Loading...
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