calendar days Based on DOT Form 570-001 EF Revised OB/2021 Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering CITY CONTRACT NO: 2,074 — 16 14-'j,o `ct_ t'bl REcni ijTlO>J tJ O. Contractor Initiated Request for information (RFI) No. 011 Owner: City of Yakima Project: Biosolids Building Dewatering Improvements Project No: 23-0121 Engineer: RH2 Engineering, Inc. Contractor: Apollo Review Priority: © 1 (five working days) ❑ 2 (ten working days) ❑ 3 (fifteen working days) Date of Requested Response (based on review priority): 12/23/2025 Reference Drawing(s): E07, Ell & E12 Specification Sections): Description of Request: 1. 10" PRS Different than shown on M301 and M302. The Contract Drawings show the existing 10" PRS to have existing flanged connections. The existing elbow nearest the wall penetration that we are supposed to connect to does not exist and is welded (see attached photo). There is a flange on the other end where the pipe turns down vertically that we can connect to. Is it acceptable to make the connection to the existing 10" PRS at the vertical drop location in lieu of elbow near the wall penetration since the [elbow] at the wall penetration would have to be cut and welded? 2. There is an existing 4" cast-iron soil pipe and an existing 4" ductile iron pipe inside the centrate tank but not shown on the drawings. These pipes are believed to be floor drawings from the main dewatering room. Both existing pipes have significant corrosion. Does the City want to replace this piping while the tank is drained? See attached photo. 3. There is significant corrosion of the interior concrete walls, ceiling and around the existing hatch due to the corrosive environment of the centrate tank (see attached photo). The depth of concrete corrosion appears to be approximately 1" in depth and now would be the time to complete any necessary repairs while the tank is out of service. If the City elects to have us repair the surface, please provide the desired repair method. We assume the repair would include removal of concrete to sound substrate, repair with cement based or epoxy -based filler/repair product and potentially adding a high-performance coating to the concrete surfaces. Cost Impact: Yes Schedule Impact: Unlikely Comments (If cost or schedule impact, provide reasoning): L. I c r; . , I;c; 1;, mice Submitted By: Dan Sjule Contractor: Apollo, Inc. Date: 12/17/2025 Engineer's Response: 1. Yes, it is acceptable to make the connection to the existing 10" PRS flange. Connection to be made with Sch. 80 PVC per Attachment 1. Replace 4" cast-iron soil pipe with 4" sch. 40 PVC (SW). Transition to PVC outside of the centrate wetwell in the basement area. Terminate the PVC drain north of the wetwell baffle approximately 1'-4" above the bottom of the wetwell. All hangers/supports/anchors/hardware to be stainless steel. Reuse existing Zink seal and hangers as possible. Replace 4" ductile iron pipe with 4" sch. 40. PVC (SW). Transition to PVC at cast -in -place DI flanged spool. Replace existing flange anchors inside the wetwell with stainless steel anchors. All hangers/supports/anchor/hardware to be stainless steel. Terminate the PVC C2 pipe north of the wetwell baffle approximately 1'-4" above the bottom of the wetwell. 3. Repair concrete with Moratec Cladliner. Abrasive blasting, surface preparation, and application to be performed per manufacturer's recommendations, Attachment 2. Assumed area to be repaired shall include all concrete surfaces (walls, ceiling, and roof hatch) above top of the existing baffle (approx. 4'-6" below the wetwell ceiling). Apollo to verify the extents of the corroded area with exposed aggregate and confirm with RH2 prior to ordering material. Attachments: 1. Revised Sheets M301 and M302 2. Moratec Cladliner Product Data Sheet Engineer's Understanding of: Cost Impact: Unkown Engineer's Name: Rob Scanlon Rob Scanlon, PE Schedule Impact: Unlikely 12/18/2025 Engineer's Signature Date How Returned to Contractor Z Email ❑ Fax ❑ USPS Mail ❑ UPS/FedEx Date returned to Contractor: Cli i0 a dal.: CUSTOMER Apollo, Inc. Kevin Burke 1115 South Clodfelter Road Kennewick, WA 99338 Yakima WWTP Centrate Tank ESTIMATE # 1524 DATE 01/05/2026 EXPIRES Title: Yakima WWTP Centrate Tank SERVICE ADDRESS 1115 South Clodfelter Road Kennewick, WA 99338 Materials Equipment Prep Application Total Total $11,200.00 $9,750.00 $11,000.00 $13,000.00 $44,950.00 INCLUSIONS Mobilization, Materials, Equipment, Labor Subtotal $44,950.00 Tax: (0%) $0.00 Total $44,950.00 ESTIMATE # 1524 SCOPE OF WORK • DAY 1-3: Mobilize and set-up scaffolding for best reach to all surfaces • Pressure wash with 3500 PSI rotating jet nozzle • Spray simple green degreaser and let it set for 20 minutes • Pressure wash again Set-up heaters and let it dry over night • Sawcut termination line at 5' from ceiling down • Set-up ventilation system and sandblast to ICRI CSP 5 surface profile • DAY 4-5: Apply Mortartec Cladliner DAY 6: Fix any surface defects • Owner representative to inspect work upon completion • Remove scaffold TERMS & CONDITIONS Please review the following terms and estimate due -date prior to work beginning. DATE 01/05/2026 EXPIRES APPROVAL This Estimate has been accepted on by Signature: PHOTOS ESTIMATE # 1524 Mortartec-Cladliner PDS DATE 01/05/2026 EXPIRES