Loading...
HomeMy WebLinkAboutR-2005-018 Sanitary Sewer & Domestic Water AgreementRESOLUTION NO. R-2005-18 A RESOLUTION authorizing the City Manager of the City of Yakima to execute an Agreement for Sanitary Sewer and Domestic Water Improvements and Funding between the City of Yakima and the Washington State Department of Transportation (WSDOT) regarding sewer and water mainline construction in conjunction with the SR -24 Reconstruction Project. WHEREAS, the City of Yakima desires to install new sanitary sewer mainline and domestic water mainline during the reconstruction of the SR -24 Interchange Reconstruction Project being constructed by the Washington State Department of Transportation (WSDOT), and WHEREAS, WSDOT is agreeable to the performance and completion of said improvement projects subject to the terms of the attached Agreement for Sanitary Sewer and Domestic Water Improvements and Funding, and WHEREAS, the City of Yakima is willing to fund these sanitary sewer and domestic water improvements in combination with Wastewater Capital funds (Fund 476) and Water Capital Funds (474), and WHEREAS, the City Council deems it to be in the best interest of the City to enter into said Agreement with WSDOT, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated Utility Construction Agreement for Sanitary Sewer and Domestic Water Improvements and Funding with the Washington State Department of Transportation. ADOPTED BY THE CITY COUNCIL this 18th day of January, 2005 ATTEST: Paul P. George, Ma r City Clerk Allah Washington State �1 Department of Transportation Utility Construction Agreement Work by State - Actual Cost Organization and Address CITY OF YAKIMA K. Wendell Adams, P.E. 129 North 2nd Street Yakima, WA 98901 Agreement Number UT 01046 State Route Number 24 Section / Location I-82 to Keys Road - Add Lanes Install water and sewer improvements Control Section Number 3934 Region South Central Region Advance Payment Amount 297,000 THIS AGREEMENT, made and entered into this day of .,1A -Ki , 2005 , between the STATE OF WASHINGTON, Department of Transportation, acting by and through the Secretary of Transportation, by virtue of Title 47 RCW, (hereinafter the "STATE") and the above named organization, (hereinafter the "UTILITY"). WHEREAS, the STATE is planning the construction or improvement of the state route as shown above, and in connection therewith it is necessary to remove and/or relocate or construct certain UTILITY facilities as set forth in the attached plans, and WHEREAS, it is deemed to be in the best public interest for the STATE to include the necessary items of work for relocating and/or constructing the UTILITY's facilities in the STATE's construction contract, and WHEREAS, the STATE is obligated for the relocation of facilities where the UTILITY has a compensable interest in its facilities and right-of-way by virtue of being located on easements or UTILITY owned right-of-way, the UTILITY is obligated to reimburse the STATE for any relocation costs required for facilities not on easements or UTILITY owned right-of-way. NOW THEREFORE, in consideration of the terms, conditions, covenants, and performances contained herein, or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREED AS FOLLOWS. 1 GENERAL Federal -aid Policy Guide - 23 CFR 645A, Subpart A, and amendments thereto, determine and establish the definitions and applicable standards for this AGREEMENT and payment hereunder, and by this reference are incorporated hereby and made a part of this AGREEMENT for all intents and purposes as if fully set forth herein. The STATE, as agent acting for an on behalf of the UTILITY, agrees to do the work in removing, relocating, and/or constructing the UTILITY facilities in accordance and described in the specifications marked Exhibit "A" and plans marked Exhibit "C" attached hereto, and by this reference made a part of this AGREEMENT. Plans, specifications, and cost estimates shall be prepared by the STATE in accordance with the current State of Washington Standard Specifications for Road, Bridge, and Municipal Construction, and amendments thereto, and adopted design standards, unless otherwise noted. The STATE will incorporate the plans and specifications into the STATE's project and thereafter advertise the resulting project for bid and, assuming bids are received and a contract is awarded, administer the contract. The UTILITY hereby approves the plans and specifications for the described work as shown on Exhibits "A" and "C". The UTILITY may, if it desires, furnish an inspector on the project. Any costs for such inspection will be borne solely by the UTILITY All contact between said inspector and the STATE's contractor shall be through the STATE's representatives. The UTILITY agrees, upon satisfactory completion of the work involved, to deliver a letter of acceptance which shall include a release and waiver of all future claims or demands of any nature resulting from the performance of the work under this AGREEMENT DOT Form 224-062 EF Revised 3/00 If a letter of acceptance is not received by the STATE within 90 days following completion of the work, the work will be considered accepted by the UTILITY and shall release the STATE from all future claims and demands of any nature resulting from the performance of the work under this AGREEMENT. The UTILITY may withhold this acceptance of work by submitting written notification to the STATE within the 90 day period. This notification shall include the reasons for withholding the acceptance. 11 PAYMENT An itemized estimate of cost for work to be performed by the STATE marked Exhibit "B" is attached hereto, and by this reference made a part of this AGREEMENT. The UTILITY, in consideration of the faithful performance of the work to be done by the STATE, agrees to reimburse the STATE for the actual direct and related indirect cost of all work which is the financial responsibility of the UTILITY as defined in Exhibits "A" and "B". Partial payments shall be made by the UTILITY, upon request of the STATE, to cover costs incurred. These payments are not to be more frequent than one (1) per month. It is agreed that any such partial payment will not constitute agreement as to the appropriateness of any item and that, at the time of final audit, all required adjustments will be made and reflected in a final payment. The UTILITY agrees to make payment for the work to be done by the STATE within thirty (30) days from receipt of billing from the STATE. The UTILITY agrees to pay the STATE the "Advance Payment Amount" stated above within 20 days after the STATE submits its first partial payment request to the UTILITY. The advance payment represents approximately fifteen (15) percent of the estimate of cost for which the UTILITY is responsible, and covers costs incurred by the STATE in the initial stages of the project. The advance payment will be carried throughout the life of the project with final adjustment made in the final payment. ul EXTRA WORK In the event unforeseen conditions require an increase in the UTILITY's cost obligation of 25 percent or more from that agreed to on Exhibit "B", this AGREEMENT will be modified by supplement AGREEMENT covering said increase. In the event it is determined that any change from the description of work contained in this AGREEMENT is required, approval must be secured from the UTILITY prior to the beginning of such work. Where the change is substantial, written approval must be secured. Reimbursement for increased work and/or a substantial change in the description of work shall be limited to costs covered by written modification, change order, or extra work order approved by the UTILITY. IV SALVAGE All materials removed by the STATE shall be reclaimed or disposed of by the STATE and shall become the property of the STATE. If the UTILITY desires to retain these materials, and the STATE concurs, the UTILITY shall reimburse the STATE an amount not less than that required by the Federal -aid Policy Guide - 23 CFR 645A, Subpart A. V BETTERMENTS If adjustment of the UTILITY's facilities does constitute a betterment as defined in Federal -aid Policy Guide - 23 CFR 645A, Subpart A, the betterment credit will be included in the estimate of cost. VI ACCRUED DEPRECIATION If adjustment of the UTILITY'S facilities does involve a credit due for the accrued depreciation of the facility being replaced, this value will be included in the estimate of cost. VII COMPLIANCE The UTILITY agrees to comply with all applicable requirements of the STATE which shall be in accordance with the Utilities Accommodation Policy, Chapter 468-34 WAC, and amendments thereto, and said policy and amendments are hereby incorporated in and made a part of this AGREEMENT for all intents and purposes as if fully set forth herein. VIII RIGHT OF ENTRY The UTILITY hereby grants and conveys to the STATE the right of entry upon all land which the UTILITY has interest, within the right-of-way of the highway, for the purpose of improving and/or constructing said highway. As noted in Exhibit "A" the UTILITY will, after relocation and/or adjustment of their facilities, execute and deliver to the STATE a quit claim deed removing all UTILITY interests from within the STATE's right-of-way. Upon completion of the work outlined herein, all future operation and maintenance of the UTILITY's facilities shall be at the sole cost of the UTILITY and without expense to the STATE. IX EASEMENT, PERMIT, OR FRANCHISE The STATE will issue the UTILITY an easement, permit, or franchise, as provided in Exhibit "A", for those UTILITY facilities which remain on or cross the STATE's right-of-way following completion of the work outlined herein. X LEGAL RELATIONS The UTILITY shall indemnify and hold the STATE and its agents, employees, and/or officers harmless from and shall process and defend at its own expense any and all claims, demands, suits at law or equity, actions, penalties, losses, damages, or costs, of whatsoever kind or nature, brought against the STATE arising out of, in connection with, or incident to the execution of this AGREEMENT and/or the UTILITY's performance or failure to perform any aspect of this AGREEMENT. Provided, however, that if such claims are caused by or result from the concurrent negligence of (a) the UTILITY and (b) the STATE, its agents, employees, and/or officers, this indemnity provision shall be valid and enforceable only to the extent of the negligence of the UTILITY, and Provided further, that nothing herein shall require the UTILITY to hold harmless or defend the STATE, its agents, employees, and/or officers from any claims arising from the sole negligence of the STATE, its agents, employees, and/or officers. IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT as of the day and year first above written. UTILITY By "eichfvt..i, A. 2,9 -/S) --ire. Title I Ty /1-7/4/y/46-&--, Date DOT Form 224-062 EF Revised 3/00 191 STATE OF WASHINGTON DEPARTMENT OF TRANSPORTATION By Title South Central Region Administrator .� , zoo AGREEMENT UT 01046 EXHIBIT "A" City of Yakima Water & Sewer Improvements The work proposed under this Agreement proposes the improvement of domestic water and sanitary sewer systems across highway SR 24 in the 1-82, Nob Hill Interchange area. Work to be performed by the Local Agency Exhibit "C", 1. Design the improvements and secure all environmental clearances, rights of way and necessary permits for the installations. 2. Prepare Plans, Specifications and Estimate (PS&E) for the improvements 3. Provide to the STATE the completed PS&E. 4. Review the incorporated PS&E as part of the STATE's contract advertising plans. 5. Be available to assist the STATE for construction questions and any major change reviews and approvals that may be necessary. 6. Construct the portion of the water main north of, and including the butterfly valve at Sta. 17+75. This work must be completed prior to or concurrent with the completion of the STATE's portion of the water main, to allow immediate connection, testing, sanitization, and operation of the facility. 7. Assist with water shutdown for change -over to new main. Work to be performed by the State GENERAL 1. Incorporate the LOCAL AGENCY PS&E into the STATE's PS&E. 2. Advertise, award and administer the combined contract. Exhibit "C", Sheets 2 of 4 Sheets — Water main 1. Install 177 LF of 24 inch casing by boring or jacking. 2. Install 93 LF of casing by trench excavation. 3. Install 498 LF 12 inch ductile iron water main with 2 butterfly valves, 2. 45° elbows and thrust blocks. 4. Cap irrigation service at crossing and coordinate LOCAL AGENCY irrigation system reconnection. 5. Test and sanitize water main. 6. Connect to existing 12 inch ductile iron water main at each end and coordinate switchover. Agreement UT 01046 Exhibit "A" Sheet 1 of 2 Sheets Exhibit "C", Sheets 3 and 4 of 4 Sheets — Interceptor Sewer 7. Install 280 LF of 60 inch casing by boring or jacking. 8. Install 4,312 LF, 36 inch diameter gravity flow concrete sewer pipe with manholes in accordance with STATE Franchise # UF 50199. 9. Connect at south end and place temporary cap at north end. 10. Install side connections and appurtenances and fill to achieve minimum pipe cover. 11. Adjust water valve(s), meter(s), fencing and drainage as required. 12. Test sewer pipe. 13. Dress final slopes, provide re -vegetation, in-kind erosion control and associated work. Right of Entry Article VIII —Right of Entry is supplemented to provide that the UTILITY hereby grants and conveys to the STATE the right of entry upon all land which the UTILITY has interest for the purpose of connecting to existing UTILITY lines. Franchises and Permits The water and sewer facilities constructed under this AGREEMENT will be situated along and across STATE right of way. When the work is completed the STATE shall issue one Franchise for the sewer line and one Franchise or Permit for the water main, allowing the facilities to occupy the STATE's Limited Access right of way. Agreement UT 01046 Exhibit "A" Sheet 2 of 2 Sheets AGREEMENT UT01046 EXHIBIT "B" - COST ESTIMATE SR 24, MP 0.00 TO MP 1.50 CITY OF YAKIMA - WATER & SEWER Item Description Quantity Unit Cost Estimate Unit Price Amount Mobilization @ 6% LS LS LS $123,688 SEWER LINE WORK Earthwork Clearing and Grubbing 1 LS $8,000 $8,000 Roadway Excavation and Embankment Embankment 900 CY $12 $10,800 Removal of Structures and Obstructions Removal of Structures and Obstruction 1 LS $9,500 $9,500 Storm Sewers Concrete Culvert 24" In. Diam. 30 LF $90 $2,700 Test Storm Sewer Pipe 30 LF $10 $300 Manholes, Inlets, Catchbasins, and Drywelis Manhole 48 In. Diam. 1 EA $5,000 $5,000 Manhole 60 In Diam. 15 EA $7,000 $105,000 Manhole 72 In. Diam. 1 EA $9,100 $9,100 Manhole 84 In. Diam. 1 EA $12,500 $12,500 Manhole Additional Height 60 In. Diam. 12 VF $500 $6,000 Concrete Inlet 1 EA $600 $600 Shoring 11000 SF $1 $11,000 General Pipe Installation Requirements Plugging Existing Pipe Plugging Existing 8" Concrete Culvert 1 EA $500 $500 Commercial Concrete 40 CY $150 $6,000 Structure Excavation Class B 36" RCP Sewer Pipe 3900 CY $15 $58,500 15" RCP Sewer Pipe 35 CY $12 $420 8" RCP Sewer Pipe 55 CY $10 $550 60" Steel Casing 90 CY $18 $1,620 24" RCP Culvert Pipe 15 CY $14 $210 12" DIP Water Pipe 50 CY $20 $1,000 Structure Excavation Class B Incl. Haul 36" RCP Sewer Pipe & Manholes 4300 CY $20 $86,000 15" RCP Sewer Pipe 15 CY $17 $255 8" RCP Sewer Pipe 15 CY $16 $240 60" Steel Casing 100 CY $23 $2,300 24" RCP Culvert Pipe 15 CY $20 $300 Shoring 36" RCP Sewer Pipe 30000 SF $1 $30,000 15" RCP Sewer Pipe 450 SF $1 $450 8" RCP Sewer Pipe 650 SF $1 $650 60" Steel Casing 700 SF $1 $700 24" RCP Culvert Pipe 75 SF $1 $75 12" DIP Water Pipe 375 SF $1 $375 1/11/2005 1 of 2 CityOfYakExhB.XLS AGREEMENT UT01046 EXHIBIT "B" - COST ESTIMATE SR 24, MP 0.00 TO MP 1.50 CITY OF YAKIMA - WATER & SEWER Item Description Quantity Unit Cost Estimate Unit Price Amount Water Mains Ductile Iron Pipe for Water Main 12 In. Diam. 20 FT $200 $4,000 Valves for Water Mains Comb. Air Release/Air Vacuum Valve Vault 1 LS $6,000 $6,000 Service Connections Service Connection 2 In. Diam. 1 EA $4,000 $4,000 Sanitary Sewers Reinf. Conc. Sewer Pipe 36 In Diam. 4000 LF $150 $600,000 Testing 36" Sewer Pipe 4300 LF $7 $30,100 Removal and Replacement of Unsuitable Material 2000 CY $32 $64,000 Side Sewers Conc. Sewer Pipe 8 In Diam. 68 LF $60 $4,080 Conc. Sewer Pipe 15 In Diam. 42 LF $80 $3,360 Testing Side Sewer Pipe 110 LF $10 $1,100 Removal and Replacement of Unsuitable Material 30 CY $34 $1,020 Roadside Restoration Seeding, Fertilizing, and Mulching 1 ACRE $1,900 $1,900 Tree Planting 4 EA $250 $1,000 Chainlink Fence and Wirefence Chain Link Fence Type 2 120 LF $15 $1,800 Double 20 Ft. Chain Link Gate 2 EA $400 $800 Tunneling and Steel Casings Steel Casing 60" In Diam. for Tunneling 245 LF $1,500 $367,500 Steel Casing 60" In Diam. At Water Line Crossing 20 LF $200 $4,000 WATER MAIN WORK Butterfly Valve 12 In. 1 EA $1,300 $1,300 Ductile Iron Pipe for Water Main 12 In. Diam. 497 LF $40 $19,880 Furnishing & Boring 24" Steel Casing Pipe 172 LF $265 $45,580 Furnishing & Placing 24" Steel Casing Pipe 98 LF $40 $3,920 Other Traffic Control Labor 180 HR $35 $6,300 Traffic Control Supervisor LS LS LS $723 Structure Excavation Class B Incl. Haul 206 CY $15 $3,090 SUBTOTAL $1,669,786 Wa. State Sales Tax @ 7.9% $131,913 $1,801,699 Engineering @ 10% $180,170 AGREEMENT TOTAL $1,981,869 Overhead expenses will not be charged Reciprocal Overhead Agreement OH 00162 is in effect. 1/11/2005 2 of 2 CityOfYakExhB.XLS BEGIN CONSTRUCTION STA. I-82 220+77.49 MP 34.03 Sfrp ' Sevve-pe., 3b -Sial . 1, t . BEGIN F.A. BEGIN PROJECT SR 24 MP -0.15 L 49+80.00 P.O.T. To13N0 Ro19Eo W.M. W�i'fr"1� M A -I hi I Z- I N. Di A-t✓I . YAKIMA SPORTSMAN STATE PARK I I! END CONSTRUCTION STA. RS EXIST. BRIDGE •24/I TO BE REMOVED HSN LINE ♦ HSW LINE ©r O V A K O u V U C/"1 END CONSTRUCTION STA. I-82 300+04.19 MP 35.54 FILE NAME TIME K;\L3549\dgn\2003_Design\plans \I3549vic.dgn 09:35:34 AM W BIRCHPIELD RD BRIDGE INCLUDED 1N PROJ WETLANDS VIOLA AVE. 279+77.10 L 280+01.60 P.O.T. (AHD.1 X ST. BRIDGE •24/5 TO BE REMOVED 0 0 29 28 �o 32 33 TLANDS r Z m END F.A. END PROJECT SR 24 MP 1.48 L 135+33.93 P.O.T. 0 500 1000 SCALE IN FEET BEGIN CONSTRUCTION STA. RS 44+22.08 DATE 09/16/2004 REGION N0. STATE 10 WASH DESIGNED BY G ELDER ENTERED BY CHECKED BY J PETTY JOB NUMBER FED.AID PROJ.NO. R MELOY PROJ. ENGR. K GRANT REGIONAL ADM. D WHITEHOUSE REVISION DATE BY CONTRACT N0. LOCATION N0. P.E. STOP BOX DATE P.E. STAMP 80% GATE I/ Washington State Department of Transportation r AGREEMENT UT1 CITY OF YAKIMA WATER & SEWER EXHIBIT "C" SHEET 1 OF 4 N 1 STEEL 71 LID STA 18+05 S00"46'39"W EDGE OF PAVEMENT STA 21+11.2 CW 17+90.30 P.O.T. -PLANTER-- PP STA 17+75.00 K 0 ;UY ELECTRIC "METER BOX STEEL LID 0 CONSTRUCTION NOTES 0 CONSTRUCT NEW 12" CLASS 52 DUCTILE IRON WATER MAIN PER CITY OF YAKIMA STANDARD. © INSTALL 12" MJ BUTTERFLY VALVE wl GRIP RINGS. C. cry 1-0 r°e (--' -rt-4 { ', mac-' id— 5 -r-A--re- -re) Goal 1,1 INSTALL 24" STEEL CASING PIPE PER PROJECT DETAIL. 12" CLASS 52 DI WATER MAIN WITHIN CASING SHALL BE MECHANICALLY RESTRAINED USING FIELD-LOK GASKETS OR APPROVED EQUAL. O INSTALL 12" MJ DI 45° ELBOW w/ GRIP RINGS & CONSTRUCT CONCRETE THRUST BLOCK PER CITY OF YAKIMA STANDARD. 10 INSTALL 12" MJ DI 45° ELBOW & 12" BUTTERFLY VALVE wI GRIP RINGS & CONSTRUCT CONCRETE THRUST BLOCK PER CITY OF YAKIMA STANDARD & CONNECT TO EXISTING 12" DI WATER MAIN WITH MECHANICAL JOINT & GRIP RINGS. ADD 1" TOP TAP TO RELIEVE AIR. ABANDON TAP w/ BRASS PLUG AFTER TESTING. 11 CONTRACTOR TO CAP EXISTING IRRIGATION SERVICE AT NEW WATER MAIN AND COORDINATE wl CITY OF YAKIMA FORCES TO RECONNECT IRRIGATION SERVICE AND BACKFLOW ASSEMBLY. 4' BURIED FIBER OPTIC SIGN LINE RUNS EAST AND WEST STA 22+71.6 1024 7C1 w 1016 1008 1000 INV ELEV: 999:00 24" STEEL CASING PIPE GUARD RAIL • w � trche40 It. GUARD RAIL x 5.5 CHAIN LINK R/W FENCE X / APPROX FINISH GRADE SR24 CL CL Ui0) N W CO hi 12" DIA D.I:WATER MAIN. ///®//////J//////®////////////////////////////////////////// 18+00 FILE NAME 04100STP2.DWG L=315.00 19+00 20+�o /////////////' .iff// IN TIME 12:00:00 DATE PLOTTED BY 12-8-2004 HOMER REGION NO. STATE 10 WASH DESIGNED BY DFORD ENTERED BY X J08 NUMBER FED.AID PROJ.NO. CHECKED BY RJD PROJ. ENGR. DFORD RFGIONAI AD)M. X RF VISION nATF RY CONTRACT NO. LOCATION NO. DATE .21+00 X -X VRA X X ---_ 5 EXISTING GRADE a( WATER MAIN 12" DIA D.I. WATER MAIN x NOTES NEW WATER MAIN SHALL MAINTAIN A MINIMUM OF 4.5' OF COVER. L=181.57 DATE 22+00 WAP Washington State Department of Transportation } .0 ler gi 0 .. z co W Li . CV in CV .00 . Z. AGREEMENT UT1046 CITY OF YAKIMA WATER & SEWER EXHIBIT "C" SHEET 2 OF 4 1024 1016 1008 1000 PLOT1 CY1 SHEET OF SHEETS DRAWING INDEX SHEET NO. DRAWING NO. TITLE CITY OF YAKIMA PHASE 1 SPEEDWAY INTERCEPTOR GENERAL 1 G-001 DRAWING COVER 2 G-002 GENERAL NOTES AND DRAWING INDEX 3 G-003 LEGEND AND ABBREVIATIONS 4 G-101 DRAWING KEY CIVIL 5 C-101 PLAN AND PROFILE STA 1+00 TO STA 5+50 6 C-102 PLAN AND PROFILE STA 5+50 TO STA 10+00 7 C-103 PLAN AND PROFILE STA 10+00 TO STA 14+50 8 C-104 PLAN AND PROFILE STA 14+50 TO STA 19+00 9 C-105 PLAN AND PROFILE STA 19+00 TO STA 23+50 10 C-106 PLAN AND PROFILE STA 23+50 TO STA 28+00 11 C-107 PLAN AND PROFILE STA 28+00 TO STA 32+50 12 C-108 PLAN AND PROFILE STA 32+50 TO STA 37+00 13 C-109 PLAN AND PROFILE STA 37+00 TO STA 41+50 14 C-110 PLAN AND PROFILE STA 41+50 TO STA END STA 44+12 15 C-111 PLAN AND PROFILE MH 112 & MH 114 STUBOUTS 16 C-112 PLAN AND PROFILE MH 116 STUBOUT 17 C-113 PLAN AND PROFILE WATERLINE MODIFICATION (NOT INCLUDED) 18 C-401 WEST DIVERSION STRUCTURE CONNECTION (NOT INCLUDED) 19 C-501 MANHOLE DETAILS 20 C-502 MANHOLE DETAILS 21 C-503 STANDARD DETAILS 22 C-504 CHAIN LINK FENCE AND GATE DETAILS 23 C-505 WATER MANHOLE DETAILS (NOT INCLUDED) VICINITY MAP NO SCALE FILE NAME 132965—PH1_G-001 dwg TIME DATE 12/17/04 RECON STA TT NO 10 WASH DESIGNED BY RLB ENTERED BY CJC, VEE JOB NUMBER FED AID PROJ NO CHECKED BY KSH PROJ ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO LOCATION NO Exrms 02,2612005 Ef • BLACK & VEATCH Black & Veatch Corporation s_ .. rvwro..T Washington State Department of Transportation AGREEMENT UT1046 CITY OF YAKIMA WATER & SEWER EXHIBIT "C" SHEET 3 OF 4 R \\\` N's>, �V ,rE, NN -V 1g• 15+50 ..11.11T111.eMimmuniaM111111111mmoRIVIA.24.1 ELECMC SIGNAL 801 EOG Or PAVEMENT MOOT .RIM TWEE LIMITS - RO SU'FACE RESTORATION MSOOT RIM TUNNEL LIMITS - NO SURFACE RESTORATION PLAN SCALE' 1' x'20' 0 4 WSDOT RIR - UNIMPROVED DETAIL 'C', DRAPING C-503 WIRIll �f ! ____ _ i�tl��li��ir_i �!! lii!!ii i N w! •ifw+fi ii!•r�lliiiii�il wwi�i•'rn�iiti _moi—��ill�l—i iii!!! !ill.Nfaf N OH; _},►:a—w0�iilli��i�i�ii i�i���it/�i iit•fa aiwl=taFt1•.Jf•ii!lili�i��+= �C�T._ T�'S3:��[.Yb-aS'1S/�iN�t♦iiws !MN W.lw�i llMi� i>•— .J 11=mss VAi/,I.'■ IN7✓/I.i�lWi.7Aii f', w • iit� =IR a-fafT•'few•1`ii iiirti! �—V /S•A-t•L�:i , ar.>!-i�� iif? i• !!! iiliiiw�wwti_ti7[. �NMlt�� !li!WMt�wC -,,�� NNW 1•11111111M REMIWININIINII UM WIN. Pill IN4 Mil RA: IlliNI IIM '� r Fi�"•�IRiit. 'Jia— __il____��� T! L - _ �ANNIK ��ii1'.fi— Vii!=ala mimom t �1'l�liii �— /�� f7.7l. i.��fl�i�f� �� lii0i�NM 1-T3•l��i it ta t♦I:I.1iw'"l:t•ii�fE!! iiii�iiiiiii�7illil �iiN,KA 11oWnl�wlii iwffill�..I♦t f� ..it, ��. viii iil�il �_____—.7J�iiNFNAA:4•WiYl�iiri— ii��.il�.l�f•!•+yf�l^^1J�-��=L i ii' �!•t �—liiInIll wTY� — ilii illi ifa. A . W�.� ���r r.�•.;rR.,1_•_ — -- fa �wiaiili♦��wi�talii�» iiii��lit•�I�—'_— NM w���/li�ii/liiiiw�WWIifl!R. l ..M, "^t CLCI'.ti�i--i liii•i.� iww_iiirii iliit•iliiiii ���r.4�ft�•ire�t•11�i�,i� wt•IIIO—. ilii iMIMI—l. �ii� =f iaiIS ORR Mai r� � � �. ilii ia'_____ iii! l��i_i_i_!i_i_ �iiif_it�i _ ii 7..�iGr.\ ---—lii=�iiwA NINNININEN•R� lite!! - i'Ai i nMI��wt•�� !i i i�.f —x fa MM=�Tii!iii—i--1=—i�ili--i—iili�� -._ W ��i EMIR .-...5o a7 l• MN �i f� !• ' ii MON MN Mil Wain w�iil�i! �d�i %�— _ — i�t1 ---- _=, i��ilil�iiiill ilii ta• ll�l�l ii— N wt•B IME l�ii! illi �iiii WWII •.f. liil�l�wf� id�li iw/MNNI--iiil�� ii i WIN — illii�i if•tn --li ii!!� i—i — \ rtaiii�iiii REIN MI wi iii! iliii��li i��iiiiii�i �fi --.• �l llil�ii iii 111.• .=.....' 'ii��lilii•�fii �l if NMI MO wi�ii'—.I-f•:4L: ./i•:1M.».7�i' .=...7ii_•.i,�i• fii�.l�t ii�t� ii�f� rill AW **mo.fW-- 1 .'- i.�i��.iY/.i�/�Wr�fiMN —fillilii ii�d iii. MO MN i•:•Df.'..T7I=C•l:..1t.•fftit;lWSi►�Jir— lilt—lilf—■-ill ill iiwffl w�,i��fi!li�i>+�liiI�i!lil�if�f UNININRINIi MW NU IMO 1�.��ii �i'�iii"�ilii 1:=: --Niel— ANNININ 10 iiw�l�iii��imif--ii�l����� ��iii���wiii��. �RiiiliO�iii ��rl pons in Rl - - - 11111111•1=1 WIN lf��l� �r-'f!L#�:s�,i,= iii ■moi ��!! i1�..R1i•rrr��tir�itl�f♦i ii�ii/�fiil,I� . — ■_—moi! �.�..n 1'J.71..• iiiiii� w f}S'..�5`�L•=E'r� ill �••.I. .,u •.- it i4NIi ...-- i1A"T►! r.1� ii�llill Oa MI sl'V.i 11.1=i��•wr( iii i i�NRIAM :7'T iliiWINII .. / • ,1' f� ■�w�i���lwi��ii��i ��iiYYf.•i,r7wi�i .-.__ rrr�rff�rr� ���..�� mow. �.■fa�f��l� � >rt�r� ill rlr. r.i>i1,11� lil�f�i �! • ii��i—INN MIMI --- NIMINIM -- -- liiw��t��iii� ---- r•�iiGf�i���a _a•••••• ter_ •���� ----moi il�wl�ii i liW/� __•__�l��iil ��f�ii��ii Mt�=��� l ill iii iiii� =WIN IRONER i �ii��\ I��•'.•k1%7",t7►1�.�0.��i �i Mf�ilii ii =ME ililliiiliiliIMMO it�A���,,.+.^��•L-Ch,�a,,+'++--�RR�illlii t•�filii�lltlrtrill��wisi Yv.i�� .—!���iiii lam= liWWII '.s 1. .:I.1I.t= �wiilli—i—ilii iiiiiili_�iiil illi i�wf Ali iii��ii�i ill�lili iii�llii il ���l l�fiil�ilw� �iliiiw��'l �ONs 0.1 to 0) M 0) r f• r !� FILE NAME 132965-P&P-Phl TIME 8:00 AM DATE 12/17/04 O t 1f 1•- O O O OO O O O O O O O O O O O O O O O O O O 0V 7 M) 03 0D O N Y 03 Op O N 1- CO 0D O N !t O 03 t + + + t t t t t t t t t t t t t t t t t t t 11' M Y a 10 b h 10 10 m (D CO m CO ti t >\ 03 03 03 DESIGNED BY RLB ENTERED BY VEE, CJC CHECKED BY KSH PROJ. ENGR. REGIONAL ADM. REVISION REGION NO. 10 STATE WASH DATE BY JC8 NUMBER CONTRACT NO. FED.AID PROJ.NO. LOCATION NO. PROFILE SCALE' 1' = 20' WRIT 0 20• a' 1' = 5' VERT m5 If • BLACK & VEATCH Black & Watch Co(poration RR..Itl., Waiiito.,a Washington State Department of Transportation AGREEMENT UT1: CITY OF YAKIMA WATER & SEWER EXHIBIT "C" SHEET 4 OF 4 I'T'EM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of January 18, 2005 Adoption of Resolution Authorizing Agreements with Washington State Department of Transportation (WSDOT) to include Wastewater and Water Mainline Improvements to SR -24 Reconstruction Project. illiam Cook, Dept. CONTACT PERSON/ I ELEPHONE: of Community and Economic Development K. Wendell Adams, P.E., City Engineer Engineering Division Manager / 575-6111 SUMMARY EXPLANATION: WSDOT is preparing to advertise bids for the SR -24 Reconstruction Project that will rebuild the access ramps and the bridge that crosses the Yakima River, along with a roadway extension/widening to the east. WSDOT is preparing plans, specifications, and estimates to go out to bid on this project the first week of February this year. It is considered opportune to install sanitary sewer and waterline improvements in conjunction with the WSDOT project in order to remove the obstructions of existing utilities and to extend needed sewer and water facilities. The City of Yakima Engineering Division has prepared the necessary design and specifications for the anticipated construction. WSDOT will include this design in their plans and specifications if the agreement is approved. . The City of Yakima has agreed to pay WSDOT the cost for constructing these improvements using funds from the Wastewater 476 Fund and the Water/Irrigation 474 Fund. WSDOT has prepared a Utility Construction Agreement for Sanitary Sewer Improvements / Water Mainline Improvements and Funding setting out the conditions for and methods of payment by the City of Yakima for the anticipated construction. The estimated cost to install sewer and water mainlines along Interstate 82 and SR -24 is $1,981,869. This project will commence upon execution of these agreements and upon successful bids received by the WSDOT Resolution X Ordinance _ Contract X Other (Specify) Funding Source Water Division 474 Funds, and Wastewater Division 476 Funds APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt the attached resolution authorizing the City Manager to execute this Agreement. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2005-18