HomeMy WebLinkAboutR-1997-065 Yakima Interurban Electric RailroadRESOLUTION NO. R-97-65
A RESOLUTION authorizing the City Manager and the City Clerk of the City of
Yakima to enter into the attached Yakima Interurban Electric
Railroad Relocation Construction Agreement with the Washington
State Department of Transportation and Yakima Interurban Lines
Association (YILA) for the purpose of relocation of a portion of the
Yakima to Selah Electric Railroad.
WHEREAS, the State has an upcoming project to improve access from the City
of Yakima to the City of Selah titled "SR 82 to Selah"; and
WHEREAS, widening of SR 823 will require the relocation of a portion of the
Yakima to Selah Electric Railroad; and
WHEREAS, the Electric Railroad is operated by YILA under the terms contained
in the "Electric Railroad Lease, Operating, and Indemnification Agreement" with the
City; and
WHEREAS, it has been determined that the State shall enter into a relocation
Agreement with the City, as owners of the facility and YILA as operators of the system; and
WHEREAS, the State is obligated for the cost of the relocation; and
WHEREAS, the City hereby authorizes YILA to receive reimbursement for all
eligible costs incurred by YILA under this Agreement; and
WHEREAS, the City, YILA, and the State now wish to define the division of
responsibilities for relocation; and
WHEREAS, the City Council deems it to be in the best interest of the City of
Yakima to enter into the attached Agreement with the Washington State Department
of Transportation and YILA, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager and the City Clerk are hereby authorized and directed to
execute the attached and incorporated "Yakima Interurban Electric Railroad
Relocation Construction Agreement" between the City of Yakima, the Washington State
Department of Transportation, and the Yakima Interurban Lines Association for the
purpose of relocation of a portion of the Yakima to Selah Electric Railroad.
ADOPTED BY THE CITY COUNCIL this 6th day of MaY , 1997.
ATTEST:
City Clerk
11102,,/f,fflltt' rt ml,xanon/Pm
Buchanan, Mayor
GCA -0605
Yakima Interurban Electric Railroad Relocation
Construction Agreement
This Agreement, made and executed this 2321> day of (e/ ,
1997, by and between the STATE OF WASHINGTON, Department of
Transportation, acting through the Secretary of Transportation
hereinafter called the STATE, the City of Yakima, hereinafter called the
CITY, and the Yakima Interurban Lines Association hereinafter called
YILA.
WHEREAS, the STATE has an upcoming project to improve access
from the City of Yakima to the City of Selah titled "SR 82 to Selah", and
WHEREAS, widening of SR 823 will require the relocation of a
portion of the Yakima to Selah Electric Railroad, and
WHEREAS, the Electric Railroad is operated by YILA under the
terms contained in the "Electric Railroad Lease, Operating, and
Indemnification Agreement" with the CITY, and
WHEREAS, it has been determined that the STATE shall enter
into a relocation AGREEMENT with the CITY, as owners of the facility
and YILA as operators of the system, and
WHEREAS, the STATE is obligated for the cost of the relocation,
and
WHEREAS, the CITY hereby authorizes YILA to receive
reimbursement for all eligible costs incurred by YILA under this
AGREEMENT.
WHEREAS, the CITY, YILA, and the STATE now wish to define the
division of responsibilities for relocation.
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:
I
GENERAL
Plans, specifications and cost estimates for the relocation of the Electric
Railroad shall be prepared by the STATE, for that portion of the work to
be done by the STATE. Prior to the beginning of work, the CITY Engineer
must review and approve the STATE'S plans and specifications. The CITY
Engineer shall have 14 days from the receipt of the plans to provide
written acceptance of the design.
The specifications marked "Exhibit "A" and the plans marked Exhibit "C"
depict the work covered by this AGREEMENT and are attached hereto
and by this reference made a part of this AGREEMENT.
YILA shall remove materials from the existing Electric Railroad in the
area to be relocated as shown on Exhibit "A" and Exhibit "C" and make
the property available to the STATE's contractor on or before July 11,
1997. If the removal does not take place on or before that date, the
STATE shall have the right to remove the materials. The removed
materials shall be stored at a location as to not interfere with the work
to be performed by the STATE's contractor. YILA shall make every
reasonable attempt to protect and secure the removed materials. The
removed materials shall be reused in the reconstruction of the tracks and
electrical system wherever practical to retain the historic value of the
facility.
The STATE shall construct the new Electric Railroad alignment including
the construction of the subgrade and the placement of ballast and make
available to YILA as shown in the specifications marked Exhibit "A" and
the plans marked Exhibit "C".
Page 2 of 8
(110agr/elec9lc rr relocatlon/rlp
Aptll21. 1997
YILA shall construct the siding spur of approximately 320' in length at
the location shown on Exhibit C, sheet 1 of 5. If for any reason
construction of the siding spur is not feasible at this location, the
STATE shall construct an equivalent siding spur at an alternative
location as agreed by the parties. The removed materials from the
existing switch in the vicinity of Southern Avenue shall be reused in the
reconstruction of the tracks and electrical system wherever practical to
retain the historic value of the facility.
II
PROPERTY
The CITY shall transfer by Quitclaim Deed ownership of the land now
being used by the Yakima Interurban Electric Railroad (shown as Parcel
#5-05866 on the State Right of Way plans) at no cost to the STATE as
described in Exhibit "D", sheet 1 of 3, attached hereto and by this
reference made a part of this AGREEMENT.
The STATE agrees, upon satisfactory completion of the work involved and
completion of the construction to transfer by Quitclaim Deed ownership
of the completed facility within the ultimate CITY property at no cost to
the CITY as described in Exhibit "D", sheet 2 of 3 and sheet 3 of 3,
attached hereto and by this reference made a part of this AGREEMENT.
The STATE shall provide the CITY, at the STATE's sole expense, a
Standard Owner's Policy of Title Insurance insuring fee simple title in
and naming the City of Yakima as insured, with liability equal to the
purchase price of said property described on sheet 2 of Exhibit "D".
The STATE hereby grants to the CITY the right to authorize YILA the
right to operate the Electric Railroad on the relocated track alignment
once the relocation is complete until such time as the property on which
the track has been relocated is transferred to the CITY.
Page 3 of 8
Magc/electric re relocation/rip
Aptl121. 1997
III
PAYMENT
The STATE shall reimburse YILA for the costs of the construction phases
of the work to be performed by YILA in accordance with the cost per foot
rates contained in EXHIBIT "B", attached hereto and by this reference
made a part of this AGREEMENT. For work done under the terms of
this AGREEMENT, YILA shall pay prevailing wages in accordance with
RCW 39.12.
Partial payments shall be made by the STATE upon the request of YILA,
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 STATE shall make payment to YILA
within 30 days following receipt of a properly prepared invoice.
During the progress of the construction and for a period not less than
three (3) years from date of final payment to YILA, the records and
accounts pertaining to the construction of the project and accounting
therefore are to be kept available for inspection and audit by the STATE
and/or Federal Government and copies of all records, accounts,
documents, or other data pertaining to the project will be furnished upon
request. If any litigation, claim, or audit is commenced, the records and
accounts along with supporting documentation shall be retained until
all litigation, claim or audit finding has been resolved even though such
litigation, claim, or audit continues past the three year retention period.
IV
MATERIAL ON HAND
The STATE may reimburse YILA for materials purchased before their use
in the work if they:
Page 4 of 8
oklal(r/clectrk rr rclocatlon/rIp
Ap I21, 1997
1. Meet the requirements of the work proposed under the terms
contained in this AGREEMENT.
2. Are delivered to or stockpiled near the project or other
STATE -approved storage site.
If payment is based upon unpaid invoice, YILA shall provide the STATE
with a paid invoice within 60 calendar days after the STATE's initial
payment for materials on hand. If the paid invoice is not furnished in
this time, any payment the STATE has made will be deducted from the
next progress payment and withheld until the paid invoice is supplied.
The STATE will not prepay for any individual item on hand with a cost of
less than $500. As materials are used in the work, credits equaling the
partial payments for them will be taken on future payments to YILA.
Partial payment for material on hand shall not constitute acceptance.
V
EXTRA WORK
In the event unforeseen conditions require an increase in the cost of 25
percent or more from that agreed to on Exhibit "B", this AGREEMENT
will be modified by supplemental 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 STATE prior to beginning such work. If the change will
increase the cost of the work by $10,000 or more, written approval must
be secured.
Reimbursement for increased work and/or a substantial change in the
description of work shall be limited to costs allowed by a written
modification, change order, or extra work order approved by the STATE.
Page 5 of 8
(Ikagr/cicctrlc rr relocation/rip
Apr1121. 1997
VI
RIGHT OF ENTRY
The STATE hereby grants and conveys to YILA and the CITY the right of
entry upon all lands which the STATE has interest in within or adjacent
to the highway right of way for the purpose of performing their portion of
the Electric Railroad relocation work.
YILA and CITY hereby grant and convey to the STATE the right of entry
upon all lands which YILA and the CITY has interest, within or adjacent
to the operating right of way of the Electric Railroad as shown on
Exhibit "C", sheets 2 and 3 for the purpose of performing the STATE's
portion of the work.
VII
ACCEPTANCE OF WORK
Upon satisfactory completion of the work to be performed by the STATE,
YILA and the CITY agree to accept that portion of the work performed by
the STATE and furnish to the STATE a written acceptance. YILA, may, if
it desires, furnish an inspector for the work associated with the Electric
Railroad relocation. Any costs for such inspection shall be included in
the "COST/FT." for the items shown on Exhibit "B". All contact between
said inspector and the STATE's contractor shall be through the STATE's
representative.
VIII
MAINTENANCE
Upon completion of the PROJECT, all future operation and maintenance
of YILA and CITY facilities within the CITY's property shall be at the sole
cost of YILA and CITY and without expense to the STATE.
Page 6 of 8
(I10a9rklectric rr relocatlon/rlp
A99121. 1997
IX
LEGAL RELATIONS
The YILA shall comply with all Federal, State, and Local laws and
ordinances applicable to the work to be done under this AGREEMENT.
This contract shall be interpreted and construed in accordance with the
laws of Washington.
THE YILA relation to the STATE shall be at all times as an independent
contractor.
The YILA shall obtain and keep in force during the terms of the
AGREEMENT, or as otherwise required, the following insurance with
companies or through sources approved by the State Insurance
Commissioner pursuant to RCW Title 48.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as
required by the STATE.
B. Regular public liability and property damage insurance in an
aggregate amount not less than two million dollars ($2,000,000.00) for
bodily injury, including death and property damage. The per occurrence
amount shall not exceed one million dollars ($1,000,000.00).
Excepting the Worker's Compensation Insurance and any Professional
Liability Insurance secured by the YILA, the State of Washington,
Department of Transportation will be named on all policies as an
additional insured. YILA shall furnish the STATE with verification of
insurance and endorsements required by this AGREEMENT. The STATE
reserves the right to require complete, certified copies of all required
insurance policies at any time.
All insurance shall be obtained from an insurance company authorized
to do business in the State of Washington. The YILA shall submit a
verification of insurance as outlined above within fourteen (14) days of
the execution of this AGREEMENT.
Page 7 of 8
akar{/cicth c rt clocatlon/rlp
Apdl 2l, 1937
No liability shall attach to YILA, the CITY or the STATE by reason of
entering into this AGREEMENT except as expressly provided herein.
IN WITNESS WHEREOF, the parties hereto have executed this
AGREEMENT as of the day and year first above written.
CITY OF YAKIMA
R. A. Zais, Jr.
City Manager
Date: ;'-( J,s / icj
Attest
STATE OF WASHINGTON
DEPARTMENT OF
TRANSPORTATION
By:
STATE DESIGN ENGINEER
APPROVED AS TO FORM
r
1..,
By: z�...
YAKIMA INTERURBAN LINES ASSOCIATION
By: E%
Paul Edmondson
President
Date: !'l/1 2 3) 1997
Page 8 of 8
(1k)agr/electric rr relocation/rip
Apr11221, 1997
CITY Df.1NTRACT i!O: q 7 --
RESOLUTION k0: K- - `, 7- ,
AGREEMENT GCA 0605
EXHIBIT "A"
SPECIFICATIONS AND SPECIAL PROVISIONS
The work proposed under this Agreement contemplates the removal, adjustment and/or
relocation of an electric railroad as described herein.
Work to be performed by the State
Exhibit "C", Sheet 2
1. Remove 646 lineal feet of the existing track grade, ties and poles not removed by the
YILA.
2. Excavate, grade, drain, seed, fertilize, and mulch the relocated track alignment.
3. Place and compact ballast to the bottom of tie elevation.
4. Install the bicycle path / track surface crossing protection.
Exhibit "C", Sheet 3
1. Remove 769 lineal feet of the existing track grade, ties and poles not removed by the
YILA.
2. Excavate, grade, drain, seed, fertilize, and mulch the relocated track alignment.
3. Place and compact ballast to the bottom of tie elevation.
Work to be performed by the YILA
Exhibit "C", Sheet 2
1. Remove the electrical system cables, arms, suspension system and hardware from 646
L.F. of existing track.
2. Remove rails, switch, and hardware from the existing track.
3. Remove poles and ties from the vicinity of NT 9+50 to NT 14+50 and ties from the
vicinity of the existing switch..
4. Lay ties, rails, and hardware for the relocated track.
5. Ballast to the top of tie and adjust rails to final grade.
6. Construct electrical system including poles, arms, running wire, and power cable.
Sheet 1 of 3 Sheets
Exhibit "C", Sheet 3
1. Remove the electrical system cables, arms, suspension system and hardware from 769
L.F. of existing track.
2. Remove rails, and hardware from the existing track.
3. Lay ties, rails, and hardware for the relocated track.
4. Ballast to the top of tie and adjust rails to final grade.
5. Construct electrical system including poles, arms, running wire, and power cables.
Exhibit "C", Sheet 1
1. Adjust approximately 320 L.F. of the electrical system as necessary to install two
switches in the existing track line.
2. Remove rails, ties, and hardware from approximately 320 L.F. of the existing track.
3. Grade alignment for approximately 320 L.F. of siding track and switches.
4. Place and compact ballast to the bottom of tie elevation.
5. Lay ties, rails, switches, and hardware for the dual tracks.
6. Ballast to the top of ties and adjust rails to final grade.
7. Construct electrical system including poles, arms, suspension system, and power cables
to service the dual tracks.
ACCOUNTING
The STATE shall reimburse YILA for the costs of the construction phases of the work
to be performed by YILA in accordance with the cost per foot rates contained in EXHIBIT
«B„
Agreement GCA 0605
Exhibit 'A'
Sheet 2 of 3 Sheets
SALVAGE VALUE
All material removed by the YILA, except those noted below, shall be reclaimed or
disposed of by the YILA and shall be credited to the STATE. The YILA shall furnish written
notice to the STATE for the time and place the materials will be available for inspection. The
value of salvable materials is included in the estimate as shown in EXHIBIT "B". The trolley
roadbed and electrical system were constructed between 1910 and 1920. The poles and ties
between NT 9+50 and NT 14+50 and in the vicinity of the existing switch were replaced
approximately 3 years ago. The YILA shall remove and retain the 3 year old materials.
BETTERMENT
The adjustment of the YILA's facilities does not constitute a betterment to their
facilities. The relocation of the track siding is an adjustment necessary to reduce the STATE's
acquisition expenses near Southern Avenue.
ACCRUED DEPRECIATION
The adjustment of the YILA's facilities does not involve a credit due for the accrued
depreciation of the facility being replaced.
Agreement GCA 0605
Exhibit 'A'
Sheet 3 of 3 Sheets
AGREEMENT GCA 0605
EXHIBIT "D"
Property
CITY of Yakima to STATE
A1I that portion of the hereinafter described Tract "X" lying southerly of a line described as
beginning at a point opposite Highway Engineers Station (hereinafter referred to as HES) S
45+90.88 P.O.T. on the S line survey of SR 82, Selah Gap Interchange Vic. to North First St.
Interchange Vic. and 66.18 feet easterly therefrom; thence westerly to a point opposite said HES
S 45+90.88 P.O.T. and 65 feet westerly therefrom and the end of this line description.
Tract "X":
Parcel "A"
Commencing at a point on the West line of Section 1, Township 13 North, Range 18, E.W.M.,
which is 744 feet North 00°17' West of the Southwest comer of Northwest quarter of the
Southwest quarter of said Section 1;
thence South 25° East 310 feet;
thence South 09°02' East 266 feet to a point on the North boundary of the tract owned by the
State of Washington;
thence South 89°03' West along said boundary of said tract a distance of 68 feet;
thence North 06°54' West 130 feet;
thence North 14°00' West 360 feet;
thence North 00°17' West 65 feet to the point of beginning.
Parcel "B":
Beginning at a point 15 feet West of the Northeast comer of the Southeast quarter of Section
2, Township 13 North, Range 18, E.W.M.;
thence West 30 feet;
thence South and parallel with the East line of said Section 478 feet;
thence Southerly along the arc of a circular curve having a radius of 589 feet a
distance of 130 feet to the point of intersection of a line parallel to and 30
feet West of the East line of said Section 2;
thence East 30 feet;
thence Northerly and parallel with the curved line above mentioned 130 feet;
thence Northerly and parallel with the East line of said Section 2, a distance
of 478 feet to the point of beginning.
Parcel "C":
beginning at a point 45 feet West of the Northeast comer of the Southeast quarter of
Section 2, Township 13 North, Range 18, E.W.M.;
thence West 15 feet;
thence South parallel to and 60 feet West of the East line of said subdivision a
distance of 342 feet;
thence East 15 feet;
thence North 342 feet to the point of beginning.
The lands herein described contain an area of 1.22 acres, more or less, the specific details
conceming all of which are to be found in that certain map of definite location now of record and on
file in the office of the Secretary of Transportation at Olympia, and bearing date of approval May
17, 1996, and as revised August 23, 1996.
Sheet 1 of 3 Sheets
AGREEMENT GCA 0605
EXHIBIT "D"
Property
STATE to CITY of Yakima
All that portion of the West half of the Southwest quarter of Section 1 and the Northeast quarter of
the Southeast quarter of Section 2, Township 13 North, Range 18 East W.M., lying within a tract
of land described as beginning at a point opposite Highway Engineers Station (hereinafter
referred to as HES) S 33+32.09 on the S line survey of SR 82, Selah Gap Interchange Vic. to
North First St. Interchange Vic. and 165 feet southwesterly therefrom; thence northwesterly to a
point opposite HES S 36+65 on said S line survey and 145 feet southwesterly therefrom; thence
northwesterly to a point opposite HES S 38+00 on said S line survey and 145 feet
southwesterly therefrom; thence northerly to a point opposite HES S 39+00 on said S line
survey and 115 feet southwesterly therefrom; thence northwesterly to a point opposite HES S
39+85 on said S line survey and 105 feet southwesterly therefrom; thence northwesterly to a
point opposite HES S 41+30 on said S line survey and 105 feet southwesterly therefrom; thence
northwesterly to a point opposite HES S 43+60 on said S line survey and 90 feet southwesterly
therefrom; thence northerly to a point opposite HES S 45+90.88 P.O.T. on said S line survey
and 65 feet westerly therefrom; thence southeasterly to a point opposite HES S 45+06.67 P.T.
on said S line survey and 20 feet westerly therefrom; thence southerly to a point opposite HES
S 43+60 on said S line survey and 30 feet southwesterly therefrom; thence southerly to a point
opposite HES S 41+00 on said S line survey and 60 feet southwesterly therefrom; thence
southeasterly to a point opposite HES S 39+00 on said S line survey and 60 feet southwesterly
therefrom; thence southeasterly to a point apposite HES S 36+65 on said S line survey and 70
feet southwesterly therefrom; thence southeasterly to a point opposite HES S 34+90 on said S
line survey and 85 feet southwesterly therefrom; thence southeasterly to a point opposite HES S
33+79.76 on said S line survey and 87.28 feet southwesterly therefrom, said point also being
200 feet opposite Station RR 4892+69.56 on the Burlington Northern R.R. centerline; thence
southwesterly to a point opposite HES S 32+60.61 on the S line survey of said highway and
185 feet southwesterly therefrom; thence northwesterly to the point of beginning.
The lands herein described contain an area of 1.77 acres, more or less, the specific details
conceming all of which are to be found in that certain map of definite location now of record and on
file in the office of the Secretary of Transportation at Olympia, and bearing date of approval May
17, 1996, and as revised August 23, 1996.
Sheet 2 of 3 Sheets
414.
T.13N. R.18E. W.M.
CORNER F00
NW '/ SW 1/4
SEC. 1
01,
17,16,03-.7713•0170-200.--
5 13.40.39 1210.60.01.1=
9 An 4834.36.45 148.44PIT
5 11.74.05 1264.91 '01.,
4 RR 4813.40.10 1200' 01 I
(5-05856)
(5 -05869)
45+06.67 P.T
LIMIT OF PLAN
41+61,37 P.O.C.
''''%.
.."2„;,-
‘-'..T.
',` .T.
S 16.65.14
5 16.31.53
SR ---- 40 -:
0
944 1116 21' RT I -..re'
S 36.21,19,--71-1,7,2,0.- '2
FIR 4895.40,-orp 1200'1. r 1 0
18.02
5 32.84.41 1161.15'01.1A 10
0+ 4133,61,85 140.18' RI 1
t‘
CROSSING EASEHENT
11%a'ag.Si=g11 T. (181 ,,Y ----i-
111•111,
AR -7,71712-721.551,-72001-,T17,
S 11 •i TA.12,=,IT.
__ RR 4892,F -0i2-1200' 0/.1
1114071AC5 440(7 0.
S
N LINE
5 39+98.03 P 1.
/
OVERCROSSING
S 45+90.88 P.O.T. BK.=
L 0+35.01 P.O.T.(26.12'RT.)ANO.
SR 823 MP 0.68 70.1700Asi,c_waln 6776'0-
S,L,OPEA-Aor.0-1-617-767567,6,72
O 31.72 62 7.0.3.8 \ \
00 4891.70.65 P.O.C.
(5 0)6653
THIS PLAN SuPERSEOES SHEET
I OF 3 SHEETS OF SR 82. SELAH ROAO
401(4.EC11011. 444063E0 MARCH 19. 1146.
IP.I. 5111101
1 5 01.71.01
CURVE DATA
011.15 04.0105 34110011 ,1
11:,61
25 71 10 01. 25,11. 526.40' 1 0 5 17
v,4$806,0,
/
NE 1/4 SE 1/4
SEC. 2
• 5100E Au0 EASEmEnt
5-0S661
5S--005506:5:
5
5-05114
5,0,152
SEE 51,6E1 11
ITT or 7.0:144 0210Eu:016E 1.22 AC. LIMA FEMUREO
ofaS 180.16 ,,C.
,T5ruao Fr AL : 0:6 'A'C. IT 11 AC.
.,.
1 511001 (2
H • • ,T; 10111 ArtrA 11/1 LT, RE0Ai6T0R RI. EA5:C1
OWNERSHIPS
LEGEND
AccESS 10 OF 0100181110 50040 To0S
pRcpART7 0•6ER5s1p mumutR5
pRoPFEITT Litu.S
0 50 10-)
SCALE 111 FEET
C
J451ZI--,,
n.":3v192.6
:76t1541i20
23161;
( wsoor )
AGREEMENT GCA 0605
EXHIBIT "D"
Sheet 3 of 3
/
/ "
(5-o5852)
63 0412,02,0I 1141 1011 4
)2.60 61 1185' LTA
10
SR 82 MP 30.013 TO 'IP 31.7C
SELAH GAP INTERCHANGE VIC. TO
NORTH FIRST ST INTERCH AGE VIC
0.16'A% MAT
PG:11 Cf 081 41.1(4A14
6181:011 S 31.00 TO SIATIO., S 45.90.83
80SI411610N STATE 0+91314,601 OF 10-151,001A1104
01.110,0.NAsmoG16N
--,-,-1-.--,.-. _
1.6 -'3I ' .1 _ .2- „] 774113*13 ,)
--\
-.,,, ,.ii._i_i.,,,_,_;__r-,.2,11.!,:, ,,L...11:._ , :_l Ai! ,',.:,.,.,,- ::::: 1,:!.; ,:"..„. ,L.: ., ,,,,, ',,,,, -• "" - •''' ',' ' • , .. , ' -.• t ,,
I I
51
s::
AGREEMENT 0605 EXHIBIT 'B'
ELECTRIC RAILROAD - RELOCATION COST ESTIMATE
PAYMENT METHOD
LIN. FT. COST / FT. TOTAL COST
ITEM DESCRIPTION
ELECTRICAL REMOVAL 1572 $ 30.73 $ 48,307.56
REMOVE DC POWER CABLES
REMOVE CABLE SUSPENSION
TRACK REMOVAL 1572 $ 34.56 $ 54,328.32
REMOVE TRACK
REMOVE SWITCH
RECONSTRUCT RAILROAD
INSTALL ELECTRICAL 1416 $ 81.08 $ 114,809.28
INSTALL TRACK 1416 $ 146.37 $ 207,259.92
SUBTOTAL $ 424,705.08
SALES TAX @ 7.6% $ 32,277.59
SUBTOTAL IN COUNTY $ 456,982.67
SIDING CONSTRUCTION
REMOVE 320 $ 93.62 $ 29,958.40
CONSTRUCT TRACK 320 $ 436.15 $ 139,568.00
CONSTRUCT ELECTRICAL 320 $ 119.59 $ 38,268.80
SUBTOTAL $ 207,795.20
SALES TAX @ 7.9% $ 16,415.82
SUBTOTAL IN CITY $ 224,211 02
WORK SUBTOTAL $ 681,193.69
SALVAGE CREDIT $ (640.00)
AGREEMENT TOTAL = $ 680,553.69
The COST/FT. figures above are rounded to the nearest $0.01 to reflect the actual reimbursement method.
The following three pages contain unrounded figures used in deriving the COST/FT. rate
Page 1 of 4 Pages
AGREEMENT GCA 0605 - EXHIBIT 'B'
ELECTRIC RAILROAD - RELOCATION COST ESTIMATE
LABOR
EQUIPMENT
MATERIALS
21% OVERHEAD
ITEM DESCRIPTION TIME / UNIT
CREW
HOURS
COST AMOUNT
DESCRIPTION
RATE
MONTH AMOUNT `Q DESCRIPTION
QUANTITY
UNIT COST
AMOUNT
TOTALS COST / L.F.
NO.
RATE
PER MONTH
ELECTRICAL REMOVAL
¢`
REMOVE DC POWER CABLES
M�
'--
DISCONNECT & GROUND
1 TIME
3
12
$26.41
$ 950 76
--
-->-_,
REMOVE FROM SUSPENSION
1 HR / POLE x 25 POLES
3
25
$26.41
$ 1,980 75
POLE TRUCK
$ 4,000.00
2 $ 8,000.00 , FUEL 25 GAL/DAY/TRK 800
$ 1.30
$ 1,040.00
COIL, LOAD & REMOVE
1500 LF,5/8" & 1300 LF,1" DIA
3
8
$26 41
$ 633.84
LADDER TRUCK
$ 2,500.00
2 $ 5,000.00. SPOOLS 2
$ 50.00
$ 100.00
-�
CLEAN, INSPECT & STORE
2
8
$26.41
$ 422.56
TIE BACK 2
$ 75.00
$ 150.00
REMOVE COMM LINES
4 -WIRES 550 LF EACH
3
8
$26.41
$ 633.84 .
DUMPSTER 1
$ 200.00
$ 200.00
PROJECT OFFICE &STORAGE YARD
s'
MONTH 1
$ 1,000.00
$ 1,000.00
-=
REMOVE CABLE SUSPENSION
==
CABLE SPAN SYSTEM
0 1,540 LF XINGS
23
3
$26.41
REMOVE SUPPORT ARMS
1
13-10 FT ARMS @ 0.5 HR EA
3
7
7
$26.41
'.
==
REMOVE POLES & GUYS
10 GUYS & 6 POLES
4
30
$26.41
$ 3,169.20
LOAD & REMOVE
3
8
==
CLEAN, INSPECT & STORE
2
4
$26.41
$ 211.28
COIL - REMOVE WIRE
3
16
$26.41
$ 1,267.68 ¢
WORKING FOREMAN
1
100
$29.00
$ 2,900.00 ;
EQUIPMENT MECHANIC
1
100
$29.44
$ 2,944.00
SUPERINTENDENT & ASS'T
2
80
$35.00
$ 5,600.00
==
SUBTOTAL
SUBTOTAL
$ 13,000.00
SUBTOTAL
$ 2,490.00
$ 39,927 72 $ 8,384.82
LF $ 48,312.54
TRACK REMOVAL
-_--
1572 $ 30.73
REMOVE TRACK
1416 + spur 156 LF @ 22" ctrs
,;
--
PULL SPIKES
4 SPIKES / TIE
4
40
$21.33
$ 3,412.80 ` CREW TRUCK
$ 500.00
2 $ 1,000.00
REMOVE GROUND WIRES
1572 LF / 30 L F RAIL SECTION
4
8
$21.33
$ 682.56 .
REMOVE RAIL SPLICES
2 X 53 = 106 SPLICES
4
32
$21.33
$ 2,730.24
PENETRATING OIL- GAL 1
$ 36.00
$ 36.00
LOAD RAIL
60 LB / LF X 30 LF = 1800 LB
4
32
$21.33
$ 2,730.24 `
STORAGE BOXES 25
$ 5.00
$ 125.00 4 -
LOAD SPIKES,TIE PLATES,TIES
4
50
$21.33
$ 4,266.00
--
FUEL 1580
$ 1.30
$ 2,054.00
HAUL RAIL
2
4
$21.33
$ 170.64 . FORK LIFT
$ 1,500.00
2 $ 3,000 00
HAUL SPIKES & TIE PLATES
2
2
$21.33
$ 85.32 BACKHOE
$ 2,000.00
1 $ 2,000.00
STACK / STORE
2
10
$21.33
$ 426.60
PROJECT OFFICE & STORAGE YARD
MIMI
MONTH 1
$ 1,000.00
$ 1,000.00
•
REMOVE SWITCH4.
=-
DISMANTLE
2 DAYS
4
12
$21.33
$ 1,023.84 Y MAINTENANCE CRANE
$ 3,300.00
1 $ 3,300.00 ,
LOAD & HAUL
1 DAY
4
8
$21.33
.: PUSH CART
$ 500.00
2 $ 1,000.00
STORE
2
2
$21.33
WORKING FOREMAN
1
140
$29.00
$ 4,060.00 Ax IMPACT WRENCH/ GEN
$ 500.00
1 $ 500.00 .
SUPERINTENDENT & ASS'T
2
100
$35.00
$ 7,000.00 .y
EQUIPMENT MECHANIC
1
120
$29 44
$ 3,532.80
SUBTOTAL
30,888.92
SUBTOTAL
- $ 10,800.00 .>;
SUBTOTAL
$ 3,215.00
$ 44,903.92 $ 9,429.82
LF $ 54,333.74
1572 $ 34.56
SUBTOTAL REMOVAL
$ 102,646.28
SALVAGE VALUE
RUNNING WIRE
1
RUNNING WIRE - L.F 1400
$ (0 10)
$ (140.00)
SWITCH
SWITCH - EACH 1
$ (500.00)
$ (500.00)
=�
z
SALVAGE VALUE
$ (640.00)
605PRVLG.XLS
Page 2 of 4 Pages
GCA 0605 - EXHIBIT 'B'
605PRVLG.XLS
ELECTRIC RAILROAD - RELOCATION COST ESTIMATE
LABOR
EQUIPMENT MATERIALS
21%
OVERHEAD
DESCRIPTION
QUANTITY
UNIT COST
AMOUNT
TOTALS
COST / L.P.
ITEM DESCRIPTION
TIME / UNIT
CREW
HOURS
COST
AMOUNT DESCRIPTION
RATE
MONTHS
AMOUNT
NO.
i
RATEPER
MONTH
_
RECONSTRUCT RAILROAD
INSTALL ELECTRICAL
YARD
°-
MONTH
2
$ 1,000.00
$ 2,000.00
PROJECT OFFICE &STORAGE
POLES
11/2 POLE/ DAY 4
80
$26.41
$ 8,451.20 • POLE TRUCK
$ 4,000.00
2
$ 8,000.00 TREATED 30 FT POLES
16
$ 175.00
$ 2,800.00
INSTALL
GUYS
EST 10 @ 4 HRS EACH 4
40
$26.41
$ 4,225.60 y LADDER TRUCK
$ 2,500.00
2
$ 5,000.00 3/8" WOVEN WIRE - LF
500
$ 0.25
$ 125.00
ANCHORS &
14 ARMS 4
42
$26.41
$ 4,436.88 I AIR COMPRESSOR
$ 800.00
1
$ 800.00 ' WIRE ASSEMBLY CONN
14
$ 300.00
$ 4,200 00
ARMS
1500 LF 4
80
$26.41
$ 8,451.20 '' TAMP HAMMER
$ 300.00
1
$ 300.00 RUNNING WIRE - LF
1400
$ 4.00
$ 5,600.00
TRACK / RUNNING CABLE
CABLE
1300 LF 4
80
$26.41
$ 8,451.20 ':x DRILL
$ 100.00
2
$ 200.00 INSULATORS
50
$ 6.00
$ 300.00
POWER
$26.41
$ 1,056.40 .F
MISC HARDWARE
$ EST
$ EST
$ 500.00
TENSION ANCHORS
EST 5 @ 2 HRS EACH 4
10
1500
$ 1.25
$ 1,875 00
INSPECT
1 -TIME 2
2
$26.41
$ 105.64
--
FUEL @ 25 GALDAYNEH
ENERGIZE &
WORKING FOREMAN
1
280
$29.00
$ 8,120.00 •
REUSE ARMS
0
$ -
ASS'T
2
200
$35.00
$ 14,000.00 x
REUSE POWER CABLE
0
$ -
SUPERINTENDENT &
MECHANIC
1
200
$29 44
$ 5,888.00
EQUIPMENT
$ 19,926.09
SUBTOTAL
SUBTOTAL
$ 14,300.00SUBTOTAL
$ 17,400.00
$ 94,886.12
LF
$ 114,81
==
.1416
$ 81.01.0 8
.111.111
INSTALL TRACK1111111111111111..
YARD
MONTH
2
$ 1,000.00
$ 2,000.00
PROJECT OFFICE & STORAGE
PLACE TIES
944 @ 18" ctrs - 3 MIN / TIE 4
48
$21.33
$ 4,095.36
AIR COMPRESSOR
$ 800 00
3
$ 2,400.00 /
7"x 9"x 8 ft TIES @ 18" ctrs200.00
944
$ 50.00
$ 47,
5,400 00
.
944 x 2 & 4 = 1900 & 3800 4
80
$21.33
$ 6,825.60
AIR SPIKING GUN
$ 300.00
3
$ 900.00
TIE PLATES, 60 LB, Add'I
1800
$ 3.00
$
PLATE AND SPIKE
$ 3,412.80
AIR IMPACT WRENCH
$ 175.00
2
$ 350.00
REUSE RAILS
94
$ -
$
RAILS
94 RAILS @ 30 LF / EA 4
40
$21.33
BARS, ADD
10
$ 8.00
$ 80.00
94 BARS 4
40
$21.33
$ 3,412.80
TRACK TAMPER
$ 3,000.00
1
$ 3,000.00
JOINT
BOLT RAIL / JOINT BARS
94 JOINTS 2
40
$21.33
$ 1,706.40
OFF ROAD FORKLIFT
$ 4,000.00
1
$ 4,000.00 4
JUMPER WIRES
100
$ 10.00
$ 1,000.00
JUMPERS
BALLAST
DEPTH OF TIES 2
80
$21.33
$ 3,412.80 ,
PUSH CART
$ 500.00
3
$ 1,500.00
BALLAST 1,300 YDS / MI
360
$ 10.00
$ 3,600.00
TAMP TO GRADE
4
80
$21.33
$ 6,825.60
HAND TOOLS
$ EST
$ EST
$ 1,000.00 '
SPIKES
4000
$ 0.50
$ 2,000.00
ADJUST,
LEVEL BALLAST
4
60
$21.33
$ 5,119.20 `
RAIL DRILL
$ 500.00
1
$ 500.00
BOLT,NUT,WASHER
400
$ 4.00
$ 1,600.00
3,000.00
WORKING FOREMAN
1
400
$29.00
$ 11,600.00
MAINTENANCE CRANE
$ 3,300.00
2
$ 6,600.00
MISC BOLTS / H'DWARE
$ EST
$ EST
$
$35.00
$ 22,400.00
BACKHOE
$ 2,000.00
2
$ 4,000.00
SUPERINTENDENT & ASS'T
2
320
EQUIPMENT MECHANIC
1
360
$29.44
$ 10,598.40
RAIL SAW
$ 500.00
1
$ 500.00
CREW TRUCK
$ 500.00
2
$ 1,000.00
WELDER
$ 250.00
1
$ 250.00
$ 35,970.68
SUBTOTAL
$ 79,408.96 's
SUBTOTAL
$ 26,000.00
SUBTOTAL
$ 65,880.00
$ 171,288.96
LF
$ 207,259.64
1416
$ 146.37
-�
SUBTOTAL INSTALLATION
$ 322,071.85
Pana 1 of 4 Panac
605PRVLG.XLS
AGREEMENT GCA 0605 - EXHIBIT 'B'
605PRVLG.XLS
Page 4 of 4 Pages
ELECTRIC RAILROAD - RELOCATION COST ESTIMATE
;'.
LABOR EQUIPMENT MATERIALS
21%
OVERHEAD
ITEM DESCRIPTION
TIME / UNIT
CREW
HOURS
COST AMOUNT DESCRIPTION
RATE
MONTH
AMOUNT
'k. DESCRIPTION QUANTITY
UNIT COST
AMOUNT
TOTALS
COST / L.F.
NO.
RATE
PER MONTH
SIDING CONSTRUCTION
REMOVE
s
REMOVE CONFLICTING CABLES
4 HRS / POLE, EST 4 POLES
3
16
$26.41
$ 1,267.68 I POLE TRUCK
$ 4,000.00
1
$ 4,000.00 °
DUMPSTER 2
$ 200.00
$ 400.00
REMOVE POLES & ARMS
EST 4 POLES
3
10
$26.41
$ 792.30 °w LADDER TRUCK
$ 2,500.00
1
$ 2,500.00
REMOVE TIES
EST 175 TIES
4
20
$21.33
$ 1,706.40 ' CREW TRUCK
$ 500.00
1
$ 500.00
UNSPIKE RAIL
4
11
$21.33
GEN & IMPACT WRENCH
$ 500.00
1
$ 500.00
1
--
UNBOLT RAIL
2
10
$21.33
: • BACKHOE
$ 2,000.00
1
$ 2,000.00
REMOVE RAIL
4
8
$21.33
682.56 ,
P/U OTHER TRACK MAT'LS
2
4$21.33
$ 170.64 •"?
b�
WORKING FOREMAN
1
80
$29.00
$ 2,320.00
SUPERINTENDENT & ASST
2
60
$35.00
$ 4,200.00
- LF
$ 5,199.58
EQUIPMENT MECHANIC
1
80
$29 44
$ 2,355.20
320
$ 29,959.48
$
SUBTOTAL
$ 14,859.90
SUBTOTAL
$ 9,500.00
SUBTOTAL
$ 400.00
$ 24,759.90
93.62
CONSTRUCT TRACK
CY-FILL MAT L INCL. HAU 600
$ 9.00
$ 5,400.00
CLEAR & GRADE SIDING
GRADE AND HAUL
3
60
$29 44
$ 5,299.20 I CRAWLER DOZER
$ 7,000.00
0.5
$ 3,500.00
BALLAST - CY 550
$ 10.00
$ 5,500.00
BALLAST TO TIE BTM
BALLAST
3
40
$29.44
$ 3,532.80 '1 BACKHOE
$ 2,000.00
2
$ 4,000.00
7x9x8 FT TIES 275
$ 50.00
$ 13,750.00
PLACE TIES
275
8
16
$21.33
$ 2,730.24 DUMP TRUCK
$ 1,500 00
1
$ 1,500.00 a
SWITCH TIES 80
$ 70.00
$ 5,600.00
PLACE SWITCHES
8
40
$21.33
$ 6,825.60
GRADER
$ 3,000.00
0.5
$ 1,500.00 4
REBUILT SWITCHES 2
$ 3,500.00
$ 7,000.00
SPIKE RAILS w/PLATES
400 LF
8
32
$21.33
$ 5,460.48
COMPACTOR / ROLLER
$ 2,000.00
0.5
$ 1,000.00 4
RAIL 60 LB,400 LF=TONS 12
$ 250.00
$ 3,000.00
INSTALL JOINT BARS
EST 28
4
11
$21.33
$ 938.52 AIR COMPRESSOR
$ 800.00
2
$ 1,600.00
JOINT BARS 25
$ 8.00
$ 200 00
INSTALL JUMPER CABLES
44
2
8
$21.33
$ 341.28 AIR IMPACT WRENCH
$ 400.00
1
$ 400.00
JUMPER GROUNDS 44
$ 10.00
$ 440.00
BALLAST TO RAIL BASE
4
8
$21.33
$ 682.56 AIR SPIKING GUN
$ 300.00
2
$ 600.00 1
BOLT, NUT, WASHER 200
$ 4 00
$ 800.00
ADJUST /TAMP TO GRADE
8
8
$21.33
$ 1,365.12 TAMPER GUN
$ 3,000.00
1
$ 3,000.00 g
SPIKES 1800
$ 0.50
$ 900.00
WORKING FOREMAN
1
180
$29.00
$ 5,220.00 I CREW TRUCK
$ 500.00
2
$ 1,000.00 "^
TIE PLATES 700
$ 3.00
$ 2,100.00
SUPERINTENDENT & ASS'T
2
120
$35.00
$ 8,400.00 MAINTENANCE CRANE
$ 3,300.00
1
$ 3,300.00 ;:
MISC HARDWARE $ EST
$ EST
$ 2,000.00
$ 24,222.70
EQUIPMENT MECHANIC
1
160
$2-$$
4,710.40
F - 1400
$ 1.25
$ 1,750.00
320
$ 139,568.90
$ 436.15
SUBTOTAL
$ 45,506.20 .
SUBTOTAL
$ 21,400.00 t.
SUBTOTAL
$ 48,440.00
$ 115,346.20
CONSTRUCT ELECTRICAL
INSTALL POLES
EST 8 POLES
4
32
$26.41
$ 3,380.48 POLE TRUCK
$ 4,000.00
1
$ 4,000.00
30 FT POLES 8
$ 175.00
$ 1,400.00
c
ARMS & SUSPENSION SYSTEM
4
40
$26.41
$ 4,225.60 LADDER TRUCK
$ 2,500.00
1
$ 2,500.00
REUSE ARMS
0
$
CABLES
600 LF
4
16
$26.41
$ 1,690.24 .
RUNNING CABLE 300
$ 4.00
$ 1,200.00
ENERGIZE & INSPECT
2
2
$26.41
$ 105.64
FUEL - GAL 1000
$ 1.25
$ 1,250.00
WORKING FOREMAN
1
80
$29.00
$ 2,320 00 2
MISC HARDWARE $ EST
$ EST
$ 500.00
SUPERINTENDENT & ASS'T
2
60
$35.00
$ 4,200.00 :
WIRE ASSEMBLY CONN 8
$ 300.00
$ 2,400.00
EQUIPMENT MECHANIC
1
80
$29 44
$ 2,355.20
„
3/8" SUSPENSION - LF 400
$ 0.25
$ 100.00
SUBTOTAL
$ 18,277.16
SUBTOTAL
$ 6,500.00 p
SUBTOTAL
$ 6,850.00
$ 31,627.16
$ 6,641 70
$ 38,268.86
1
SUBTOTAL
==
SIDING
$ 207,797.24
320
$ 119.59
HOURLY WAGES SHOWN INCLUDE FRINGE BENEFITS.
TOTAL DIRECT EXPENSES
$ 522,739.98
;
-
OVERHEAD @
21%
$ 109,775.40
1
1
WORK ESTIMATE
TOTAL
$ 632,515.38
I II
605PRVLG.XLS
Page 4 of 4 Pages
GIN PROJECT
82 MP 30.18
17+68.00 P.O.C.
6' LT.
END PROJECT
SR 82 MP 31
LE 77+05.00
BRIDGE 823/7E
DECK REPAIRED
--
SEISMIC RETROFIT
THIS PROJECT
BRIDGE 823/56 (i')
DECK REPAIRED
SEISMIC RETROFIT
THIS PROJECT
BRIDGE 823/36
DECK R PAIR 0
SEISMIC
RETROFIT
THIS PROJECT
7XQC REICk77P)0
811 OGE 8 /1I5A
TO BE CONSTRUCTED
THIS PROJECT
BRIDGE 823/1
TO BE REMOVED
THIS PROJECT
BRIDGE 82/I14N
NOT INCLUDED
IN PROJECT
eS)
RIDGE 82/1172
NOT INCLUDED
IN PROJECT
BRIDGE 82/112
TO BE CONSTRUCTED
THIS PROJECT
10
BRIDGE 82/112
TO BE R MOV
THIS PROJECT
BRIDGE 82 65/1
TO BE CONSTRUCT
THIS PROJEC-T
BRIDGE 12/350
NOT INCLUDED
IN PROJECT N
BRIDGE 82/118 -S
NOT INCLUDED
IN PROJECT
LAYLANO
PARK
(:m......
BRIDGE 82/1158
T IN LU ED
IN PROJECT
/
BRIDGE 8 3/7W
BRIDGE 823/7P
TO BE CONSTRUCTEO s.
THIS PROJECT
•
BRIOGE 823/5W
TO BE CONSTRUCTED
THIS PROJECT
60'
BRIDGE 823/1
TO BE CONSTRUCTED
THIS PROJECT
HARLAN
LANOING
BRIDGE 8 /1I4A
TO BE CONSTRUCT
THIS PROJECT
BRIDGE 82/115S
NCLU E N
PRO
BRIDGE 823/3W
TO BE CONSTRCUTED
/1\THIS PROJECT
BRIDGE 82/1145
TO 8 WIDENED
THIS PROJECT
4,45,y41,0763, ceNra4z
4
BRIDGE 12/3488
NOT NCLUI D
IN PROJECT
0
60'
80'
BURGLAR°
LAKE
ANSPORrAT1ON./e
1102 INCLUOE0 BRIDGE 1122 1186
R 1 /3485
OVER N. FIRST ST.
2THIS PROJECT
760E CONSTRUCTED
IF IN PROJECT
+ \
"•••••
.57
60'
60'
/
/ / CITY OF
( 4' YAKIMA
,...4'
P55/
E-
2, c CA -r i n A_.)
N?)
END CONSTRUCTION
806+14.00 P.O.T.
AGREEMENT GCA 0605
EXHIBIT ' C '
L,Q
1
tf� 1 �Y
Cl t 1
I t
1 ` •
r
_i --
t p —_--
_x—
40
8r2 3
�--�v- —op-- —
A-
: f — -CP- ! o� y
-Si0P
1 t
X -
-
Li AiE
X t f
f F
r
C
AGREEMENT GCA 0605
EXHIBIT ` C
SHEET 2 OF 5 SHEETS
3
-�
-8T ,•••
/
8TH
B c---
BT
BT
--B c-_
0
T
/ r
/
r
fS
/ /
/ ,cS
0
' OP
o oe`
oe 1
a
OP
;O-
LL
1 1 _
OP----- OP—
"41
AO
OP
— OP--- — OP— -- OP
— OP --
i
23-14-6T.05- 5.7:
AGREEMENT GCA 0605
EXHIBIT ` C
SHEET 3 OF 5 SHEETS
S -LINE
11
FOR 5 LINE SEE
ROADWAY SECTION 00
8'
LANE
2'
EXIST. CURB & GUTTER /
(STA. NT 9+90 TO NT 10+60 ONLY)
LEGEND
01 ROADWAY EXCAVATION INCL. HAUL
70 BALLAST
S LINE
4'
•
FOR S LINE SEE
ROADWAY SECTIONS
PP AND 00
•
SHLD.
r-�
_J
NT LINE
VARIES
x:~�
Y
PROFILE GRADE &
PIVOT POIN •
,3
4'
2'
v/`II X11=11=I 1!-Il..:.....'•11�ll.....!i
. },,,« I „_ 1,,. I..,..It !1 hsl!? ii i halls,; !
..... _. ., _i,.,..'..�,� w+ . .... ..... .. ...,..,. • 11-11 J
it ��_ #
0.50'(y). - -
TIES AND RAILS TO BE
INSTALLED BY OTHERS
TROLLEY SECTION A
STA.
TO STA.
NT 9+53.73 NT 12+72.37
•4
W2 2+00.000TOBNT 23+69.05
i�
VARIES _ _ 4'
0' TO 16.80'
O
TROLLEY SECTION B
STA. TO
NT 12+72.37
STA.
NT 23+69.05
O
NT LINE
yt, �
PRQFtLE GRAD &i
PIVOT POINT,
I I
BP4-LINE
•
12
FOR BP4 LINE SEE
ROADWAY SECTION XX
• TOP OF BALLAST TO BE
0.67' BELOW PROFILE
GRADE AND PIVOT POINT
.` i'rf`; ,—c_`• _ 4' 2'
2'
TYP
20'
_INImm-mummumminft... .4
a!laff-I1.--tj=_mo=i=�j✓1 IIIil
i7.t= Ii= ( ��
•
�i�i
`�'- ,, ' §7Wi
II=11=� H'
c11IIE 1G
'IRl1tt:irdtETtt7f.I" LE
►:r
0.
50' •
TIES AND RAILS TO BE
INSTALLED BY OTHERS
• TOP OF BALLAST TO BE
0.67' BELOW PROFILE
GRADE AND PIVOT POINT
_DESIGNED BY R. BAUGH
ENTERED BY C. BRADFORD
_CHECKED BY S. ROARK
PROJ. ENGR. E. BJORGE
_DIST. ADM. R.L. LARSON
REMo°M STATE
FED.AID PROJ.NO.
8/96
8/96
10 WASH
8/96
JOD MEMBER
96E040
K WSFD .Tlitt ET SECTIONS
DATE
DATE
REVISION
PB.
BY
COIITRACT MO.
PROGRAM DEVELOPMENT
DIVISION
Washington State
Deportment of Transportai
Et\ USERS\ HCK\E96040\L2085R51•DGN p_
TYP.
SEE CONTROLLED BLASTING
CUT SECTION B
SHEET R25
AGREEMENT GCA 0605
EXHIBIT "C"
SHEET 4 OF 5 SHEETS
I
o
13-
A
•4
W2 2+00.000TOBNT 23+69.05
i�
VARIES _ _ 4'
0' TO 16.80'
O
TROLLEY SECTION B
STA. TO
NT 12+72.37
STA.
NT 23+69.05
O
NT LINE
yt, �
PRQFtLE GRAD &i
PIVOT POINT,
I I
BP4-LINE
•
12
FOR BP4 LINE SEE
ROADWAY SECTION XX
• TOP OF BALLAST TO BE
0.67' BELOW PROFILE
GRADE AND PIVOT POINT
.` i'rf`; ,—c_`• _ 4' 2'
2'
TYP
20'
_INImm-mummumminft... .4
a!laff-I1.--tj=_mo=i=�j✓1 IIIil
i7.t= Ii= ( ��
•
�i�i
`�'- ,, ' §7Wi
II=11=� H'
c11IIE 1G
'IRl1tt:irdtETtt7f.I" LE
►:r
0.
50' •
TIES AND RAILS TO BE
INSTALLED BY OTHERS
• TOP OF BALLAST TO BE
0.67' BELOW PROFILE
GRADE AND PIVOT POINT
_DESIGNED BY R. BAUGH
ENTERED BY C. BRADFORD
_CHECKED BY S. ROARK
PROJ. ENGR. E. BJORGE
_DIST. ADM. R.L. LARSON
REMo°M STATE
FED.AID PROJ.NO.
8/96
8/96
10 WASH
8/96
JOD MEMBER
96E040
K WSFD .Tlitt ET SECTIONS
DATE
DATE
REVISION
PB.
BY
COIITRACT MO.
PROGRAM DEVELOPMENT
DIVISION
Washington State
Deportment of Transportai
Et\ USERS\ HCK\E96040\L2085R51•DGN p_
TYP.
SEE CONTROLLED BLASTING
CUT SECTION B
SHEET R25
AGREEMENT GCA 0605
EXHIBIT "C"
SHEET 4 OF 5 SHEETS
. 1
I
•
•
•
•
• 1 r
:LEFT RAIL-
: : +0.93:' iFT,
f •
r
(n G7.
N. -�-� - -ao- .
.. Td . Q1Z
M Y- + l0tr.
+Z mN OI-
• al—.
_
-.-
_
1.-- R1
. zm LL Zw
•
CC
. 4
TROLL:0' ISECT.ION A
f •
.
0 •
;
•
•;
r
•Zr 03
+
-O. I
• i �. I
m •o'
• -mI •
is
•RICHT RAIL
-00.03'/FT
•
; •
two M i " -
--
-so ,
01�. anQ-
+a +Cr i
co IL 011.-
r r ,
;LEFT: RAIL • '
. . 1 i i+0:03'/'FT' : • ;
: PROF ILE -GRADE : -
( w i AND: PrVbT POINT•
- 001 • .
.• -O • • I • •
Cb I
-.LI. I
•
•
:f•>I-
CO I
• • • O I
•
•
:150'' v.0
r
i•
+-0..-3 7.60'/:
1 -
!TROLLEY; SECTION -B:
•
7 1
.1_ - r l
t
• 1
i
I /. 1
L1 : -
; I i 1•
:I i . c%)
1L L 1
• 43
I 1 I • i
' -' W-
• AO : • _ ' �L r
- - •Z jr---t3vzi- o--. t
COZ; ti» ,�- d1Z
+ 1-i •'- - r. Loa
^•Z' tiZ M +
LL. rt,
W_
(V- • N... N.
N -z
m 1
- z, zIn zz r-
� zw;
i .
•
: 1
i I
•
r •
1 • - •
r
I ,
•
•
I .
M •
m
• 0
END NT L INE
•r
I �
NT :LINE.
f .
• J -
.200'; V.C.
•
COATROLLEd BLA:STIING
ab C1 FACS;4.9x41:F: -•-; •
: 4.... ►: I"•i
i RJAOWAY EXCAVATION INC4. HAUL i15710 C!. Y. I i
; EMBANKMENT COMPACTION- 2osq .C•Y. •
I
•
r.
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT 1
Item No.
For Meeting of May 6, 1997
ITEM TITLE: State Agreement for Work on YVT Property near Selah.
SUBMITTED BY: Department of Community and Economic Development
Engineering Division
CONTACT PERSON/TELEPHONE: Fred French, City Engineer / 575-6096
SUMMARY EXPLANATION:
The Washington State Department of Transportation project for the improvement of the South Selah Interchange
includes a portion of the existing YVT property adjacent to the state highway at the south end of Selah. This
Agreement grants permission to the state to work on those portions of the city owned YVT property as
necessary for their project and provides for the state relinquishment of recently acquired replacement property
back to the city when the state project is complete.
The Yakima Interurban Lines Association will perform portions of the track work funded by the state. The
YILA has reviewed and approved this agreement.
The turn back portion of the agreement also includes the property acquired by the state for the relocation of the
existing YVT tracks.
Resolution X Ordinance Contract _Other (Specify) Agreement
Funding Source Washington State Deparluient of Transportation
APPROVED FOR SUBM1FIAL:
City Manager
STAFF RECOMMENDATION: Adopt the attached resolution authorizing the City Manager
and City Clerk to sign the agreement with the state for work on the existing YVT property.
And the property trade with the state for a portion of the YVT property.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACI ION: Resolution adopted. Resolution No. R-97-65
Letter of commitment requested from DOT regarding loss of
YILA revenue during construction.
April30, 1997