Loading...
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: