Loading...
HomeMy WebLinkAboutR-1999-147 Rock retaining wall repair / 409 N. 40th AvenueRESOLUTION NO. R-99- 147 A RESOLUTION declaring an emergency and authorizing the City Manager to execute all necessary documents with outside parties for the repair and/or replacement of a rock retaining wall in the vicinity of 409 North 40th Avenue, Yakima, Washington without calling for bids, and authorizing and directing the City Manager of the City of Yakima to execute a professional engineering services agreement with Pro Services Engineering Corporation regarding evaluation and replacement of the rock retaining wall. WHEREAS, Article VI, Section 6 of the Yakima Charter and Chapter 1.80 of the City of Yakima Municipal Code require that the purchase of supplies, materials and services costing more than $25,000.00 be accomplished by a call for bids; and WHEREAS, said Charter provision, YMC Section 1.80.040 and RCW 35.22.620(6) allow the City Council to declare an emergency in certain situations and thereby dispense with the need to follow a competitive bid process; and WHEREAS, an inspection of a rock retaining wall within the City of Yakima in the vicinity of 409 North 40th Avenue reveals that the wall is structurally damaged and must be repaired or replaced; and WHEREAS, the damaged rock wall presents a potential hazard to the safety, health, and welfare of the citizens of Yakima; and WHEREAS, the costs of repairing and/or, replacing the wall will exceed $25,000.00; and WHEREAS, the normal bid process for the repair and/or replacement work would take over 90 days, and would prevent the necessary repairs and/ or replacement from being completed in a timely manner; and WHEREAS, it is essential to the health, safety, and welfare of the citizens of Yakima thatimmediate action be taken to repair and/or replace the rock wall; and WHEREAS, the City of Yakima requires engineering services regarding the evaluation and replacement of said rock wall; and WHEREAS, Pro Services Engineering Corporation represents that it has the expertise necessary and is willing to perform the engineering services required by the City in accordance with the terms and conditions of the attached professional engineering services agreement; and (1k)res/engineer/pro services/nov 99/pm WHEREAS, the City Council finds it to be in the best interest of the City to declare an emergency to exist due to the aforementioned conditions and to authorize execution of all necessary documents with outside parties for the repair and/or replacement of the rock retaining wall without calling for bids; and WHEREAS, the City Council also deems it to be in the best interest of the City of Yakima to enter into the attached professional engineering services agreement with Pro Services Engineering Corporation, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: An emergency is hereby declared regarding the current status of the rock retaining wall in the vicinity of 409 North 40th Avenue, Yakima, Washington, and the City Manager is hereby authorized and directed to execute all necessary documents with outside parties for the repair and/ or replacement of the rock wall without calling for bids. The City Manager of the City of Yakima is also hereby authorized and directed to execute the attached and incorporated "Professional Engineering Services Agreement" with Pro Services Engineering Corporation regarding evaluation and replacement of a rock retaining wall. th ADOPTED BY THE CITY COUNCIL this 16 day of November, 1999. ATTEST: City Clerk (1k)res/ engineer/pro services/ nov 99/ pm L ohn Puccinelli, Mayor ENGINEERING SERVICES AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and Pro Services Engineering Corporation, (hereinafter "Consultant"). WHEREAS, the City requires an Engineering evaluation and recommendation to correct retaining wall failure at 409 North 40th Avenue in the City of Yakima. WHEREAS, the Consultant represents that it has the expertise necessary to perform the services required by the City. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and Consultant as follows: 1. Scope of Services. a. Consultant. The Consultant shall perform the following tasks upon receipt of written authorization from the City: Task 1 Provide a detailed recommendation to correct a failure of the retaining wall facing 40th Avenue at 409 North 40t" Avenue. Task 2 Establish right-of-way points for this property from existing boundary control corners. Task 3 Provide Plans, Specifications and Engineering with Engineers Estimates for the construction of a concrete retaining wall at 409 North 40th Avenue. Task 4 Provide consultant services to select a contractor to complete the recommended repairs. Each task shall be completed by Consultant as soon as possible and shall begin following written authorization to proceed. Established completion time shall not be extended because of any delays attributable to the Consultant, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by conditions beyond the control of the Consultant. All work performed by consultant shall be completed in a professional workmanlike manner. 2. Term. The term of this Agreement shall commence upon execution hereof and shall terminate upon completion of all services/tasks required hereunder, unless sooner terminated by either party in accordance with Section 15. 3. Consideration. With reference to the tasks defined in Section 1, Scope of Services, the Consultant shall be paid for fees and expenses according to attached exhibit 'A', Estimated Fee Determination — Summary Sheet; attached exhibit `B' Fee Schedule; attached exhibit 'D' Breakdown of Overhead Costs, all of which are incorporated herein by this reference. Services provided on an hourly rate basis shall be compensated for on the basis of the schedule of fees set forth in exhibit `A'. Documents recorded, as required under the appropriate filing procedure, will be reimbursed with submittal of the receipt. a. Maximum Fee for Services. The maximum fee for services is described in attached Exhibit 'A'. The maximum fee shall represent the best estimate of the parties of the maximum cost of Consultant's services specified for the various task orders. b. Renegotiation of Maximum Fee. For all items of services which specify an estimated maximum fee or a lump sum fee as the basis of payment, Consultant reserves the right to renegotiate this fee if the scope of services as specified is modified or changed by the City, whereupon additional expenses will be incurred by Consultant. The City and Consultant shall agree to such change in fee and services in writing prior to Consultant's provision of such modified or changed services. c. Payment of Compensation. Consultant shall submit monthly invoices to the City. Said invoices shall itemize all services rendered during the preceding monthly period. The City shall make payment to Consultant within thirty (30) calendar days of receipt of the invoice. All payments are expressly conditioned upon Consultant providing services hereunder that are satisfactory to the City. d. Payment in the Event of Termination. In the event that either party exercises its right to terminate this Agreement, Consultant shall be compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective termination date. e. Maintenance of Financial Records/Documents. Consultant shall make the cost records, accounts and related financial documents pertaining to this Agreement available for inspection by representatives of the City during the term of this Agreement and for a period of three (3) years following the final payment to Consultant by the City. In the event that any audit or inspection identifies any discrepancy in such financial records, Consultant shall provide the City with appropriate clarification and/or financial adjustments within thirty (30) calendar days of notification of the discrepancy. f. Permit and Advertising Cost. The City shall pay all fees for costs of recording and filing fees, necessary permits, advertising and similar items normally associated with public works projects. 4. Additional Services and Changes. During the term of this Agreement, the City may require additional services and/or changes to the scope of the services provided by the Consultant under this Agreement. The City shall provide the Consultant with written notice of such additional services and/or changes. If such changes affect the cost, or time required for performance of this Agreement, an appropriate adjustment shall be made if requested by the Consultant at the time such notice is given; otherwise, Consultant shall be deemed to have waived any request for additional compensation or extra time within which to perform this Agreement. 5. Confidentiality. All information developed by the Consultant and all conclusions reached by him shall be confidential as between the Consultant and the City and shall not be revealed by the Consultant to any other person or organization without the express written consent of the City or a court order so requiring. 6. Status of Consultant. Consultant and the City understand and expressly agree that Consultant is an independent contractor in the performance of each and every part of this Agreement. Consultant, as an independent contractor, assumes the entire responsibility for carrying out and completing the work/services required under this Agreement. Consultant shall be responsible for ensuring, that all employees, agents and subcontractors are licensed and authorized to operate the equipment necessary to perform this Agreement, with all required fee's and permits paid and in good standing, in accordance with law. Consultant and its employees shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement benefits. 7. Taxes and Assessments. Consultant shall be solely responsible for compensating its employees and for paying all related taxes, deductions, and assessments, including but not limited to, federal income tax, FICA, social security tax, assessments for unemployment and industrial injury, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, Consultant shall pay the same before it becomes due. 8. Non -Discrimination Provision. During the performance of this Agreement, Consultant shall not discriminate on the basis of race, age, color, sex, religion, national origin, creed, marital status, political affiliation, or the presence of any sensory, mental or physical handicap. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services required under this Agreement. 9. Compliance With Law. Consultant agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including but not limited to providing and maintaining traffic safety barriers, devices and flag persons as required by Manual on Uniform Traffic Control Devices (MUTCD). 10. No Insurance. It is understood the City does not maintain liability insurance for Consultant and/or its officers, agents and employees. 11. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, Consultant shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least One Million Dollars ($1,000,000.00) for each wrongful act and an annual aggregate limit of at least Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII of higher in Best's Guide. If the policy is on a claims made basis, the retroactive date of the insurance police shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. 12. Commecial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, Consultant shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) combined single limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect (any statement in the certificate to the effect of "this certificate is issued as a matter of information only and confers no right upon the certificate holder" shall be deleted). Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligationor liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and shall be admitted in the State of Washington. 13. Commercial Liability Insurance. Before this Agreement is fully executed by the parties, Consultant shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) combined single limit bodily injury and property damage. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect (any statement in the certificate to the effect of "this certificate is issued as a matter of information only and confers no right upon the certificate holder" shall be deleted). Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 14. Insurance Provided by Subcontractors. Consultant shall ensure that any subcontractors it utilizes for work/services required under this Agreement shall comply with all of insurance requirements set forth in Section 11 and Section 12 of this Agreement. 15. Indemnification and Hold Harmless. Consultant agrees to protect, defend, indemnify, and hold harmless the City, its elected officials, agents, officers, and employees from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable attorneys' fees and disbursements) resulting from Consultant's performance and/or non- performance of its duties, obligations, and services required under this Agreement. 16. Delegation of Professional Services. The services provided for herein shall be performed by Consultant, and no person other than regular associates or employees of Consultant shall be engaged upon such work or services except upon written approval of the City. 17. Assignment. This Agreement, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Consultant to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of Consultant stated herein. 18. Termination. The City or Consultant may terminate this Agreement, with or without cause, by giving the other party ten (10) days written notice of termination. 19. No Conflict of Interest. Consultant covenants that neither it or its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Consultant further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 20. Severability. If any portion of this Agreement is changed per mutual agreement or and portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 21 Integration. This written document, together with the exhibit attached hereto and incorporated herein by this reference, constitutes the entire agreement between the City and Consultant. There are no other oral or written Agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO CITY: TO CONSULTANT: City Engineer City Hall 129 North 2nd Street Yakima, WA 98901 Ken Hunziker P.E., President Pro Services Engineering Corp. 410 North 2nd Street Yakima, WA 98901 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 23. Governing Law. This Agreement shall be governed by and in accordance with the laws of the State of Washington. 24. Venue. The venue for any action to enforce or interpret this agreement shall lie in The Superior Court of Washington for Yakima County, Washington. CITY OF YAKIMA By:, Richard A Zais, City M DATE. ATTEST: City Clerk City Contract No. 99-123 a�, ager Resolution No. R-99-147 PRO SERVICES ENGINEERING CORP. Ken Hunziker P.E., President 9/99 DATE: PROJECT EXHIBIT A City Project No. Retaining Wall Emergency Repair Project 409 North 40th Avenue, Yakima ESTIMATED FEE DETERJ.% VATION -- TJMMARY SHEET DIRECT SALARY COSTS.. Classification Manhours X Rate = Cost Principal Engineer 32 $32.30 $1033.60 Project Engineer 45 $23.00 $1035.00 Surveyor 36 $23,00 $ 828.00 Engineering Technician 12 $17.25 $ 207.00 CAD Drafter 32 $13.80 $ 441.60 Support Technician 16 $13.80 $ 220.80 Total Direct Cost: $3766.00 OVERHEAD Overhead rate X Direct Salary Cost 140% X 3766.00 $5272.40 FIXED FEE Fixed Fee rate X Direct Salary Cost 25% X 3766.00 $ 941.50 REIMBURABLES Premium for single project limits increase $ 275.00 GRAND TOTAL ESTIMATED FEE $10,254.90 Prepay Date: 11 v{ qq e: PRO SERVICES ENGINEERING CORP., ps EXHIBIT B FEE SCHEDULE Fees for services are to be based on the following hourly direct salary cost rates schedule for the various employee classifications utilized on the project. Classification Hourly Rate Principal Engineer $32.30 Project Engineer $23.00 Surveyor $23.00 Engineering Technician $17.25 CAD Drafter $13,80 Support Technician $13.80 Note: The above listed rates are to be used with direct overhead and administrative additives of 140% and a profit additive of 25%. All rates are subject to annual review and adjustment resulting from promotional increases, inflation, and industry -wide wage - scale trends. FICA, Unemployment, Medical Aid & Industrial Insurance, Company Insurance & Medical, Vacation, Holiday and Sick Leave are included in Direct Salary Cost. Reimbursable Expenses Reimbursable expenses include travel expenses for travel beyond 25 miles, if required, rental of traffic count field recording equipment, expenses of additional insurance, including professional liability insurance, required by the City in excess of that normally carried by the Engineer and the Engineer's subcontractors, and other costs necessary to complete the project, but not listed herein. PRO SERVICES ENGINEERING CORP., ps EXHIBIT C RETAINING WALL EMERGENCY REPAIR PROJECT ESTIMATED MANHOURS BY TASK Classification Task 1 Task 2 Task 3 Task 4 Total Hours Hours Hours Hours Hours Principal Engineer 7 1 20 4 32 Project Engineer 12 4 25 4 45 Surveyor 0 32 4 0 36 Engineering Tech. 0 0 10 2 12 CAD Drafter 4 6 18 4 32 Support Technician 4 0 8 4 16 Totals 27 43 85 18 173 pito SERVICES ENGiNEER1NG CORP.. ps PRO SERVICES EXHIBIT D BREAKDOWN OF OVERHEAD COSTS State B&OTax 6.5% Personal Property Tax 2.0% Insurance 8.0% Administration & time unassignable 33.0% Paper and office supplies 7.5% Travel not assignable 4.0% Telephone not assignable - - - - 4.5% Fees, Dues & Licenses 3.5% Utilities & maintenance 5.0% Rent 9.5% Office Miscellaneous, Postage 3,5% Tools, Equipment & Furniture 19.0% Professional Services 5.0% Corporate taxes 29.0% Total Overhead 140% ENGINEERING CORP.. ps ACORD T, CERTIFICATE OF LIABILITY INSURANCE 11/29/1999 PRODUCER (509)248-3515 FAX (509)248-3673 Terri 1 , Lewis and Wilke Insurance Inc P 0 Box 1789 112 5 4th Street Yakima, WA 98907 Attn: Donna Martinez Ext: 21 INSURED Pro Services Engineering Corp., PS 410 N. 2nd Street Yakima, WA 98901 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY Continental Casualty Company A COMPANY B COMPANY C COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS TR DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG $ CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one ire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WC STATU• OTH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS' LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE • POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE. EXCL EL DISEASE - EA EMPLOYEE $ Professional Liability $2,000,000 Per Claim A SFE114077666 09/24/1999 09/24/2002 $2,000,000 Aggregate $1,000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Retro Date: 9/24/99 Interest applies to the 40th Avenue Retaining Wall Emergency Repair project CERTIFICATE HOLDER City of Yakima Engineering Dept. 129 N. 2nd Street Yakima, WA 98901 ACORD 25-S (1/95) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS REPRESENTATIVES. AUTHO DRR�PREQSS�ENN�TATIVE Li�l RE! ©ACORD CORPORATION 1988 PRELIMINARY ENGINEERING EVALUATION of NORTH 40TH AVENUE RETAINING WALL FAILURE LOCATED at 409 North 40th Avenue, Yakima, WA Prepared for CITY OF YAKIMA ENGINEERING DEPARTMENT 129 No. 2nd Street Yakima, WA 98901 Prepared by: [FXPlftt_S 01/IU/ 7A Pro Services Engineering Corporation 410 North 2nd Street, Yakima WA November 4, 1999 Page 2 of 7 SCOPE OF STUDY The purpose of this report is to document the present condition of a partially - failed, city -owned mortared -stone retaining wall located at 409 North 40th Avenue. In addition, it suggests methods of repair, and outlines an approximate cost range of the proposed repair work. The wall is located on the east side of 40t Avenue and was constructed about 1974 as a part of a County -administered street widening project. The wall is positioned immediately outside the normal sidewalk, and faces the abutting property, which is from 4 feet to 8 feet lower than the sidewalk elevation. A portion of the retaining wall has failed, near the south end of the property. The wall location is shown on Figure No. 1 on the following sheet. Ground -level photos of the wall are included on Figure No. 2. EXISTING CONDITIONS Figure No. 3 shows typical cross sections of the existing wall. The vertical height of the mortared -stone wall varies from about 4' height at the south end, to about 8' height at the north end. It is approximately 100 feet long, including a curved portion at the north end that follows the radius of the adjacent curb return. Approximately eight lineal feet of the wall near the south end has collapsed, allowing the retained soil to slough away and create a cavity under the adjacent sidewalk. Extensive cracking of the mortared joints between stones in other areas of the wall indicate significant movement and bulging of the wall has occurred overall. Outward movement of the wall is also evidenced by subsidence of the sidewalk and street curb. While as -built details of the existing retaining wall design have not been located, it appears that the stone facing created by the wall is simply a cladding in front of the soil, with no inherent strength to resist lateral forces associated with the soil. This condition permits lateral migration of the retained soil and associated subsidence of the soil surface that supports the street. From an engineering perspective, the existing wall has no strength. Page 3 of 7 It is impossible to predict whether other areas of the wall have reached the point of impending collapse. It is likely, however, that collapse will occur — it just a matter of when. At least three underground utility items are involved with this retaining wall. There is a Drainage Improvement District drain pipeline that crosses under the existing wall at approximately right angles near the north end of the wall. There is also a municipal water service line and water meter near the south end of the wall. The meter, which lies a short distance outside of the base of the wall, can be seen in Figure No. 2. Also, electrical conduit and wiring for the street illumination system lies under the sidewalk that abuts the retaining wall, and a street light and its concrete base are located in the sidewalk adjacent to the wall near the north end. See Figure No. 2. FIGURE No. 1 DRAWING' EMERGENCY RETAINING WALL REPAIR PROJECT I-DCATIDN: 409 NO. 40TH AVENUE, YAKIMA, WA PREPARED FOR: CITY OF YAKIMA2END eI GINEERING DEPARTMENT 19i NDRTH T, VANINA, WA G8Y01, 676Q111 DATE OF PHOTOGRAPHY: OCT. 16,1999 1 SCALE: 1" ..60' (APPROX.) PREPARED BY: Mid FEff DATE: NC 2, e999 NOTE. THIS PHOTO HAS NOT BEEN ORTHOPHOTO RECTIFIED TO TRUE SCALE PRO SERVICES NGINEERING CORP., p.s. PROFESSIONAL SERVICE IN CML AND STRUCTURAL ENGINEERING 410 NORTH 2nd STREET YAKIMA. WA 98901 (509) 249.8850 • PRO SERVICES FIGURE 2 ENGINEERING CORP., ps Page 4 of 7 WALL REPAIR ALTERNATIVES Repair or replacement of this wall is made difficult by its proximity to heavy arterial traffic. The top of the wall lies only about 5 feet from the edge of the heavily - traveled north -bound lanes of North 40th Avenue. Alternatives that would retain the existing wall and strengthen it have been reviewed and found to be impractical. Its mortared -stone cladding is so fragile that any significant work on it would almost certainly loosen and collapse potentially large areas of the facing. Another repair possibility would place fill material into the yard, with a landscaped slope that would eliminate the wall altogether and bury it in place. This option would require the acquisition of added street right of way or at least a construction and slope easement. Because of the proximity to the home, this alternative may be resisted by the owner. For these reasons, replacement of the wall, either in part or in whole appears to be the best solution. Two designs were considered and are presented herein as possible replacement solutions. DESIGN A Design A utilizes the standard City of Yakima Type 2 retaining wall. A conceptual drawing showing the position and size of the wall can be seen on the DESIGN A cross section drawing included in the Appendix. Use of this wall design creates problems of some significance. The floor portion of the wall extends back towards the street, and causes a condition of possible undercutting of the street. The options here are to move the wall outward enough to preserve the street asphalt, or to remove part of the curb lane asphalt. If the wall is located outward to preserve the street, added right of way almost certainly will be needed. Also, backfilling of the wall would take a substantial volume of imported material, and long term maintenance of the area between the wall and the back of sidewalk would be a problem. Moving the wall closer to the sidewalk would require removal of part of the street paving for construction room. There is considerable expense involved in asphalt replacement, and it is possible that the work would have to be postponed until asphalt Page 5 of 7 plant startup time in the spring of the year. Traffic control problems are also very severe in this case because of the heavy traffic. DESIGN B As seen on the cross section drawing in the Appendix, Design B employs a precast, segmented gravity wall system. The shape of this wall section is based upon a proven WSDOT design for plain concrete walls, which is seen on the Standard Plan D-1 included as an appendix to this report. The object of the precast concept is to allow all of the concrete casting work of the wall itself to be conducted off-site. This will greatly reduce the amount of conflict with heavy traffic on North 40th Avenue. Only the toe footing would be cast in the field, and it could be completed before the existing retaining wall is removed. This wall design allows the face of the wall to be kept closer to the sidewalk, without removal of the existing asphalt pavement. Removal of the existing wall and structure excavation work would proceed coincidentally with and immediately ahead of wall segment placement. Individual wall segments are cast in a precasting yard in a flat -lying condition similar to tilt -up construction. Steel reinforcing would consist of a single mat of welded wire fabric. The reinforcing is primarily for tilt -up strength and tensile stress in handling; once the segments are in place, they need no reinforcing. The individual segments would be trucked to the site, and set into position by a modest -sized crane or loader. Each would weigh less that 4000 lbs. Each subsequent segment is temporarily tied to the completed wall to avoid the possibility of a segment tipping and falling. Backfill of the wall would utilize controlled density fill (CDF) to eliminate the need for compaction equipment in a very narrow V shaped space. OTHER ITEMS OF WORK Existing chain link fencing atop the existing retaining wall will have to be removed and replaced. The existing sidewalk throughout the wall repair area must be removed, and will have to be replaced. Also, because the curb and gutter have rotated due to subsidence of supporting soil, it is recommended that the curb be removed and replaced. Page 6 of 7 An existing street light and its concrete base are located near the north end of the wall. These will have to be removed temporarily, and replaced after the new wall is in position. The related electrical conduit and conductors will have to be replaced in the disturbed area. Due to the confined work area above, it is possible that temporary concrete median barrier will be needed to create a safe working area adjacent to the heavily - traveled northbound lanes of 40th Avenue. This would require the closure of the outside lane of traffic, and the creation of a taper area to merge the two northbound lanes into a single lane around the work area. RECOMMENDATIONS It is recommended that the existing wall be replaced, and that Design B be specified for use as the method of replacement. While it is possible to replace only a portion of the wall (the portion that has collapsed), consideration should be given to total replacement of the wall while the work is under way. CONSTRUCTION COST ESTIMATE A very preliminary, budget -type cost estimate is included in the Appendix of this report. The estimate is based upon the Method B wall design. Method A design is expected to be more expensive. NORTH END FIGURE No. 3 1.85- MIDDLE 6.50 1.00 SCALE: 1" = 4' DRAWING: LOCATION: TYPICAL CROSS SECTIONS AT EXISTING RETAINING WALL 40TH AVENUE EMERGENCY RETAINING WALL REPAIR PROJECT PREPARED FOR: CITY OF YAKIMA ENGINEERING DEPARTMENT tae NORTHeNo 91R T, YNwM. WA seem, 6754111 SOUTH END PRO SERVICES NGINEERING CORP., p.s. TONAL SERVICESIN CML AND STRUCTURAL ENGINEEJUNG 410 NORTH 2nd STREET YAKIMA. WA 98901 (309) 249.8830 04-68-6K (hos) 10666 YM YYYIMVA 13311.LS Pig HLnaN Olt 7N1 33NION31Yn(1Lxnus aro IIN) NI 53DIAII3S lYNotss3.4otia �JDIAf3SOId i •.""d21OD ONI2133NI9N IIIPtLY'IOSM YM Y.dYA'L�ll8 OBF41LON RI 1N3W1HVd30 JNId33NION3 VWINVA JO AlIO rooa a3nYanw 103f'Odd dlVd9d 11VM ONINIV13d AON3Jd3W3 3f1N3AV HlOti 'NOLLY701 11VM ONINIV13d 1V SNOIlO3S IVOIdkl :01,41/AY110 1 00'4 L9'0—e•I GN3 HI(lOS L9 Com{ —00'1. .I = II :31VOS 04'9 L9'O L9'4 31001 1 i 0000 Ar1. 11VM ONINId131:1 Z 3dAl aHVONV1S VWINVA 3O Al10 V NOIS3a ON3 H1HON 0511BAK (6c) MI6 VM W4nIVA JEWS Our H.L ON OW OME3N1 MG 7VBf1.L3f111S GNV SND NI 97IMS IVNOISSallatid 0S•s•d "4:1110D3 9NI1133N1ON OIA113S 011d I III INS VY W IVA'L 1J os BINON sl IN3W1HVd3a JNIH33NIJN3 VINDIVA JO ALIO rood 0311rald 103f'OHd HIVd3H 11VM DNINIVI3H AON3Jd3W3 3f1N3AV H1OP NOLLV7Q1 11VM ONINIVI3H lV SNOI1O3S IVOIdi l vwnlwea 1 it, = j.:MVOS ON3 H1l0S -00.,1-'-'1 SL'£ 1N31^103S ISV032id lVOId.0 xVP1 .07L NIN Ste • 00' 1 11VM ONINIV131:I 313dONOO NV1d 031N3WJ3S 9 NOIS3a 310OI1^1 ON3 HIHON 0 N LLOOJ 301 30V1d NI 1SV0 00"Z1 —00'l MLA 0s'9 I+-SL'0 .S .il 40TH AVENUE EMERCENCY PRO SERVICES ENGINEERING REPAIR PROJECT NOVEMBER 4, 1999 DESIGN B - CIVIL COST ESTIMATE ITEM NO. ITEM APPROX. QUANTITY UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION (4%) 1 L.S. $1,547.00 $1,547 00 2 MAINTENANCE & PROTECTION OF TRAFFIC 1 L.S. $4,000.00 $4,000.00 3 CONSTRUCTION SIGNS, CLASS A 1 L.S. $400.00 $400 00 4 TEMPORARY MEDIAN BARRIER 200 L.F. $10.00 $2,000.00 5 REMOVE EXISTING FENCE 100 L.F. $4.50 $450.00 6 REMOVE EXISTING CEMENT CONCRETE SIDEWALK 100 L.F. $5.00 $500.00 7 REMOVE EXISTING CEMENT CONCRETE CURB & GUTTEI 100 L.F. $4.00 $400.00 8 STRUCTURAL EXCAVATION 105 C.Y. $10.00 $1,050.00 9 PRECAST CONCRETE RETAINING WALL 100 L.F. $200.00 $20,000.00 10 CAST IN PLACE CONCRETE FOR TOE TRENCH 7.5 C.Y. $250.00 $1,875.00 11 CONTROLLED DENSITY FILL 30 C.Y. $100.00 $3,000.00 12 CEMENT CONCRETE CURB & GUTTER 100 L.F. $7.00 $700.00 13 4" CEMENT CONC. SIDEWALK, INCL. SUBGRADE PREP. 50 SY $16.00 $800.00 14 CHAIN LINK FENCE 100 L.F. $10.00 $1,000.00 15 ILLUMINATION CONDUIT & CONDUCTORS 100 L.F. $5.00 $500.00 16 REMOVE & RESET STREET LIGHT 1 EA. $1,000.00 $1,000.00 17 TRIMMING & CLEANUP _ 1 L.S. $1,000 00 $1,000.00 SUBTOTAL W/O MOBILIZATION .... 538,675.00 SUBTOTAL W/ MOBILIZATION .... $40,222.00 SALES TAX (7.8%) .... $3,137.32 CONSTRUCTION SURVEYING AND Q.C. TESTING & 1NSPEC. (3% EA.) .... $2,320.50 SUBTOTAL .... $45,679.82 CONTINGENCIES (10%) .... $4,567.98 PROJECT TOTAL .... $50,247.80 PSE JOB# 88399 TYPE NO. / DOM 4540, N 0446/16' /,L' 2 4 351•Ck (aul, 17 wi/h shoo hey 46-Chomner OSams odoat /1'4,, end 6'Obcre 7150/ yauad Mme off t stew of ae//(7yp) Lorene l mat, 4'pn,/ . 9" �5 e9' -K%ft 8/pe eirr- 00. 14.68,,., TYPE NO. 2 TYRE NO. 3 PLAIN CONCRETE RETAINING WALL 6 w -K round dew 9raovi--' 1 014 May rosy if 389.:004 Cost- J/ with /'•4- to+hn shear key (laws/ tremor.) 5..9 - CURB ! RAM BASE DETAIL A// Chante,, f'except' hp ef,w/ base as mated. BAR L/ST A// dlne r out to oat. AGA( 4/I5 115079 31380/56 D/A0RAM Al c — ate Cm Char C per /b, ft of wn// Valli) 7K- I S 3' 3' - t O 'h ''Ll v 5 4 r., o 4 3' O 11 k' 1M.0.1. 3:1/K- 0A/9 484- 0.8/3 6 6K 7 — 5 4.//' 0' 0- 4-4/F , ® 1=I 5,3' 0662 -,0" NOTES All interior panel widths shall be 41-0e. Preferably, wall lengths shall be in multiples o/ 4 11. so that end panel widths will also equal 4 ft. so that end panel widths will also equal 4 1t.; however, in no ease shall end panels be less than 2 f1. wide or greater than 6 ft. wide. Backfill with free draining granular material. T3/05 £15 RAIL BASE END A// rete. /nes pmmA /'0'/0 16' /s teal rot/ Pot/ opo ag. TYPE NO. 4 e AM 0008 Cu Yd Cox. Clam AX 4 t/.5 e5whl per /b, I1. of Curb and Reil Bet, JECT/ON 1.2 99,/ Bose 3r. JECT/ON J-3 Curb .0 Rai/ boas hP .*.,.,/,,, 94-- 11111111111 a Sars ea, JECT/ON 3-8 4nb 44 0051' ,dgr H'C K"NenmWed Jt 55// is rawassoaa its .dmf /Welts. Footers h oat vJ with 46 —_ pe/ naffs at Vries, 4/49worod w//9 a minimum "1 d0Aaam of /N' /Jh 3Aa//.eras .t Pane/ edges 694.) 5.0" FRONT ELEVATION JECT/ON 1-1 EXPANSION JO/NT DETAIL All concrete shall be Class C except curb and rail base shall be Class AX. 4-1-70 Rmvisad Nofaa TYPE NO. / TYPE NO 2 N TYPE NO. J TYPE NO. 4 Al B Cot. Voss 1 P,- bah! f/. of wa/14), /a/) B Cm Char C per /b, ft of wn// Valli) B Cane Vass C -, An, ft 07 watt (Ca IY) 3 Car Char C P„ /ah 4L of w// (caw) 4'-0" J:4" 0.3/7 42' O565 3°/5' 0.348 4 3' 0.371 3'-0' 3:1/K- 0A/9 484- 0.8/3 4511' 0.407 440), 0505 0' 0- 4-4/F 0537 5,3' 0662 -,0" 0,107 3'6" 0662 7/0" 6914" 0177 5:9/5' 063/ 8/114' 0.716 6511' 0642 5..0' 3%3' 0.322 V4' /0/9 it/' 0945 V9- /044 9'0- 5=0K" 0969 6.01" 1,220 6:715" //45 38431 1.270 /O'-0" 0/11 1.17/ 7'5" /,457 7:2" 5.364 0:0" /5/6 //'.0' 6-614" 1.370 6//1? 1.705 7'814" /603 8:711" 1790 /2'-0" 7,0" /.366 6:6' 1.375 6:3' /,564 3:3" 1086 /3,0' 7514" 1.0N 9-014" 1164 8O1f' 2/43 35011" 2404 /4'O" 7/414' 2.065 — — .14" 1443 /05' 1746 e AM 0008 Cu Yd Cox. Clam AX 4 t/.5 e5whl per /b, I1. of Curb and Reil Bet, JECT/ON 1.2 99,/ Bose 3r. JECT/ON J-3 Curb .0 Rai/ boas hP .*.,.,/,,, 94-- 11111111111 a Sars ea, JECT/ON 3-8 4nb 44 0051' ,dgr H'C K"NenmWed Jt 55// is rawassoaa its .dmf /Welts. Footers h oat vJ with 46 —_ pe/ naffs at Vries, 4/49worod w//9 a minimum "1 d0Aaam of /N' /Jh 3Aa//.eras .t Pane/ edges 694.) 5.0" FRONT ELEVATION JECT/ON 1-1 EXPANSION JO/NT DETAIL All concrete shall be Class C except curb and rail base shall be Class AX. 4-1-70 Rmvisad Nofaa Pr DES/GN DATA Angie of /enema/ Fr/r/tan of e.rk l7/ 4 •30' Angle of Frktion 0704 bark IV f w.5. t • 15 4 • t0' Una/ w/, of canerst, • /50 P, Ont bat of dock OY/ w • 120 p e. /. P• Kwa(A•IA.)8 9 •P3,(6•A•) R Pain 15•0) Ca,'(4-u) (K. Vale frau Cau/s 065 Astmalo X • 0/0 low .urc4o,9e, • hie o/hars fat 3/1d/t,, /5 q S 0,50 w •/s P, (INa •To5o/ w/. of roncr.h) 8. ,//an/ of desk Mods al or w,/has m,'4d/. /laid of Maths,. Ntarimum ,,k,/.40d 3.i8 Pressure S /YI laws/f/ SECTION 4-4 WALL PACE TREATMENT PLAIN CONCRETE RETAINING WALLS WASMINOTON SrArE DEPARTMENT Or tSANSPO”ATION OLYMPIA, WASHINGTON w, A, Sulzer, LEMMA. ANITIONTO Q Ll DESIGN rMONlf6 MIDGE November 226, 1979 STANDARD PLAN D—I /0-5-67 Chon9eo'Canc- CL 6 ?o Cone C/. C N -EE. #./ E. 6✓'"K I.+YC $^J.A.L...e�r� 8-22-67 Curb 6' Rai/Base overhang revised 41.4265 Genera/ Revision ,4,41 a0T. ASST.D/4 DATE REV/S/ON BY BREN6 Pr DES/GN DATA Angie of /enema/ Fr/r/tan of e.rk l7/ 4 •30' Angle of Frktion 0704 bark IV f w.5. t • 15 4 • t0' Una/ w/, of canerst, • /50 P, Ont bat of dock OY/ w • 120 p e. /. P• Kwa(A•IA.)8 9 •P3,(6•A•) R Pain 15•0) Ca,'(4-u) (K. Vale frau Cau/s 065 Astmalo X • 0/0 low .urc4o,9e, • hie o/hars fat 3/1d/t,, /5 q S 0,50 w •/s P, (INa •To5o/ w/. of roncr.h) 8. ,//an/ of desk Mods al or w,/has m,'4d/. /laid of Maths,. Ntarimum ,,k,/.40d 3.i8 Pressure S /YI laws/f/ SECTION 4-4 WALL PACE TREATMENT PLAIN CONCRETE RETAINING WALLS WASMINOTON SrArE DEPARTMENT Or tSANSPO”ATION OLYMPIA, WASHINGTON w, A, Sulzer, LEMMA. ANITIONTO Q Ll DESIGN rMONlf6 MIDGE November 226, 1979 STANDARD PLAN D—I BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENTig Item No. 1 �4 For Meeting of November 16, 1999 ITEM TITLE: authorizing and directing the City Manager of the City of Yakima to execute a professional engineering services agreement with Pro Services Engineering Corporation regarding emergency evaluation and replacement of a rock retaining wall in the vicinity of 409 North 40th Avenue, Yakima, Washington. SUBMITTED BY: William R. Cook, Department. of Community and Economic Development CONTACT PERSON/TELEPHONE: Robert Desgrosellier, Acting Engineering Division Manager/575-6228 SUMMARY EXPLANATION: Pro Services Engineering has made an initial evaluation of the existing emergency conditions of the retaining wall at 409 North 40th Avenue and has recommended that the wall be replaced as soon as possible before a major failure occurs that would involve the sidewalk, curb and quite possibly the outside traffic lane. A copy of the evaluation report is attached to this packet for City Council review. Pro Services Engineering has prepared a Design Report with two (2) Alternatives for this project. After a review meeting with Pro Services and City engineering staff, it was decided to recommend Design B of the Design Report to the City Council as the preferred design for the replacement of the retaining wall. The total project cost for Design B is currently estimated to be $59,247.80. With Council approval of this recommendation, Pro Services Engineering will immediately proceed with PS&E and staff will advertise for bids on construction of the new retaining Wall. Construction should be complete shortly after the first of the, year. Funding will be from project savings in the Arterial Street Fund Y2 cent gas tax for 1999. No additional appropriation is required. Resolution X Ordinance Contract X Other (Specify) Design Report Funding Source Arterial Street Fund, Project Savings APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Accept the recommendation of Pro Services Engineering, and direct staff,,to proceed with Design B for this project. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: 1 — November 15, 1999