HomeMy WebLinkAboutR-1997-102 North and South 72nd Avenue Sanitary SewerRESOLUTION NO. R-97- 102
A RESOLUTION authorizing the City Manager and City Clerk of the City of
Yakima to execute an Agreement for Sanitary Sewer
Improvements and Funding between the City of Yakima and
Yakima County regarding sewer construction on 72nd Avenue.
WHEREAS, the City of Yakima deems it prudent to install additional footage
on certain sidelines and collection system pipes in conjunction with the widening
improvements to 72nd Avenue between Nob Hill Boulevard and Summitview
Avenue by Yakima County Public Works; and
WHEREAS, Yakima County is agreeable to the performance and completion
of said project subject to the terms of the attached Agreement for Sanitary Sewer
Improvements and Funding; and
WHEREAS, the City Council deems it to be in the best interest of the City to
enter into said Agreement with Yakima County, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager and City Clerk are hereby authorized and directed to
execute the attached and incorporated Sanitary Sewer Improvements and Funding
Agreement with Yakima County.
ADOPTED BY THE CITY COUNCIL this 5th day of August , 1997.
ATTEST:
ynn Buchanan, Mayor
Act VVI('
City Clerk
AGREEMENT FOR SANITARY SEWER IMPROVEMENTS
AND FUNDING
THIS AGREEMENT is entered into between the City of Yakima, (hereinafter the "City")
whose address is 129 North 2nd Street, Yakima, Washington 98901, and Yakima County,
Washington, (hereinafter the "County") through its Public Works Department, whose address is
128 North 2nd Street, Room 408 County Courthouse, Yakima, Washington 98901.
1. RECITALS.
1.1 The County intends to construct a road improvement project known as the C 2629;
South 72nd Avenue Improvement Project: Nob Hill Boulevard to Tieton Drive, and C 2228;
North and South 72nd Avenue Improvement Project: Tieton Drive to Summitview Avenue,
(hereinafter "the Road Project").
1.2 The City wants to have sanitary sewer and side sewer lines (hereinafter "the Sewer
Project") constructed at certain locations within the limits of the Road Project. The location of
the Sewer Project is shown on Exhibit 'A'.
1.3 The County and City agree that having the Sewer Project constructed in combination
with the Road Project is mutually beneficial.
1.4 The City has detemuined that it is in is best interest to provide funding for the Sewer
Project and to allow Yakima County to do the construction.
1.5 The Yakima County Engineer has determined that it is in the best interests of the
County that the Yakima County Public Works Department contract for the construction of the
Sewer Project within the same construction contract as the Road Project.
NOW, THEREFORE IT IS HEREBY AGREED:
2. THE CITY SHALL:
2.1 Provide' the design, details, specifications, and estimate for the Sewer Project to the
County.
2.2 Review the County's final contract plans and specifications and provide written
approval of the Sewer Project plans and specifications to the County before the advertisement of
the project.
2.3 Review construction bids provided by the County and provide written notice of
approval or disapproval of the Sewer Project bids to the County before the award of a
construction contract. Written notice will be provided to the County no later than five working
days following opening of bids.
2.4 Review and approve all Source of Materials submittals regarding the Sewer Project.
2.5 Provide all on-site field inspection for the construction of the Sewer Project except
those services to be provided by the County identified in items 3.5 and 3.6 of this agreement.
The field inspection will be consistent with Sections 7-08, 7-17, and 7-18 of the Washington
State Department of Transportation's 1996 Standard Specifications for Road, Bridge, and
Municipal Construction.
2.6 Prepare a monthly progress estimate of quantities used on the Sewer Project using the
bid item schedule for the construction contract. The progress estimate will be provided to the
County no later than the 5th day of each month. The progress estimate will include all work
completed through the last day of the previous month,
2.7 Upon review and approval by the City of the amounts charged, provide monthly
progress payments to the County for work performed on the Sewer Project by the contractor.
Progress payments will be made to the County no later than the 20th day of each month. The
progress payment shall be based on the progress estimate provided for in item 2.6 of this
agreement.
2.8 Upon review and approval by the City of the amounts charged, provide a final
payment to the County for all costs reasonably incurred by the County that are directly related to
the Sewer Project. These costs shall include actual sewer construction costs made to the
contractor, County personnel labor costs for time reasonably spent on the Sewer Project work,
and material testing expenses. Final payment shall be made to the County no later than 30 days
after the City receives a reporting of final costs from the County.
3. YAKIMA COUNTY SHALL:
3.1 Incorporate the City's Sewer Project design, details, and specifications into the
County's Road Project. The Sewer Project construction bid items shall be listed under a separate
pay schedule within the contract documents.
3.2 Provide a copy of the final plans and specifications for the construction project to the
City Engineer for his review and approval before the advertisement of the project.
3.3 Provide a copy of the bid results to the City Engineer for his review and approval
before the award of a construction contract.
3.4 Provide copies of all Source of Materials submittals for the Sewer Project to the City
Engineer for his review and approval before use of the materials on the project.
3.5 Provide field inspection and material testing of trench excavation, trench backfilling,
and pavement repair required for the Sewer Project.
3.6 Provide construction control surveying for the Sewer Project.
3.7 Make progress payments to the contractor.
3.8 Provide a report of final costs for the Sewer Project to the City following completion
of the construction contract. The report shall include a breakdown of costs incurred by the
County.
CITY OF YAKIMA
Richard A. Zais, City Manager
Date Sign
AI 1'hST:
CULL -
City Clerk
BOARD OF YAKIMA COUNTY COMMISSIONERS
William H. Flower, Chairman
City Contract No. C� 1
Hinojosa, Clerk of the Board
Approved as to form:
Authorized by City
Resolution No. _ t ?optirAtq/secuting Attorney
14*/ ' Ti•7 T.J i
`''``/��1�
Sheetl
Page 1
OFFICE OF YAKIMA COUNTY COMMISSIONERS
GOODFELLOW
SUPERIOR PAVING
ENGINEERS
YAKIMA COUNTY COURTHOUSE, ROOM 420
BROTHERS, INC.
CO.
ESTIMATE
DATE OFBID OPENING: August 19, 1997
PROJECT: 72ND AVENUE IMPROVEMENT PROJECT
PROJECT NO.:C 2228, C 2629, & R 2754
ALTERNATE "A" COUNTY FURNISHED SURFACING MATERIALS
ITEM
QTY
DESCRIPTION
UNIT
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
NO
PRICE
PRICE
PRICE
PRICE
PRICE
PRICE
1
1
MOBILIZATION
LUMP SUM
$55,050.00
$60,000.00
2
1
TEMPORARY TRAFFIC CONTROL DEVICES
LUMP SUM
$7,500.00
$8,500.00
3
3,200
TRAFFIC CONTROL LABOR
HOUR
$30.00
$96,000 00
$29.00
$92,800.00
4
1
CLEARING AND GRUBBING
LUMP SUM
$10,000 00
$30,000.00
5
1
LUMP SUM
$15,000.00
$20,000.00
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
6
13,134
ROADWAY EXCAVATION INCL. HAUL
C Y
$6.00
$78,804.00
$8.00
$105,072.00
7
13,900
CRUSHED SURFACING BASE COURSE, FROM STOCKPILE
TON
$4.50
$62,550.00
$5.40
$75,060.00
8
2,000
CRUSHED SURFACING TOP COURSE, FROM STOCKPILE
TON
$4.50
$9,000.00
$15.00
$30,000.00
TON
$35.00
$32.00
$150,400.00
9
4,700
ASPHALT CONCRETE PAVEMENT CLASS 'B'
$164,500.00
10
77,300
SHORING OR EXTRA EXCAVATION CLASS B
S F.
$0.15
$11,595.00
$0 05
$3,865.00
11
21
CATCH BASIN 30 IN DIAM.
EACH
$1,350.00
$28,350.00
$1,050 00
$22,050 00
12
1
IRRIGATION WEIR BOX
EACH
$3,350.00
$3,350.00
$3,300.00
$3,300.00
13
4
MANHOLE 30 IN. DIAM.
EACH
$1,700.00
$6,800 00
$1,500.00
$6,000.00
14
8
MANHOLE, TYPE 1 - 48 IN. DIAM.
EACH
$2,700 00
$21,600.00
$1,800.00
$14,400.00
15
7
MANHOLE, TYPE 1 - 54 IN DIAM.
EACH
$3,000.00
$21,000.00
$2,900.00
$20,300.00
Page 1
Sheet!
Page 2
16
9
STORM DRAIN DETENTION WEIR
EACH
$400.00
$3,600 00
$550.00
$4,950.00
17
1
IRRIGATION CLEANOUT 3 IN. DIAM.
EACH
$115.00
$115.00
$135.00
$135.00
18
1,350
PVC IRRIGATION PIPE AND FITTINGS 3 IN DIAM.
L.F
$8.00
$10,800.00
$9.50
$12,825.00
19
280
PVC IRRIGATION PIPE 8 IN. DIAM.
L.F.
$12.00
$3,360.00
$15.40
$4,312.00
20
1,960
PVC IRRIGATION PIPE 121N. DIAM.
L.F
$14.00
$27,440.00
$21.00
$41,160.00
21
660
PLAIN STEEL CULVERT PIPE 0 064 INCH TH , 12 IN. DIAM.
L.F
$25.00
$16,500.00
$35.00
$23,100.00
22
1,340
SCHEDULE "A" CULVERT PIPE 12 IN DIAM.
L.F
$15.00
$20,100.00
$25.00
$33,500.00
23
30
SCHEDULE "A" CULVERT PIPE 24 IN. DIAM.
L.F
$37 00
$1,110.00
$60.00
$1,800.00
24
2,230
SCHEDULE "A" CULVERT PIPE 36 IN. DIAM.
L.F
$50 00
$111,500.00
$45.00
$100,350.00
25
5,000
PIPE BEDDING
TONS
$9.00
$45,000.00
$4.00
$20,000.00
26
7,550
CEMENT CONCRETE BARRIER CURB AND GUTTER
L.F
$7.00
$52,850.00
$5.50
$41,525.00
27
3,300
CEMENT CONCRETE SIDEWALK, 4 INCH THICK
S Y
$19.00
$62,700 00
$17.00
$56,100.00
28
1,160
CEMENT CONCRETE SIDEWALK, 6 INCH THICK
S.Y.
$20.00
$23,200 00
$19.00
$22,040.00
29
416
CEMENT CONCRETE DRIVEWAY, 6 INCH THICK
S Y
$20 00
$8,320.00
$28.50
$11,856.00
30
1
ILLUMINATION SYSTEM
LUMP SUM
$95,000 00
$96,800.00
31
1
TRAFFIC SIGNAL CONTROL SYSTEM
LUMP SUM
$130,000.00
$148,200.00
32
2
MODIFY EXISTING MANHOLE
EACH
$750.00
$1,500.00
$655.00
$1,310.00
33
20
ADJUST MANHOLE TO GRADE
EACH
$185.00
$3,700.00
$520.00
$10,400.00
34
9
MAILBOX SUPPORT TYPE 1-S
EACH
$150 00
$1,350 00
$175.00
$1,575.00
35
8
MAILBOX SUPPORT TYPE 1-D
EACH
$185.00
$1,480.00
$215.00
$1,720.00
Page 2
Sheetl
36
8
MAILBOX SUPPORT TYPE 2
EACH
$185.00
$1,480.00
$295.00
$2,360 00
37
1
STRUCTURE EXCAVATION CLASS A
LUMP SUM
$18,000.00
$4,000.00
$4,000.00
38
1
SHORING OR EXTRA EXCAVATION CLASS A
LUMP SUM
$600.00
$200 00
$200.00
39
720
GRAVEL BACKFILL FOR WALLS
TONS
$10.00
$7,200 00
$17.00
$12,240 00
40
130
CONC CLASS 3000 FOR RETAINING WALLS
C Y.
$400.00
$52,000 00
$360.00
$46,800.00
41
2
CONC CLASS 4000 FOR STAIRS
C Y
$500.00
$1,000.00
$550.00
$1,100.00
42
310
CHAIN LINK FENCE TYPE 4
L.F
$6.50
$2,015.00
$7.50
$2,325.00
43
100
ROCK RETAINING WALL
S Y
$110.00
$11,000 00
$110.00
$11,000 00
44
4
MONUMENT CASE AND COVER
EACH
$190.00
$760.00
$500.00
$2,000.00
ALTERNATE "A" TOTALS
$1,304,779.00
$1,357,430.00
ADJUSTMENT TOTALS FOR ALTERNATE "A" FOR COMPARATIVE PURPOSE
ALTERNATE "A" TOTALS
$1,304,779.00
$1557,430.00
13,900 TONS (CSBC) @ $3.50/TON & 2,000 TONS (CSTC) @ $4.25/TON
$57,150.00
$57,150 00
TOTAL OF ALTERNATIVE "A" (FOR COMPARATIVE PURPOSES)
$1,361,929.00
$1,414,580.00
ALTERNATE B" CONTRACTOR FURNISHED SURFACING MATERIALS
ITEM
QTY
DESCRIPTION
UNIT
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
NO
PRICE
PRICE
PRICE
PRICE
PRICE
PRICE
1
1
MOBILIZATION
LUMP SUM
$66,000.00
2
1
TEMPORARY TRAFFIC CONTROL DEVICES
LUMP SUM
$7,000.00
BID ALTERNATE "A"
BID ALTERNATE "A"
3
3,200
TRAFFIC CONTROL LABOR
HOUR
$26.00
$83,200.00
4
1
CLEARING AND GRUBBING
LUMP SUM
$20,000.00
5
1
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
LUMP SUM
$4,000.00
Page 3
Sheet1
6
13,134
ROADWAY EXCAVATION INCL. HAUL
C.Y.
$6.00
$105,072.00
7
13,900
CRUSHED SURFACING BASE COURSE, FROM STOCKPILE
TON
$12.00
$166,800.00
8
2,000
CRUSHED SURFACING TOP COURSE, FROM STOCKPILE
TON
$13.00
$26,000.00
9
4,700
ASPHALT CONCRETE PAVEMENT CLASS 'B'
TON
$36.00
$169,200.00
10
77,300
SHORING OR EXTRA EXCAVATION CLASS B
S.F
$0 10
$7,730.00
BID ALTERNATE "A"
BID ALTERNATE "A"
11
21
CATCH BASIN 30 IN. DIAM.
EACH
$750.00
$15,750 00
12
1
IRRIGATION WEIR BOX
EACH
$2,000.00
$2,000.00
13
4
MANHOLE 30 IN. DIAM.
EACH
$1,200.00
$4,800.00
14
8
MANHOLE, TYPE 1 - 48 IN. DIAM.
EACH
$2,000.00
$16,000.00
15
7
MANHOLE, TYPE 1 -54 IN. DIAM.
EACH
$2,500.00
$17,500.00
16
9
STORM DRAIN DETENTION WEIR
EACH
$500.00
$4,500.00
17
1
IRRIGATION CLEANOUT 3 IN. DIAM.
EACH
$100.00
$100.00
18
1,350
PVC IRRIGATION PIPE AND FITTINGS 3 IN. DIAM.
L.F
$7 00
$9,450.00
19
280
PVC IRRIGATION PIPE 8 IN. DIAM.
L.F
$20.00
$5,600.00
20
1,960
PVC IRRIGATION PIPE 12 IN DIAM.
L.F
$25.00
$49,000.00
21
660
PLAIN STEEL CULVERT PIPE 0.064 INCH TH., 12 IN. DIAM.
L.F.
$25 00
$16,500.00
22
1,340
SCHEDULE "A" CULVERT PIPE 12 IN. DIAM.
L.F.
$25.00
$33,500.00
23
30
SCHEDULE "A" CULVERT PIPE 24 IN. DIAM.
L.F
$40.00
$1,200.00
24
2,230
SCHEDULE "A" CULVERT PIPE 36 IN. DIAM.
L.F
$50.00
$111,500.00
25
5,000
PIPE BEDDING
TONS
$12.00
$60,000.00
26
7,550
CEMENT CONCRETE BARRIER CURB AND GUTTER
L.F.
$6.50
$49,075.00
Page 4
Sheetl
Page 5
27
3,300
CEMENT CONCRETE SIDEWALK, 4 INCH THICK
S Y
$16.00
$52,000.00
28
1,160
CEMENT CONCRETE SIDEWALK, 6 INCH THICK
S Y
$18.00
$20,880.00
29
416
CEMENT CONCRETE DRIVEWAY, 6 INCH THICK
S.Y
$18 00
$7,488.00
30
1
ILLUMINATION SYSTEM
LUMP SUM
$92,000 00
BID ALTERNATE "A"
BID ALTERNATE "A"
31
1
TRAFFIC SIGNAL CONTROL SYSTEM
LUMP SUM
$125,380.00
32
2
MODIFY EXISTING MANHOLE
EACH
$500.00
$1,000 00
33
20
ADJUST MANHOLE TO GRADE
EACH
$300.00
$6,000 00
34
9
MAILBOX SUPPORT TYPE 1-S
EACH
$225.00
$2,025.00
35
8
MAILBOX SUPPORT TYPE 1-D
EACH
$250.00
$2,000.00
36
8
MAILBOX SUPPORT TYPE 2
EACH
$300.00
$2,400.00
37
1
STRUCTURE EXCAVATION CLASS A
LUMP SUM
$6,500.00
38
1
SHORING OR EXTRA EXCAVATION CLASS A
LUMP SUM
$1,000.00
39
720
GRAVEL BACKFILL FOR WALLS
TONS
$12.00
$8,640.00
40
130
CONC CLASS 3000 FOR RETAINING WALLS
C.Y
$350 00
$45,500.00
41
2
CONC CLASS 4000 FOR STAIRS
C Y.
$400.00
$800.00
42
310
CHAIN LINK FENCE TYPE 4
L.F
$12.00
$3,720 00
43
100
ROCK RETAINING WALL
S.Y
$75.00
$7,500.00
44
4
MONUMENT CASE AND COVER
EACH
$300.00
$1,200.00
ALTERNATE "B" TOTALS
$1,438,310.00
R 2754 - 72ND AVENUE SANITARY SEWER IMPROVEMENTS
Page 5
Sheetl
Page 6
1
1
MOBILIZATION
LUMP SUM
$3,000.00
$10,000.00
$4,000.00
2
1
TEMPORARY TRAFFIC CONTROL DEVICES
LUMP SUM
$1,800 00
$1,000.00
$4,000 00
3
100
TRAFFIC CONTROL LABOR
HOUR
$31 00
$3,100 00
$29.00
$2,900 00
$26.00
$2,600.00
4
6,500
SHORING OR EXTRA EXCAVATION CLASS B
S F.
$0.20
$1,300 00
$0.05
$325.00
$0.10
$650.00
5
50
CRUSHED SURFACING TOP COURSE
TON
$9 00
$450.00
$8.00
$400.00
$12.00
$600.00
6
60
PIPE BEDDING
TON
$10.00
$600.00
$4.00
$240.00
$13.00
$780.00
7
135
PVC SANITARY SEWER PIPE, 4 IN. DIAM.
L.F
$30.00
$4,050 00
$105.00
$14,175.00
$35.00
$4,725.00
8
175
PVC SANITARY SEWER PIPE, 6 IN. DIAM.
L.F
$48.00
$8,400.00
$50.00
$8,750.00
$35.00
$6,125.00
9
5
PVC SANITARY SEWER PIPE, 8 IN. DIAM.
L.F
$110.00
$550.00
$220.00
$1,100.00
$50.00
$250.00
10
1
NEW SANITARY SEWER CONNECTON 6 IN. DIAM.
EACH
$925.00
$925.00
$700.00
$1,000.00
R 2754 SUBTOTAL
$24,175.00
$39,590.00
$24,730 00
STATE SALES TAX (7.6%)
$1,837.30
$3,008.84
$1,879 48
R 2754 TOTAL
$26,012.30
$42,598.84
$26,609 48
BID TOTALS
C 2228 & C 2629 TOTAL.
$1,361,929.00
$1,414,580.00
$1,438,310.00
R 2754 TOTAL
$26,012.30
$42,598.84
$26,609.48
TOTAL BID
$1,387,941.30
$1,457,178.84
$1,464,91948
LOW BIDDER
SECOND LOW
ENGINEER'S ESTIMATE
Page 6
1.5'
SUMMARY OF QUANTITIES
GRouP 1GROUP
C 2228
2
C 2629
ITEM
NO.
TOTAL
QUANTITIES
UNIT
ITEM DESCRIPTION
FEDERAL
FUNDS
YAKIMA CO.
FUNDS
1
1
LS.
MOBILIZATION
0.61
0.39
2
1
LS.
TEMPORARY TRAFFIC CONTROL DEVICES
0.61
0.39
3
3,200
HOURS
TRAFFIC CONTROL LABOR
1950
1250
4
1
LS.
CLEARING AND GRUBBING
0.61
0.39
5
1
LS.
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
0.61
0.39
6
12,600
C.Y.
ROADWAY EXCAVATION INCL HAUL.
7800
4800
7
13,900
TONS
CRUSHED SURFACING BASE COURSE
8400
5500
8
1,000
TONS
CRUSHED SURFAONG TOP COURSE'•
500
500
9
4,700
TONS
ASPHALT CONCRETE PAVEMENT CLASS B
2800
1900
10
77,300
S.F.
SHORING OR EXTRA EXCAVATION CLASS B
43,600
33,700
11
21
EA.
CATCH BASIN 30 IN. DIAM.
12
9
12
1
EA.
IRRIGATION WEIR BOX
0
1
13
4
EA.
MANHOLE 30 IN. DIAM.
3
1
14
8
EA.
MANHOLE, TYPE 1 48 IN. DIAM.
8
0
15
7
EA.
MANHOLE, TYPE 1 54 IN. DIAM.
2
5
16
9
EA.
STORM DRAIN DETENTION WEIR
3
6
17
1
EA.
IRRIGATION CLEANOUT .3 IN. DIAM.
1
0
18
1,350
LF
PVC IRRIGATION PIPE AND FITTINGS 3 IN. DIAM.
1350
0
19
280
LF
PVC IRRIGATION PIPE 8 IN. DIAM.
0
280
20
1,960
LF
PVC IRRIGATION PIPE 12 IN. DIAM.
1330
630
21
660
LF
PLAIN STEEL CULVERT PIPE 0.064 INCH TH. 12 IN. DIAM.
420
240
22
1,340
LF
SCHEDULE "A" CULVERT PIPE 12 IN. DIAM.
1340
0
23
30
LF
SCHEDULE "A" CULVERT PIPE 24 IN. DIAM.
30
0
24
2,230
LF
SCHEDULE "A" CULVERT PIPE 36 IN. DIAM.
775
1455
25
5,000
TONS
PIPE BEDDING
2,500
2,500
26
7,550
LF.
CEMENT CONCRETE BARRIER CURB AND GU' Itit
4535
3015
27
3,300
S.Y.
CEMENT CONCRETE SIDEWALK, 4 INCH THICK
2090
1210
28
1,160
S.Y.
CEMENT CONCRETE SIDEWALK, 6 INCH THICK
535
625
29
330
S.Y.
CEMENT CONCRETE DRIVEWAY, 6 INCH THICK
230
100
30
1
LS.
ILLUMINATION SYSTEM
0.57
0.43
31
1
LS.
TRAFFIC SIGNAL CONTROL SYSTEM
1
0
32
2
EA.
MODIFY EXISTING MANHOLE
0
2
33
20
EA.
ADJUST MANHOLE TO GRADE
7
13
34
9
EA.
MAILBOX SUPPORT TYPE 1—S
5
4
35
9
EA.
MAILBOX SUPPORT TYPE 1—D _..
6
3
36
7
EA.
MAILBOX SUPPORT TYPE 2
1
6
37
1
LS.
STRUCTURE EXCAVATION CLASS A
0.23
0.77
38
1
LS.
SHORING OR EXTRA EXCAVATION CLASS A
0.23
0.77
39
720
TONS
GRAVEL BACKFILL FOR WALL
120
600
40
130
C.Y
CONC. CLASS 3000 FOR RETAINING WALL
0
130
41
2
C.Y.
CONC. CLASS 4000 FOR STAIRS
0
2
42
310
LF
CHAIN UNK FENCE TYPE 4
0
310
43
100
S.Y.
ROCK RETAINING WALL
100
0
44
4
EA.
MONUMENT CASE AND COVER
4
0
R 2754 — SANITARY SEWER QUANTITIES
ITEM
NO.
TOTAL
QUANTITIES
UNIT
ITEM DESCRIPTION
1
1
LS.
MOBILIZATION
2
1
LS.
TEMPORARY TRAFFIC CONTROL DEVICES
3
100
HOURS
TRAFFIC CONTROL LABOR
4
6,500
S.F
SHORING OR EXTRA EXCAVATION CLASS B
5
50
TONS
CRUSHED SURFACING TOP COURSE
6
60
TONS
PIPE BEDDING
7
135
LF
PVC SANITARY SEWER PIPE 4 IN. DIAMETER
8
175
LF
PVC SANITARY SEWER PIPE 6 IN. DIAMETER
9
5
LF
PVC SANITARY SEWER PIPE 8 IN. DIAMETER
10
1
EA.
NEW SANITARY SEWER CONNECTION 6 IN. DIAMETER
R 2754 - SANITARY SEWER IMPROVEMENTS
THE CONTRACTOR SHALL EXTEND EXISTING SIDE SEWERS AT THE FOLLOWING LOCATIONS.
THESE INSTALLATIONS ARE NOT SHOWN ON THE PLAN AND PROFILE SHEETS.
STATION
LOCATION
NEW PIPE
SIIZZEPE•
CONSTRUCTION NOTES
FROM
TO
7+78
22' RT
35' LT
6" PVC
CONNECT TO EXISTING SEWER STUB
9+44
25' RT
35' LT
6" PVC
NEW SANITARY SEWER MAIN CONNECTION
PER UNIFORM PLUMBING CODE.
10+79
22' RT
35' LT
6" PVC
CONNECT TO EXISTING SEWER STUB
13+70
30' LT
35' LT
4" PVC
CONNECT TO EXISTING SEWER STUB
15+79
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
16+75
30' LT
35' LT
4" PVC
CONNECT TO EXISTING SEWER STUB
17+18
23' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
18+98
30' LT
35' LT
4" PVC
CONNECT 70 EXISTING SEWER STUB
20+57
30' LT
35' LT
4" PVC
CONNECT TO EXISTING SEWER STUB
21+92
30' LT
35' LT
4" PVC
CONNECT TO EXISTING SEWER STUB
32+51
30' LT
35' LT
8" PVC
CONNECT TO EXISTING SEWER STUB
34+91
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
35+92
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
36+71
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
36+72
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
36+73
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
37+32
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
38+12
25' RT
35' RT
4' PVC
CONNECT ID EXISTING SEWER STUB
38+76
30' LT
35' LT
4" PVC
CONNECT TO EXISTING SEWER STUB'
39+25
25' RT
35' RT
4" PVC
CONNECT TO EXISTING SEWER STUB
2'-8"x2'-2"
INSIDE FRAME
W/2":2"x1 /4"
ALUM. ANGLES
INSTALL WATERSTDP
AT COLD JOINT.
STREET 13947
VARIES (SLE PLAN
RTGION NO.
10
STATE
WASH.
FEDERAL AID NO.
STPUS-4711(002)
NOTICE TO CONTRACTOR
THE CONTRACTOR IS ADVISED THAT THE LOCATION
AND/OR ELEVATION OF EXISTING UTRJTIES SHOWN
HEREON IS BASED UPON UTILITY INFORMATION OF
RECORD, INFORMATION PROVIDED TO YAKIMA
COUNTY, AND WHERE POSSIBLE. MEASUREMENTS
TAKEN IN THE FIELD. THE CONTRACTOR MUST
CALL THE LOCAL UTILITY COORDINATION COUNCIL
AT LEAST 48 HOURS PRIOR 70 ANY EXCAVATION
TO REQUEST FIELDLOCATIONS OF UTIUTIES. IT IS
THE RESPONSIBIUTY OF THE CONTRACTOR TO
VERIFY PERTINENT LOCATIONS AND ELEVATIONS
ESPECIALLY AT CONNECTION POINTS AND AT
POTENTIAL UTILITY CONFUCTS.
R/1W
3.1
1. 5'
2Z
2° COMPACTED DEPTH
CRUSHED SURFAONG'
- TOP COURSE
0.17' ASPHALT
CONCRETE -CLASS "B"
51'
15'I
1.5 -.—
c CONCRETE
AK
I CEMENT CONCRETE
—CURB & GuTTER
24'
24'
1.5'
-A-4-S- 0.020 FL/FT.
5- 0.020 FT./FT.-..A—s.
0.30' ASPHALT CONCRETE (TWO EQUAL UM') LEVELING COURSE — CLASS "B'
NEARING COURSE — CLASS "B"
1.00' COMPACTED CCM OREM SURFACING BASE COURSE
TYPICAL ROADWAY SECTION
STA 7+09.85 TO STA 22+10.90
STA 29+91.08 TO STA 52+254
UFT1NG HANDLES 3'-4'x3'-0"
2 EACH - x1/4" THICK
ALUM. PLATE.
TOP ELEVATION
1185.00
NEW 12" PVC
IE 1180.50
CONCRETE WEIR BOX
NEW 8" PVC
IE: 1182.61
(FIELD VERIFY)
EXIST. GROUND
Ai PPRO7L LINA
2"x6" PLANKS
SECTION
NEW 5' PVC
EE 1180.83
L4"x4"x1 /4"
STEEL ANGLES
3"x.3/8' CONC.
ANCHOR BOLTS
12" 0.C. TYPICAL
Lrx4"x1/4"
STEEL ANGLES
2"x6" PLANKS
i
9
a
Tco
i
22%
MODIFIED TYPE IL CATCH
BASIN. EUMINA TE BLOCK
OUTS AND INCREASE DEPTH.
NEW 8" PVC
IRRIGATION WEIR BOX
STA 19+80, LT NOT TO SCALA
Y-4"
�--^- SIDEWALK
PLAN
3
I
YAKIMA COUNTY
PUBLIC WORKS DEPT
72ND AVENUE
IMPROVEMENT PROJECT
W NOB HILL BLVD. TO
SUMM/NIEW AVE.
C 2228
C 2629
R 2 754
(
PREPARED UNDER
THE DIRECTION OF:
(509) 988-7000 ♦ FAX (509) 985-3800
DRAWN:
M. T.B.
CHECKED BY:
J.
SCALE
HORIZ. NONE
VERT. NONE
REVISION:
7-28-97
FNAME:: SHEET2.OWG
ROADWAY SECTION
SUMMARY OF
QUANTITIES
SHEET 2 OF 16
o
I
J
14"
I 18"
"
T
22%
MODIFIED TYPE IL CATCH
BASIN. EUMINA TE BLOCK
OUTS AND INCREASE DEPTH.
NEW 8" PVC
IRRIGATION WEIR BOX
STA 19+80, LT NOT TO SCALA
Y-4"
�--^- SIDEWALK
PLAN
3
I
YAKIMA COUNTY
PUBLIC WORKS DEPT
72ND AVENUE
IMPROVEMENT PROJECT
W NOB HILL BLVD. TO
SUMM/NIEW AVE.
C 2228
C 2629
R 2 754
(
PREPARED UNDER
THE DIRECTION OF:
(509) 988-7000 ♦ FAX (509) 985-3800
DRAWN:
M. T.B.
CHECKED BY:
J.
SCALE
HORIZ. NONE
VERT. NONE
REVISION:
7-28-97
FNAME:: SHEET2.OWG
ROADWAY SECTION
SUMMARY OF
QUANTITIES
SHEET 2 OF 16
CITY OF YAKIMA
WASTEWATER DIVISION
DEPARTMENT OF ENGINEERING & UTILITIES
FAX (509) 575-6116 SCAN 278-6077
2220 E. VIOLA, YAKIMA, WASHINGTON 98901
August 27, 1997
Mark Brzoska, P.E.
Project Engineer
Public Works Department
Yakima County
128 North 2nd Street
Room 408
Yakima, WA 98901-2614
Re: R2754 North & South 72nd Avenue
Sanitary Sewer Improvements
City Project 1820
Wastewater 575-6078
Engineering 575-6111
Water/Irrigation 575-6154
Thank you for the opportunity to review the bid results for this
project.
We hereby approve acceptance of the apparent low bidder,
Goodfellow Brothers, Inc. for the sewer project.
Please contact us with the schedule of the pre -construction
meeting.
Sincerely,
Douglas ayo P.E.
Project Engineer
cc: Glen Rice, ACM
Fred French; City Engineer
July 24, 1997
Public Work5
DANIEL L. HESSE, P.E. - DIRECTOR/COUNTY ENGINEER VERN M. REDIFER, P.E. - ASSISTANT DIRECTOR
Doug Mayo
City of Yakima
129 North Second Street
Yakima, WA 98901
128 North 2nd Street, Room 408 Courthouse, Yakima, Washington 98901-2614
MAIN (509) 574-2300 / FAX (509) 574-2301
(Internet Address: www.pan.co.yakima.wa.us)
RE: R 2754 North & South 72nd Avenue
Sanitary Sewer Improvements
Dear Mr. Mayo:
Enclosed is your fully executed copy of the interagency agreement for North & South
72nd Avenue Sanitary Sewer Improvements.
Bids for the project were opened on August 19, 1997, Goodfellow Brothers, Inc. was the
low bidder. The bid amount for the sanitary sewer improvements was $26,012.30. Please
review the enclosed bid tabulations for the sewer improvements and provide written
approval or disapproval of the sewer bids.
If you need any additional information about the project, please give me a call at
574-2312.
Sincerel ,
7 6:-C, 4-,
ark Brzoska, P.E.
Project Engineer
Enclosure
ACCOUNTING
574-2280
ENGINEERING
574-2300
MAINTENANCE PARKS PERMIT SERVICES UTILITIES SOLID WASTE
574-2310 574-2430 574-2360 574-2290 574-2450
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 13
For Meeting Of August 5. 1997
ITEM TITLE: North and South 72nd. Avenue Sanitary Sewer Improvements
SUBMITTED BY: Chris Waarvick, Wastewater Superintendent Cu-'
CONTACT PERSON/TELEPHONE: Chris Waarvick/575-6078
SUMMARY EXPLANATION: The City of Yakima, Wastewater Division, in cooperation with
Yakima County Public Works, is preparing to have approximately 280 feet of side line and/or
collection system installed during Yakima County's R 2754 North & South 72nd Avenue
Sanitary Sewer Improvement Project. It is considered prudent to install this sanitary sewer
pipe in conjunction with the County's project for widening and improving 72nd Avenue
between Nob Hili and Summitview Avenue in order to prevent the future disruption of the
new roadway. All of the proposed sewer pipelines are within the Yakima Urban Area.
The Yakima Wastewater Division has tentatively agreed, subject to Council approval, to pay
for the construction of these improvements from available reserves in the 476 Fund. The
estimated cost is $15,000-$20,000. The City of Yakima Engineering Division has prepared
the necessary Design and Specifications for the anticipated construction. Yakima County
Public Works has included this design in their Plans and Specifications for their project.
Yakima County has prepared an Agreement for Sanitary Sewer Improvements and Funding
setting out the responsibilities, conditions, and methods of payment by the City of Yakima for
the anticipated construction. Upon execution of this agreement, Yakima County will include
the Sanitary Sewer Improvements in the project.
This project has already gone to bid.
Resolution X Ordinance Contract Other (Specify) Agreement for Sanitary Sewer
Improvements and Funding
Funding Source Wastew 476 Fund City Project 1820
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: Adopt the attached resolution authorizing the City Manager to
execute the Agreement.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACTION: