HomeMy WebLinkAboutR-2020-062 Fair Ave. Sanitary Sewer Improvements Project 2487B - Belsaas & Smith Construction, Inc.RESOLUTION NO. R-2020-062
A RESOLUTION authorizing a contract with Belsaas & Smith Construction, Inc. for City of
Yakima Project No. 2487B Fair Avenue Sanitary Sewer Main Improvements
Phase B.
WHEREAS, the City of Yakima owns and maintains the Wastewater Collections System
in accordance with applicable Federal, State and Local regulations; and
WHEREAS, the City of Yakima is planning and preparing for the Mill Site Development;
WHEREAS, a sewer system capacity analysis found that the existing sewer main
between the Interstate 82/Fair Avenue off -ramp and East Chestnut Avenue does not have
adequate capacity to accommodate full Mill Site development; and
WHEREAS, by resolution R-2018-141 the City entered into an agreement with HLA
Engineering and Land Surveying, Inc., to provide engineering design, bidding, and construction
services for the Fair Avenue Sanitary Sewer Main Improvements to provide adequate sewer main
capacity to accommodate full Mill Site development; and
WHEREAS, the City of Yakima used the procedure established by the State o
Washington for competitively bidding projects; and
WHEREAS, Belsaas & Smith Construction, Inc. submitted the low bid and has the ability
to perform the contract specified work, and
WHEREAS, the City Council finds that it is in the best interest of the City of Yakima to
enter into a contract with Belsaas & Smith Construction, Inc. to perform the work detailed in the
contract documents for upsizing 2,000 linear feet of sanitary sewer main and related work; now,
therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute the attached contract with Belsaas &
Smith Construction, LLC. in the amount of Seven Hundred Twenty -Eight Thousand and Ninety -
Six Dollars ($728,096.) for the upsizing of 2,000 linear feet of sanitary sewer main and related
work between the Interstate 82/Fair Avenue off -ramp and East Chestnut Avenue.
ADOPTED BY THE CITY COUNCIL this 2d day of June, 2020.
ATTEST;
CONTRACT
THIS AGREEMENT, made and entered in triplicate, this day of .t° , 20'r , by and between
the City of Yakima , hereinafter called the Owner, and (' , } +AI for 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: $ 126,05.00 for Fair Avenue Sanitary Sewer Main Replacement (FA-5), City
of Yakima Project No. 2487B, all in accordance with, and as described in the attached plans and
specifications and the 2020 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.
Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty-five (35)
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 (11 th) 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. The Contractor shall defend, indemnify, and hold harmless the City, its
officers, elected officials, employees and agents from and against all claims, causes of action, damages,
losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and
court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance
of the services, duties and obligations required of it under this Agreement.
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.
IN WITNESS, WHEREOF the parties hereto have caused this agreement to be executed the day and year
first herein above written.
Counter ilned: CITY OF YAKIMA
thisY day of 20'
CITY CONTRACT NO:
RESOLUTION NO:,
CONTRACTOR
SIvi.41 CAA aitA,a S Corporation
resident, Owner, etc,)
0!3bXgal.0
l l erl l ilt-9 .> A 969,
G:\PROJECTS\2018\18181E\Spec\18181Spec_docx
4-2
1
ITEM TITLE:
SUBMITTED BY:
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEM ENT
Item No. 4.D.
For Meeting of: June 2, 2020
Resolution authorizing a contract with Belsaas & Smith
Construction, Inc. for Project No. 2487B Fair Avenue Sanitary
Sewer Improvements Phase B
Scott Schafer, Director of Public Works
David Brown, Assistant Director of Public Works
Mike Price, Wastewater/Stormwater Division Manager 249-6815
SUMMARY EXPLANATION:
City of Yakima (City) Project No. 2487B Fair Avenue Sanitary Sewer Main Improvements Phase
B will complete the Fair Avenue sewer main capacity improvements required to serve a
developed Mill Site. The Project will use trenchless technology to upsize approximately 2,000
linear feet of sewer main between the Interstate 82/Fair Avenue off -ramp and East Chestnut
Avenue.
The City previously entered into an agreement with HLA Engineering and Land Surveying, Inc.
under resolution R-2018-141 to provide engineering design, bidding, and construction services
for the Fair Avenue Sanitary Sewer Main Improvements. The City utilized the procedure
established by the State of Washington for competitively bidding projects. Three contractors
submitted bids, with Belsaas & Smith Construction, Inc. submitting the lowest bid of $728,095.49
for Phase B of the project. The contract is attached for City Council review. The project is
funded by Wastewater Capital Fund 476.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Economic Development
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt Resolution
ATTACHMENTS:
Description Upload Date Type
2
D R=olulion 5:17/2020 Resolution
D Daairaci 5r 190TO Cieriiracl
D Project Location Map 4/29/2020 Backup Material
October 7, 2020
OWNER:
PROJECT NAME.
CITY PROJECT NO
HLA PROJECT NO :
CONTRACTOR:
CHANGE ORDER NO. 1
City of Yakima
FAIR AVENUE SEWER IMPROVEMENTS (FA-5)
2487E
18181C
Belsaas & Smith Construction, Inc.
THE FOLLOWING CHANGES ARE HEREBY MADE TO THE CONTRACT DOCUMENT.
Original Contract Price (Including State Sales Tax):
$728,095.49
Current Contract Price Adjusted by Previous Change Order(s) (Including
State Sales Tax):
$728,095.49
Change in Contract Price Due to This Change Order (Including State Sales):
$75,649 10
Adjusted Contract Price Due to This Change Order (Including State Sales
Tax).
$803,744 59
Original Contract Completion Date:
August 11, 2020
Current Contract Completion Date Adjusted by Non -Working Days and/or
Previous Change Order
August 7, 2020
Change in Contract Completion Date Due to This Change Order
Six (6) Additional Working Days
Revised Contract Completion Date-
August 17, 2020
CONTRACTOR:
ENGINEER:
OWNER:
seas & Smith Construction, Inc.
HLA Engi
ing and Land Su eying, Inc.
City of Yakima
CITY CONTRACT NO:
RESOLUTION NO:
G NROJECISI)181181SIC YA rn,R AVE SS A41Rt-BEI.SAASICHANGE OROERSiCHANGE ORDER 140 112020.10-0t CHARGE CRDER 1 NIsv
Date:
Date.
Date. (D 1 tL 1
October 7, 2020
City of Yakima
FAIR AVENUE SEWER IMPROVEMENTS (FA-5)
City Project No 2487B
HLA Project No 18181C
CHANGE ORDER NO. 1
ITEM
NO.
DESCRIPTION
UNIT
QTY
UNIT
PRICE
AMOUNT
1-1
Provide all labor and materials necessary to
complete 0.20' depth cold planing and Cl. 1/2"
PG 64-28 HMA overlay of Fair Avenue from
approximately Station 17+12 (BOP) to Station
22+89 The change order also includes traffic
control and utility adjustments as described in
the attached back-up information.
LS
1
$69,851 43
$69,851 43
8.3% STATE SALES TAX
$5,797 67
CHANGE ORDER NO 1 TOTAL
$75,649 10
REASON:
The section of Fair Avenue between approximately Station 17+12 (BOP) and 22+89 is in need of resurfacing The
HMA exhibited longitudinal and transverse cracking prior to construction and was made worse by normal construction
equipment activity The section of road is in need of cold planing and HMA overlay to preserve the entegrity of the
roadway The change order also includes related work such as traffic control and utility adjustments as described in
the attached back-up information.
G \PROJECTS\2018\18181C VA FAIR AVE SS MAIN - BELSAAS\CHANGE ORDERS\CHANGE ORDER NO 1\2020-10-07 CHANGE ORDER 1 xlsx 2
liELSAAS-
SMOTH
PO BOX 926
ELLENSBURG, WA 98926
509-925-9747, FAX 509-962-3031
CHANGE ORDER COST BREAKDOWN
OWNER. City of Yakima
PROJECT Fair Ave Sewer Main improvements
DATE OF PROPOSAL.
COP #:
DATE WORK PERFORMED:
09/01/20
1
TBD
LOCATION Between Manholes 1 & 4, Approximately Sta 16+80 to 22+80
DESCRIPTION: Work to lower 16 water valves & manholes and then raise them after paving; grind full road width to .20' depth
and dispose of grindings; sweep & clean roadway; asphalt overlay; traffic control set-up, devices & labor; project management. 2
days to lower utilities, 1 day grind, 1 day pave, 2 days raise utilities, followed with contract striping. Traffic control thru 2
intersections for grind and pave, minimal for raise & lower utilities.
ITEM
NAME
TRADE
QTY
HRS
RATE
TOTAL
1
Superintendent
1
40
$ 78.04
$ 3,121.60
2
Laborer
2
32
$ 47.89
$ 3,064.96
3
TCS
1
40
$ 48.81
$ 1,952.40
4
Flagger
3
24
$ 45.04
$ 3,242.88
5
Truck Driver (DT)
5
8
$ 55.95
$ 2,238.00
6
Truck Driver (WT)
1
12
$ 55.95
$ 671.40
Sub -Total: $
20% OH & Profit: $
TOTAL LABOR: r$
14,291.24
2,858.25
a�17149�99
ITEM
DESCRIPTION
YEAR / MODEL / SIZE
HRS
RATE
TOTAL
1
Compressor/Hammer (utilities)
250 compressor/breaker/hose
32
$ 34 00
$ 1,088.00
2
Traffic Control Signs/Cones
16 signs/100 cones
32
$ 12.00
$ 384.00
3
Dump Truck (20cy)
Ave Truck & Pup or Sidedump
40
$ 71.00
$ 2,840.00
4
Support Vehicle
Traffic control support/super
32
$ 12.00
$ 384.00
5
Water Truck (grind & pave support)
4000 gal water truck
12
$ 60.00
$ 720.00
6
$ -
$ -
Sub -Total: $
20% OH & Profit: $
TOTAL EQUIPMENT: `$
5,416.00
1,083.20
ITEM
DESCRIPTION
VENDOR
UNIT
QTY
UNIT COST
TOTAL
1
Concrete (utilities) - min. load
CWC
CY
5
$ 130.00
$ 650.00
2
$ -
$ -
3
$ -
$ -
Sub -Total. $
8.3% WSS Tax $
20% OH & Profit: $
TOTAL MATERIALS: rSw
650.00
130.00
ITEM
COMPANY NAME
DESCRIPTION OF WORK
FA REF SHEET tt
TOTAL
1
Safeset
Planing, 2157sy x 0.20' depth
$ 8,700.00
2
NW Asphalt
Asphalt Pave Overlay, 330 tons
$ 30,193.40
3
NW Asphalt
Patch Pave Utilities
$ 2,400.00
Sub -Total: $
10% OH & Profit: $
TOTAL SUBCONTRACTORS: ',S
COMBINED TOTAL:
41,293.40
4,129.34
`45 422 w
$ 69,851.43
Project Name: Yakima Fair Ave Sewer
Project Number:
Contractor: Belsaas & Smith
STANDARD HOURLY RATES
.'„�..,. ^..:,ct:: .,^.:~.': •;; �..: c: ,: ' :ti!'^�•,.,. ��,9.... a'�k.�;:c`'��\..,,. `.nT:to•de 'rtd
&
.:
\
:gu,p eifgtendttt\
:et�,:: 31�.
,erTetloeratmr
•,,.:
,
i'�C\\."'..•
\ra.tR priv®t Sdiolttucpp
itea-Truck
:& TrBpts�
;.ild.�.•,
\
. fgf,is0l-.v,\\,v.
�,3:.\,...i\
,^<:
ia.�UHis
;U< !�..
......
6 .,
Wage Breakdown
Rate
1. Hourly Wage
$ 67.57
$ 66.57
$
41.09
$ 48 17
$ 48 37
$ 38.59
$
42 95
5 41 90
$ 41.09
$ 42.95
$
66.57
Wage Markups
FUI (%)
0 60%
$ 0 41
$ 0.40
$
0 25
$ 0 29
$ 0.29
$ 0.23
$
0.26
$ 0 25
$ 0.25
$ 0.26
$
0.40
FICA (%)
6 20%
5 4.19
$ 4 13
$
2.55
5 2.99
$ 3 00
$ 2.39
$
2.66
$ 2.60
$ 2.55
$ 2.66
$
4 13
Medicare (%)
145%
$ 0.98
5 0 97
$
0 60
$ 0.70
$ 0.70
$ 0.56
$
0.62
$ 0.61
$ 0.60
$ 0.62
$
0.97
SUI (%)
3.40%
5 2.30
$ 2 26
$
1.40
$ 164
$ 1.64
$ 1.31
$
1.46
$ 1.42
$ 1.40
$ 146
5
2.26
WC/l&I ($ per hr)
Hourly
$ 1.07
$ 1.07
$
1.07
$ 1 07
$ 1.07
$ 1.07
$
1.07
$ 1.07
5 1.07
$ 1.07
$
1.07
Paid Sick Leave 2% of Labor
2% ST
$ 1 53
$ 1 51
$
0 94
$ 1.10
5 1 10
$ 0.88
$
0 98
$ 0 96
5 0.94
$ 0 98
$
1 51
Torai Wageltate� :\„�^:. ,:.� • >a :.,,
a:�•,
,., , .
$.. ':78.04`
.':� T6. a
$:•c� ,,, 9D
.;
$ .,
�"4'7 9`
�.< 8
\.5r �:' " 5:
5:�:, , SS:9
��t�r'
$, ,> 56:18
�'i .�
$: ,a.�:':+#5.04;
$�
,\,�,..
:..50-0(1�
\,r.. • �..,
$„c*+,,:A8:81'.
.;;� .`
$,,,, .,.!17:89.
;'x ,
$i'',.. �}SO
90;
OVERTIME HOURLY RATES
:,\: _,. .-�,t . ,..
< y?� , Trade and
y<a. 1•; r; .. .'?a.
>;,,.:,;:><...:.,,N;+.o. ,: zc,.: Pafi<bn
,,},*; ,Y�
tig
a.e'�.,,: �.��
6 ..9 8r. .,
xcgvata I9 dr 30
rTN p9reratMaCi
£e or13t 3O
><Gstrator o=
.TP)pperBtor:z'.,
i',`iv,,,,,, ^•ri <
kubora<:,
...,...•x>: .. .:. i.�
i �:, ;•: :;e��•.<
=jrotk wtver 6oio;
�.,.:,..�.,.
Truck brhe' Tnidi"
a.&TiaBeei"'.:<,ti,�,..
:..,,rgge,.,�\�.M
Ptiggef. "
tx�
.,,'.a,'::8,`'':::,>.,.:
.q
Grkdetkecker:,:
�.`•a <.,..
.,�Tta,Hk Ubuief/,:
„;:, ,,a.,...,";.n;,.,.
U/e laborer.¢ t
..: ... ... ...... ..
.,'•:,,agave i.
w t//6Ptpelayer,,;-
.., ,.,.>:,x..v:...
t Ldadei UndeR 6.`
.. ... YDS ..,.,
Wage Breakdown
Rate
1. Hourly Wage
$ 99.86
$ 99.86
$ 63.38
$ 69.62
$ 69 78
$ 59.63
5 64.43
$ 61 35
$ 61.64
$ 64 43
S 99 86
Wage Markups
FUI (%)
0 60%
$ 0.41
$ 0.40
$ 0.38
$ 0.42
$ 0.42
$ 0.36
$ 0.39
$ 0 37
$ 0.37
$ 0.39
$ 0 60
FICA (%)
6 20%
$ 4.19
$ 4.13
$ 3.93
$ 4.32
$ 4.33
$ 3.70
5 3.99
$ 3.80
$ 3.82
$ 3 99
$ 6 19
Medicare (%)
1 45%
$ 0.98
$ 0.97
$ 0.92
$ 1.01
$ 1.01
$ 0.86
$ 0 93
$ 0.89
$ 0.89
$ 0.93
$ 1,45
SUI (%)
3.40%
$ 2.30
$ 2.26
$ 2.15
$ 2 37
$ 2.37
$ 2 03
$ 2.19
$ 2 09
$ 2.10
$ 2 19
$ 3.40
WC/L&I ($ per hr)
Hourly
$ 1.07
$ 1.07
$ 1.07
$ 1 07
$ 1.07
$ 1.07
S 1.07
$ 1 07
$ 1 07
5 1 07
$ 1.07
Paid Sick Leave 2%of Labor
2%ST
$ 2.18
$ 2.17
$ 1.44
$ 1.58
$ 1.58
$ 1.35
$ 1.46
$ 1 39
5 1.40
$ 1.46
$ 2.25
:.a
Tote age ; ._:�- �; .,:..e, ;,.,. ,.
:;:r�..., aia_$,.:..,110.97i
$w,.. `'i30.85'
$ , ..,-73:26:
*l,, ;
$..,..\ 80.37�
r s,`;, `
$'i. .. , 80:56.
$'�;�'.cz 68.99
a74:
S. , ..... . 46i
•7
5 -- , 0.96:
?l
$, ,.. 28
74 4
$`� ..,, . , 6
$ . ,,. 114:8 „,
24907 Dallas Road
Richland, WA 99352
(509) 308-2239
Fax: (509) 392-7126
Email: safesetl@hotmail.com
Job Name: SOUTH FAIR AVE. BELSMITH
Date: 08/20/20
Proposal /Contract
WA: SAFESSC866MG
OR: 205949
ID: 022033
Proposal #: 3030
Description
Quantity Unit
Unit Cost
Total Cost
ITEM MOB
1 EA
$1,200.00
$1,200.00
ITEM COLD PLANING ASPHALT PER SHIFT
1 EA
$7,500.00
$7,500.00
DEPTH: 0 TO 3 INCH
SHIFTS: BASED ON 1 SHIFT TO COMPLETE
SWEEPING INCLUDED FOR TAILINGS ONLY
PRICE 15 FOR GRINDING ROUGHLY 2,157 SY OF ASPHALT.
**Price includes: 7'2"RX-700 Roto-Mill with standard spacing, Power Broom Street Sweeper and
operating personnel only.**
GENERAL. NOTES, EXCLUSIONS AND CONTRACT CLARIFICATIONS
o PRICE IS FOR ROTO-MILLING ASPHALT ONLY AT DEPTH STATED ABOVE. ANYTHING BEYOND THAT DEPTH WOULD
REQUIRE A PRICE ADJUSTMENT OF $0.40 PER ADDITIONAL INCH PER SQUARE YARD OF MILLING. ANYTHING BEYOND
.04' WILL BE CONSIDERED ONE INCH.
• PRICE EXCLUDES ALL HAULING, RAP DISPOSAL, SWEEPING, TRAFFIC CONTROL, WATER SUPPLY, AND REMOVAL OF
MATERIAL NOT ACCESSSABLE TO HALF LANE MACHINES INCLUDING A 3" WIDE AREA AROUND ALL OBSTACLES (NO HAND
WORK OR SMALL DETAILED GRINDING INCLUDED IN PROPOSAL).
• WORK MUST BE CONTINUOUS. ANY ADDITIONAL MOBILIZATIONS WILL BE CHARGED PER OCCURRENCE.
• GENERAL IS RESPONSIBLE FOR UTILITY LOCATES, MARKING OR LOWERING ALL UTIUTIES, REMOVING ALL NON -ASPHALT
OBSTRUCTIONS, AND PROJECT GRADE LINE LAY OUT FOR 7' MACHINE PRIOR TO OUR ARRIVAL.
• ANY DAMAGES CAUSED BY OR DONE TO UNFORSEEN UTILITIES AND/OR OBSTRUCTIONS NOT BROUGHT TO OUR
ATTENTION OR CLEARLY MARKED, WILL BE THE SOLE RESPONSIBILITY OF THE GENERAL AND/OR PROJECT OWNER,
INCLUDING ANY AND ALL DAMAGE TO SAFE SET CONSTRUCTION EQUIPMENT.
• GENERAL IS TO SUPPLY CONSTANT FLOW OF TRUCKING AND WATER TO MATCH MILLING PRODUCTION RATE.
o SAFE SET CAN NOT BE HELD LIABLE FOR MECHANICAL BREAKDOWNS OR ASPHALT HARDNESS THAT ADVERSLY AFFECT
PRODUCTION OR PROJECT SCHEDULES.
• SWEEPING IS NOT INCLUDED ON ANY ROADWAY EXCAVATION OR. PAVEMENT REPAIRS GREATER THAN 4.5".
• GENERAL IS TO PROVIDE ADEQUATE CLEARANCES OF ALL TREES AND SHRUBS THAT COULD POTENTIALLY DAMAGE
ROTO-MILL MACHINE. TREES MUST BE TRIMED BACK OR SAFE SET WILL TRACK AROUND AREA TO BE PLANED.
• WHERE ACP SITS ON TOP OF PCC, SAFE SET WILL REMOVE AS MUCH ACP AS MACHINE WILL ALLOW. NO HAND WORK.
• SAFE SET CAN NOT GUARANTEE MATERIAL SIZING. FURTHER PROCESSING BY OTHERS MAY BE NEEDED.
• ROTO-MILL WILL STOP SHORT OF ALL EXPANSION JOINTS, RAILROAD TRACKS AND OBJECTS THAT COULD DAMAGE THE
MACHINE, ALL HAND WORK AND METAL DETECTION TO BE PERFORMED BY OTHERS.
• GENERAL TO PROTECT ALL DRAINAGE FEATURE FROM ASPHALT TAILINGS AS REQUIRED.
• ALL QUANTITIES ARE APPROXIMATE AND THE ACTUAL QUANTITY WILL BE BASED ON FIELD MEASUREMENTS.
• PROPOSAL 15 GOOD FOR 30 DAYS AND IS BASED ON BOTH PARTIES ACCEPTING A PRE -DETERMINED WORK SCHEDULE.
• THESE NOTES, AS WELL AS INCLUDED AND EXCLUDED ITEMS IN THEIR ENTIRETY SHALL BECOME A GOVERNING PART OF
THE CONTRACT OR SUBCONTRACT AGREEMENT; THIS WILL BE ACHIEVED BY INCLUDING AN EXACT COPY OF THIS
PROPOSAL IN THE CONTRACT OR SUBCONTRACT AGREEMENT.
ACCEPTED BY:
STRIPING t;+rS SEALING
839 N Corriedale Rd.
Yakima, WA 98901
509-952-3966
chasedeanweb@yahoo.com
Estes ate
Date
Job
8/24/2020
FairOverlay
Project
Fair Ave Overlay
Yakima, Wa
Estimator
Description
Qty
Rate
Total
Fair Ave Sanitary Sewer Main Replacement FA-5 City of Yakima
OVERLAY ADDITION
Tack asphalt, furnish, haul and overla:k asphalt with HMA to a
compacted depth of .20 inches
Mobilization
City of Yakima
330
1
89 98
500 00
8.30"/"
29.693 40
500 00
0.00
Sign and Date
Total
$30.193 40
Northwest Striping & Sealing LLC may require a 50% deposit to cover material costs. Balance is due wi hin 30-days of receipt of invoice. Any unpaid balances
beyond 30 days will accrue interest at the rate of 1.5% monthly Balances due over 9u days will go to co lection automatically Any collection or attorney fees
used to collect this debt will he added to the unpaid balance Northwest Striping & Sealing LLC will not be financially responsible for the delay of a.job due to
adverse weather or the delay in obtaining materials beyond our control
Terry Alapeteri
From: Terry Alapeteri
Sent: Friday, August 21, 2020 4:25 PM
To: Bryan
Cc: Kallevig, Dana; Andrew Hyink; Andy Elliott
Subject: RE: Fair Ave Sewer
Attachments: Grind -overlay exhibit 8-21-2020 pdf
Bryan,
See attached exhibit for developing costs for the proposed grind and overlay change order for a portion of the Fair
Avenue, FA-5, project. Also, consider the number of working days for this task.
If you would like to discuss the proposed change order please give me a call.
Terry D. Alapeteri, PE
' HLA Engineering and Land Surveying, Inc.
509-966-7000
From: Bryan <bryan@belsmith.com>
Sent: Thursday, August 20, 2020 4:00 PM
To: Terry Alapeteri <talapeteri@hlacivil.com>
Subject: Fair Ave Sewer
Terry,
Can you send me a sketch or plan for what you had in mind for the grind & overlay on Fair Ave?
We should be to a point where we're ready to start patching holes later next week, and want to figure this out ahead.
Thanks,
g&,air iVedsoo
Co -Owner / Project Manager
Belsaas & Smith Construction, Inc.
Phone: 509-925-9747 Fax: 509-962-3031
From: Terry Alapeteri <talapeteri@hlacivil.com>
Sent: Saturday, July 25, 2020 6:52 AM
To: Bryan <bryan@belsmith.com>
Subject: Sewer pics
Bryan,
See sewer pics for our discussion on Monday. I will be working on Sunday if you want to call to discuss.
1
, Terry D. Alapeteri, PE
HLA Engineering and Land Surveying, Inc.
509-966-7000
2
`\ ^
deb , / / • h' 1
"fieJ ,
e
;/
6 1
1/1 /
iy
3
d; of
d r;
enuenyynuysayIs`