HomeMy WebLinkAboutR-2008-092 Berger Abam 4th Supplemental Agreement for Grade SeparationRESOLUTION NO. R-2008-92
A RESOLUTION authorizing the City Manager of the City of Yakima to execute an
additional (fourth) supplemental agreement with BERGER/ABAM
Engineers, Inc., for engineering and consulting services for the Railroad
Grade Separation Project.
WHEREAS, in July 2000 the City of Yakima issued and advertised a request for
qualifications from firms interested in providing consulting services for the design and
development of a grade separation railroad project; and
WHEREAS, the request for qualifications advertisement described the matter as a multi-
phase project that would later include preparation of plans, specifications and estimates related
to the construction of the Railroad Grade Separation Project ("Project"); and
WHEREAS, as a result of that request for qualifications process, the City selected and
contracted with BERGER/ABAM Engineers, Inc., to provide the said services for the Project;
and
WHEREAS, additional engineering and consulting services are required to proceed with
the Project, including as more fully set forth on the proposed Scope of Work Modifications
associated herewith; and
WHEREAS, it is requested that the City Manager have the authority to execute an
additional (fourth) supplemental agreement for additional engineering and consulting services to
proceed with the Project and to extend the completion date and term of the second contract with
BERGER/ABAM Engineers, Inc., through December 31, 2008; and
WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to
authorize the City Manager to execute an additional (fourth) supplemental agreement with
BERGER/ABAM Engineers, Inc., for additional engineering and consulting services to proceed
with the Railroad Grade Separation Project and to extend the completion date and term of the
contract with BERGER/ABAM Engineers, Inc., through December 31, 2008, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute an additional (fourth) supplemental
agreement with BERGER/ABAM Engineers, Inc., for additional engineering and consulting
services to proceed with the Railroad Grade Separation Project and to extend the completion
date and term of the contract with BERGER/ABAM Engineers, Inc., (City Contract No. 2003-53)
through December 31, 2008. The total additional compensation authorized by said
supplemental agreement shall not exceed $210,989.00. The form of said supplemental
agreement shall be reviewed and approved by the City Attorney or his designee.
1
ADOPTED BY THE CITY COUNCIL this 10`h day of June, 2008.
ATTEST:
City Clerk
Washington State
Department of Transportation
-zoc 9Z
Supplemental Agreement
Number 4
Original Agreement Number
LA -4453
Project Number
STPX-NCPD-000S (062)
Organization and Address
BERGER/ABAM Engineers Inc.
33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003
Phone: (206) 431-2300
Project Title
MLK Blvd. and Lincoln Avenue Grade Separation
Execution Date Completion Date
30 June 2008 31 December 2008
New Maximum Amount Payable
$2,258,273.00
Description of Work
Intermediate and final design, right-of-way plans, and environmental
documentation for rebuilding MLK Blvd. and Lincoln Avenue under the
BNSF railroad in downtown Yakima.
The Local Agency of
City of Yakima
desires to supplement the agreement entered into with
and executed on 20 June 2003 and identified as Agreement No.
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
BERGER/ABAM Engineers Inc.
LA -4453
Section 11, SCOPE OF WORK, is hereby changed to read:
See attached.
II
Section IV, TIME FOR BEGINNING AND COMPLETION is amended to change the number of calendar days for
completion of the work to read: Work will be completed by 31 December 2008 .
Section V, PAYMENT, shall be amended as follows:
See attached.
III
as set forth in the attached Exhibit 0, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: BE /,ER/ABAM Engineers Inc. By. City of Yakima
Wi7 (
Consultant ignature
DOT Form 140-063 EF
Revised 9/2005
CITY CONTRAC r NO. /5203 "53
RESOLUTION NO: /C 'aZDDA^C%a
SECTION II, SCOPE OF WORK
These Scope of Work Modifications add to and revise Exhibit B, Scope of Work, Phase 2 and/or
the Supplement No. 2 and No.3 Scope of Work Modifications. Where conflicts occur between
these Scope of Work modifications and the original Scope of Work and/or the Supplement No. 2
and No. 3 Scope of Work Modifications, these modifications will take precedence.
SCOPE OF WORK COMPONENTS
There are four components of this supplement to the Scope of Work.
1. Additional efforts completing work that is included in the original Scope of Work
and/or the Supplement No. 2 and No. 3 Scope of Work Modifications
2. Salary escalation due to extending the project schedule
3. Work that has been done or is still yet to be done that is outside the original Scope of
Work and Supplement No. 2 and No. 3 Scope of Work Modifications
4. Work that was included in the original Scope of Work and/or Supplement No. 2 and
No. 3 Scope of Work Modifications that is no longer going to be done
5. Management reserve for the still undetermined scope of work for structure revisions
related to aesthetic treatments of the Lincoln Ave. underpass
Each of these items is described in more detail below.
1. Additional Efforts Completing Work That Is Included In the Original Scope of
Work and/or the Supplement No. 2 and No. 3 Scope of Work Modifications
Supplement No. 3 was scheduled to be completed by 30 June 2008. This supplement extends the
project completion to 31 December 2008, adding six months to the schedule. The reason for this
extension is delays in acquiring BNSF Railway right-of-way and easements. This extension
results in six months of added management and administration. It also adds additional expenses,
particularly for meetings in Yakima.
2. Salary Escalation Due To Extending the Project Schedule.
It is anticipated that BERGER/ABAM will have $150,000 worth of work left to do at the end of
June 2008. Salaries are adjusted on 1 July 2008. They are anticipated to increase five percent.
TRANSPO's salaries adjust on 21 June 2008 and are also expected to increase five percent.
TRANSPO is expected to have $30,000 worth of work left to do after 21 June 2008.. The other
subconsultants with work left to do adjust salaries at the end of the year and escalation is not an
issue for them with this supplement.
3. Work That Has Been Done or Is Still Yet To Be Done That Is Outside the Original
Scope of Work and Supplement No. 2 and No. 3 Scope of Work Modifications
A. Separating the single construction contract into one contract for Lincoln Avenue and one
contract for MLK, Jr. Blvd.
Due to the budget shortfall to be able to bid both underpasses together and due to limitations on
being able to bid the second underpass as an alternate bid, the single contract had to be broken
into two contracts. This resulted in the duplication of many detail sheets that would only have
been needed once but now are needed twice. There are also a number of plan sheets that cover
the area between the underpasses that now have to be included twice instead of once. Contract
specifications will also need to be done twice.
Two separate shooflies are now required instead of the single shoofly for both underpasses in
one contract.
Since the second underpass is no longer automatically following completion of the first
underpass, two newsets of plans need to be created that were not previously required. The first
is to reconfigure MLK, Jr. Blvd. as three lanes eastbound at grade (to last until the MLK, Jr.
Blvd. underpass is started). The second is to reconfigure the completed Lincoln Ave. underpass
as three lanes westbound (until it needs to be converted to two lanes each way for the detour
while MLK, Jr. Blvd. is under construction).
B. Change in the ROW purchase from BNSF and the location of the infiltration pond
Two circumstances led to a decision to relocate the pump station and infiltration ponds west of
the tracks after the 60 percent submittal.
1. BNSF had stated that the proposed access to their operations office and storage area west
of the tracks was unacceptable.
2. The change to two separate contracts changed the shoofly configuration and ultimately
allowed Front Street to stay on its current alignment.
These two items combined to make it advantageous to buy the BNSF property west of the tracks
and not buy the property east of the tracks and put the pump station and ponds west of the track.
This resulted in changing the many sheets related to the ROW being purchased, the pump station
layouts, the storm drain system, and the pond layouts. It also required services for relocating a
BNSF facility that was not in any previous scopes.
C. .Additional ROW acquisition efforts
In addition to the ROW issues in item B, there were also the following efforts:
• Meetings with property owners that did not have any acquisitions or easements in the
original scope
• Accelerated appraisal for the ARCO/Car Wash
D. Changes in the pump station system design
The following changes were made to the original pump station system design at the request of
the City:
• Design flow was reduced
• Changed from two equal sized pumps to three pumps with two different sizes
e Added oil water separators
• Changes from an emergency generator to a redundant power feed
• Added and then modified a system to send infiltration flow directly to the infiltration
pond
• 90 percent review comments that changed the fundamental design parameters of the
pump system
F. Design offiber optic relocations
The original scope assumed the design of the fiber optic relocations would be done by the fiber
optic companies as it had been on a previous underpass done by BERGER/ABAM and BNSF.
However, BNSF would not require their fiber optic franchises to relocate at their cost on this
project. BERGER/ABAM therefore did the relocation design work and added it to the contract
documents.
F. Design of signal relocations
A total of four signals required redesigns that were not anticipated in the original scope. These
redesigns resulted from more detailed design of the roadway layouts and channelization that
required moving poles or adding turning movements.
G. Specialized borings
Four more boring were included in the original scope for utility and signal pole design. It turned
out that those boring were not needed. However, during coordination with potential contractors
for the jet grouted bottom seal, it was clear that they were uncomfortable with the risk associated
with the boring data we had from the Phase 1 borings. Because of the amount of cobbles, the
original smaller diameter borings did not give them as much information as they'd like. They
requested we do more borings with a Becker Hammer which has a much larger sampling size.
This was discussed with the City and the extra cost was agreed to as worthwhile since it could
easily pay for itself in reduced risk built into the contractor's bids.
N. Perform additional groundwater sampling at the ARCO/Car Wash
Since the ARCO/Car Wash property had not obtained a "No Further Action" letter from the
Department of Ecology prior to its purchase, the Cityrequested the design team to perfom three
additional quarterly samples, testing, and reports.
• I .Demolition of the ARCO/Car Wash
The original scope did not include removing the structures, equipment, tanks, and pumps on this
property. When the property became a total take and it was decided to clear the property
completely, above and below ground, extra scope was added. The extra efforts include:
• • Asbestos survey of the structures
• Develop plans, specifications, and estimates for removal of the underground storage
tanks and asbestos removal
• Coordinate with the Department of Ecology
• Develop a standalone contract for demolition of the site prior to the underpass contract
• Provide statutory monitoring during and after removal of the asbestos and the
underground tanks and prepare required reports
J. Coordination ofpreliminary aesthetic design
The original contract included $10,000 for the design of aesthetic treatments for the project.
This amount was contracted to Huddad Drugan for preliminary design. However, there was also
effort for BERGER/ABAM for coordination, management, design, and artist selection that was
not covered by the budget that was entirely allocated to Haddad Drugan and their subconsultants.
K. Prepare Supplement No. 4
The effort to prepare this scope modification and the corresponding fee proposal and
negotiations are included in this supplement.
4. Work That Was Included in the Original Scope of Work and/or Supplement No. 2
and No. 3 Scope of Work Modifications That Is No Longer Going To Be Done
The following scope was eliminated:
• Due to the splitting of the contract into two separate contracts, the second of which will
be bid at an unknown future date, the final contract document submittal for MLK, Jr.
Blvd. is being deleted for now. MLK, Jr. Blvd. plans, specifications and estimate will be
prepared through the 95% submittal. The exact scope and fee for completing the
contract document submittal in the future will depend on what improvements are learned
from the Lincoln Ave. construction and how long the wait is before it is bid.
• The pump station building was eliminated.
• The original boring for utilities and signal foundations were eliminated.
5. Management Reserve for the Still Undetermined Scope of Work for Structure
Revisions Related to Aesthetic Treatments of the Lincoln Ave. Underpass
A management reserve is added to cover the future scope and fee for completing the design of
underpass structure modifications related to the aesthetic improvements. That scope can't be
determined until the preliminary design effort and approvals are complete.
The $50,000 management reserve from Supplement No. 2 was released by the City and it is
shown in the following Summary Analysis of Costs as credits against the increased costs of this
supplement.
Exhibit D
Supplement No. 4 Summary Analysis of, Costs
Item 1 - Additional Efforts Completing' Work That Is Included In the Original Scope of Work and/or the
Supplement No. 2 and No. 3 Scope of Work Modifications
BERGER/ABAM $ 20,738
TRANSPO $ 2,956
Kennedy Jenks $ 2,970
Item 1 Subtotal $ 26,664
Item 2 - Salary Escalation Due to Extending the Project Schedule
BERGER/ABAM $150,000 x 5% $ 7,500
TRANSPO $30,000 x 5% $ 1,500
Item 2 Subtotal $ 9,000
Item 3 - Work That Has Been Done or is Still Yet to be Done That is Outside the Original Scope of Work
and Supplement No. 2 and No. 3 Scope of Work Modifications
BERGER/ABAM $ 62,402
TRANSPO $ 52,310
Kennedy Jenks $ 41,984
PHAROS $ 12,000
Shannon and Wilson $ 63,910
Item 3 Subtotal $ 232,606
Item 4 - Work That Was Included in the Original Scope of Work and/or Supplement No. 2 and No. 3
Scope of Work Modifications That Is No Longer Going To Be Done
Totals
BERGER/ABAM $ (3,202)
TRANSPO $ (3,013)
Kennedy Jenks $ (16,066)
Shannon and Wilson $ (10,850)
Item 4 Subtotal $ (33,131)
Total Items Credit From
1 through 4 Management Reserve
BERGER/ABAM $ 87,438 $ (10,000) $ 77,438
TRANSPO $ 53,753 $ (5,000) $ 48,753
Kennedy Jenks $ 28,888 $ (10,000) $ 18,888
PHAROS $ 12,000 $ (12,000) $
Shannon and Wilson $ 63,910 $ (13,000) $ 50,910
Subtotal $ 245,989 $ (50,000) $ 195,989
Item 5 - Management Reserve for the Still Undetermined Scope of Work for Structure Revisions Related
to Aesthetic Treatments of the Lincoln Ave. Underpass
Unassigned $ 15,000
Item 5 Subtotal $ 15,000
SUPPLEMENT NO. 4 GRAND TOTAL $ 210,989
Exhibit D
Supplment No. 4 Analysis of Costs - BERGER/ABAM
Item No, 1 -Additional Efforts Completing Work That Is Included In the Original Scope of Work and/or
the Supplement No. 2 and No. 3 Scope of Work Modifications
Direct Salary Cost (DSC)
PERSONNEL Hours Pay Rate
Project Executive 0 $ 78.13 $
Project Manager 118 52.50
Project Engineer 0 52.50
Senior Engineer 0 36.35
Planner 0 37.36
Engineer/Technician 0 27.12
Graphics/CADD 0 31.59
Project Coordinator 6 25.70
Clerical 18 26.83
Cost
6,195
154
483
Direct Salary Cost Total 142 $ 6,832
Overhead Cost
Net Fee
Reimbursables
6 Roundtrips at 300 miles each at $0.505/mile
158.23%
32.00%
of DSC $ 10,810
of DSC $ 2,186
SUBTOTAL $ 19,829
$ 909
REIMBURSABLES SUBTOTAL $ 909
Subconsuttants:
TRANSPO $ 2,956
Kennedy Jenks $ 2,970
SUBCONSULTANTS SUBTOTAL $ 5,926
SUPPLEMENT NO. 4 - ITEM 1 TOTAL $ 26,664
Exhibit D
Labor Hour Estimate (HOURS EST. - ITEM 1)
Project Name: City of Yakima, MLK Blvd. and Lincoln Avenue Grade Separations
Project No: FA PWT 04 016
Prepared By: CCW
Dale: 4 -Jun -O6
Item I - Additional Efforts Completing Work That Is Included In the Original Scope of Work and/or
the Supplement No. 2 and No. 3 Scope of Work Modifications
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SUB
•
TASK 12: SUBMITTALS, QUALITY ASSURANCE AND PROJECT COORDINATION .
12.1. Project Management
.24
6
30
KJ, TR
12.2. Project Schedule/Updates
4
4
12.3. Progress Reports
12
12
24
KJ, TR •
12.4. Invoicing
12
6
18
KJ, TR
12.5. Project Team Coordination
18
18
KJ, TR
12.6. Project Coordination with City
48
48
KJ, TR
TOTAL ABAM MANAGEMENT HOURS
0
118
0
0
0
0
0
6
18
142
BERGER/ABAM Supplement No. 4- Item 1 Total
0
118
a
o
0
o
0
6
18
142
Exhibit D
Supplment No. 4 Analysis of Costs - BERGERIABAM
Item No. 3 - Work That Has Been Done or is Still Yet to be Done That is Outside the Original Scope of
Work and Supplement No. 2 and No. 3 Scope of Work Modifications
Direct Salary Cost (DSC1
PERSONNEL Hours Pay Rate Cost
Project Executive 0 $ 78.13 $
Project Manager 92 52.50 4,830
Project Engineer 74 52.50 3,885
Senior Engineer 209 36.35 7,597
Planner 0 37.36 -
Engineer/Technician 0 27.12 _
Graphics/CADD 161 31.59 5,086
Project Coordinator 4 25.70 103
Clerical 0 26.83 -
Direct Salary Cost Total 540 $ 21,501
Overhead Cost
Net Fee
Reimbursables
158.23%
32.00%
of DSC $ 34,021
of DSC $ 6,880
SUBTOTAL $ 62,402
REIMBURSABLES SUBTOTAL $
Subconsultants:
TRANSPO $ 52,310
Kennedy Jenks $ 41,984
PHAROS $ 12,000
Shannon and Wilson $ 63,910
SUBCONSULTANTS SUBTOTAL $ 170,204
SUPPLEMENT NO. 4 - ITEM 3 TOTAL $ 232,606
Project Name:
Project No:
Prepared By'
Date:
Exhibit D
Labor Hour Estimate (HOURS EST. - ITEM 3)
City of Yakima, MLK Blvd. and Lincoln Avenue Grade Separations
FA PWT 04016
CCW
4 -Jun -08
Item 3 - Work That Has Been Done or is Still Yet to be Done That is Outside the Original Scope of Work and Supplement No. 2 and
No. 3 Scope of Work Modifications
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/ TECH
GRAPHICICA
DO
PROJECT
COORD
CLERICAL
TOTAL
SUB
TASK 3.A. TWO SEPARATE CONTRACTS
Duplicated Sheets (49 BERGER/ABAM Sheets)
49
49
98
TR, KJ
Overlapping Sheets (3 BERGER/ABAM Sheets)
12
12
24
TR, KJ
Completely New Sheets
0
TR
Specifications
8
8
TR. KJ
TOTAL ABAM TWO SEPARATE CONTRACTS HOURS
o
0
8
61
0
0
61
0
0
130
TASK 3 B. BNSF ROW CHANGE/POND RELOCATION
Redo ROW Plans
8
8
16
32
Redo ROW and Alignment Plans in ContractDrawings
12
8
20
Redo Pond, Pump Station and Storm Drainage Plans -
a
40
20
68
KJ
Redo Front Street Plans
8
40
24
72
Coordinate Relocation with BNSF and City
40
40
PH
TOTAL ABAM BNSF ROW CHANGE/POND RELOCATION HOURS
0
40
24
100
0
0
68
0
0
232
TASK 3.C. ADDITIONAL ROW EFFORTS
Meeting with Property Owners without ROW Takes
12
12
PH -
Accelerated ARCO Appraisal
0
PH
Lincoln Only Construction Phasing Plans
0
From St. Bridge Over Lincoln Without Train Loads
a
Lincoln Only Plan and Profile
0
Lincoln Only Storm Drain Plans and Profiles
0
Lincoln Only Retaining Walls and Seal
0
Lincoln Only Front Street Plan and Profile
0
Lincoh Only Cost Estimate
0
TOTAL ARAM ADDITIONAL ROW EFFORTS HOURS
0
12
0
0
0
0
0
0
0
12
TASK 3.D. CHANGES IN PUMP STATION SYSTEM DESIGN
Reduced Design Flow
8
8
KJ
Changed Number and Size of Pumps
2
2
KJ
Added OiVNater Separators
0
KJ
Changed Backup Power Supply
0
KJ
Added and Modified Infiltration Flow Bypass System
16
16
32
KJ
Fundamental Design Changes at 90% Review
0
KJ
TOTAL ABAM CHANGES IN PUMP STATION SYSTEM DESIGN HOURS
0
0
2
8
0
0
0
0
0
• 10
TASK 3.E. DESIGN OF FIBER OPTIC RELOCATIONS
Develop Concept for Bridging Across Underpass and Get Approvals
16
16
Structural Design of Beam
6
8
Exhibit D
Labor Hour Estimate (HOURS EST. - ITEM 3)
DESCRIPTION
PROJECT
EXEC
PROJECT
• MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGRJ TECH
GRAPHICICA
DC
PROJECT
COORD
CLERICAL
TOTAL
SUB
Plans, Specifications, and Estimate
16
16,
32
TOTAL ABAM DESIGN OF FIBER OPTIC RELOCATIONS HOURS
0
0
16
24
0
0
16
0
0
TASK 3.F. DESIGN OF SIGNAL RELOCATIONS
56
Signal Design
Coordinate with City
0
TR
• 0
TR
TOTAL ABAM DESIGN OF SIGNAL RELOCATIONS HOURS
0
0
0
0
0
0
0
0
TASK 3.G. SPECIALIZED BORINGS
0
0
Drill Borings
Wrtte Report
0
SW
•
0
SW
TOTAL ABAM SPECIALIZED BORINGS HOURS
0
0
0
0
0
0
0
0
TASK 3.H. ADDITIONAL GROUNDWATER SAMPLING
0
0
Conduct Sampling
Test
Samples
0
SW
tante Reports
0
SW
0
SW
TOTAL ABAM ADDITIONAL GROUNDWATER SAMPLING HOURS
0
0
0
0
0
0
0
0
TASK 3.1. DEMOLITION OF ARCO/CAR WASH
Perform
0
0
Asbestos Survey and Write Report
Develop PS&E for asbestos and tank removals
8
0
SW
Coordinate with DOE
8
SW
Develop Standalone Demolition Contract0
16
18
16
SW
Perform monitoring and reporting durng and aper removals
48
0
SW
TOTAL ABAM DEMOLITION OF ARCO/CAR WASH HOURS
0
0
24
16
0
0
16
0
TASK 3.J. COORDINATION OF PRELIMINARY AESTHETIC DESIGN
0,
56
Attend Artist Interviews
•
6
-
Coordinate with Haddad Drugan and City
8
8
Meet with Haddad Drugan and KPFF4
a
Prepare Subcontract with Haddad Drugan
2
4
4
6
TOTAL ARAM COORD. OF PRELIMINARY AESTHETIC DESIGN HOURS
0
22
0
0
0
0
0
4
TASK 3.K. PREPARE SUPPLEMENT NO. 4
0
26
Prepare Scope
8
Prepare Fee proposal
8
Negotiate
2
8
2
TOTAL ABAM PREPARE SUPPLEMENT NO. 4 HOURS
0
18
0
0
0
0
0
0
0
18
BERGER/ABAM Supplement No. 4 - Item 3 Total
o
92
74
209
0
0
161
4
0
540
Exhibit D
Supplment No. 4 Analysis of Costs - BERGER/ABAM
item No. 4 - Work That Was Included in the Original Scope of Work and/or Supplement No. 2 and No. 3
Scope of Work Modifications That Is No Longer Going To Be Done
Direct Salary Cost (DSC)
PERSONNEL Hours Pay Rate Cost
Project Executive 0 $ 78.13 $ -
Project Manager -5 52.50 (263)
Project Engineer -10 52.50 (525)
Senior Engineer 0 36.35
Planner 0 37.36
Engineer/Technician 0 27.12
Graphics/CADD -10 31.59 (316)
Project Coordinator 0 25.70
Clerical 0 26.83
Direct Salary Cost Total -25 $ (1,103)
Overhead Cost
Net Fee
Reimbursables
158.23%
32.00%
of DSC $ (1,746)
of DSC $ • (353)
SUBTOTAL $ (3,202)
$
REIMBURSABLES SUBTOTAL $
Subconsultants:
TRANSPO $ (3,013)
Kennedy Jenks $ (16,066)
Shannon and Wilson $ (10,850)
SUBCONSULTANTS SUBTOTAL $ (29,929)
SUPPLEMENT NO. 4 - ITEM 4 TOTAL $ (33,131)
Exhibit D
Labor Hour Estimate (HOURS EST. - ITEM 4)
Project Name: City of Yakima, MLK Blvd. and Lincoln Avenue Grade Separations
Project No: FA PWT 04 016
Prepared By: CCW
Date: 4 -Jun -08
Item 4 - Work That Was Included in the Original Scope of Work and/or Supplement No. 2 and No. 3 Scope of Work
Modifications That Is No Longer Going To Be Done
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SUB
TASK 2: GEOTECHNICAL ENGINEERING
2.3 Conduct Field Work (Borings for Utilities and Signal Foundations)
SW
TASK 9: PLANS, SPECIFICATIONS, AND ESTIMATES
9.15 Pump Station Details (Building)
KJ
TASK 12: SUBMITTALS, QUALITY ASSURANCE AND PROJECT COORDINATION
12.12 Final Contract Documents for MLK, Jr. Blvd.
-5
-10
-10
-25
KJ, TR
TOTAL ABAM MANAGEMENT HOURS
0
-5
-10
0
0
0
-10
0
0
-25
BERGERJABAM Supplement No. 4 - Item 4 Total
o
-e
-10
0
0
0
-10
0
0
-25
CURRENT ABAM RATES
CHRIS W.
52.50
100
5250.00
AVERAGE
$ 52.50
CHRIS W.
52.50
100
5250.00
AVERAGE
$ 52.50
JESSICA A.
36.35
100
3635.00
MIKE B.
30.20
AVERAGE
$ 36.35
SARAH B.
37.36
100
3736.00
AVERAGE
$ 37.36
JAKE L.
27.12
100
2712.00
AVERAGE
$ 27.12
NICK V.
31.59
100
3159.00
AVERAGE
$ 31.59
KELLY R.
25.70
100
2570.00
AVERAGE
$ 25.70
NORA B.
26.83
100
2683.00
AVERAGE
$ 26.83
Page 1
SALARY
USAGE
EXECUTIVE
PM
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER
ENGR/
TECH
GRAPHICS/
CADD
PROJECT
COORD.
CLERICAL
JIM G.
78.13
100
7813.00
AVERAGE
$ 78.13
CHRIS W.
52.50
100
5250.00
AVERAGE
$ 52.50
CHRIS W.
52.50
100
5250.00
AVERAGE
$ 52.50
JESSICA A.
36.35
100
3635.00
MIKE B.
30.20
AVERAGE
$ 36.35
SARAH B.
37.36
100
3736.00
AVERAGE
$ 37.36
JAKE L.
27.12
100
2712.00
AVERAGE
$ 27.12
NICK V.
31.59
100
3159.00
AVERAGE
$ 31.59
KELLY R.
25.70
100
2570.00
AVERAGE
$ 25.70
NORA B.
26.83
100
2683.00
AVERAGE
$ 26.83
Page 1
BERGER/ABAM ENGINEERS INC.
720 Olive Way • Suite 1100
Seattle, WA 98101.1869
206/357-5600 • FAX 206/3575601
www.abam.cam
April 18, 2008
BERGER/ARAM
ENGINEERS INC
Mr. William R. Cook
City of Yakima
Department of Community and Economic Development
129 North Second Street, Second Floor, City Hall
Yakima, WA 98901
PLANNING
ENGINEERING
ENVIRONMENTAL
PROGRAM MANAGEMENT
Re: City of Yakima MLK Boulevard and Lincoln Avenue Grade Separations Project
March 2008 Management Project Status Report and Invoice
Dear Bill:
We have attached the Management Project Status Report for the month of March 2008. A copy of
this report is also being sent to Bob Desgrosellier with associated invoices for the same reporting
period.
Not much has changed since the last progress report. All of the outstanding issues with BNSF
described in last month's letter are still unresolved. We believe the City is taking the appropriate
action hi contacting BNSF headquarters in Fort Worth to attempt to break the present stalemate
in negotiations.
The design budget still appears to be headed over budget due to out of scope work. Not too
much work was done on the 95% PS&E submittal in the past month, which is why the budget
graph flattened again. This was intentional to preserve as much budget as possible for the final
push. We are still waiting on one critical item before completing the 95% submittal. This item is
the BNSF review of the 90% plans, which they have had since 24 January 2008. As long as
preparing contract documents is not the critical path (BNSF ROW acquisition is the critical path
for now), we will wait for those review comments before completing the 95% submittal. This
saves budget by not having to do rework if the BNSF comments are significant and it allows staff
to be more efficient by getting back on the project only once.
We are also holding off on the supplement request as long as possible to avoid having to do more
supplements when added information is obtained within a few months. The three out of scope
items that are not yet defined enough for a fee estimate are:
Mr. William R. Cook
18 April 2008
Page 2
1. Preparation of a separate construction contract to clear the ARCO/car wash site. This is
waiting on the asbestos report on the building to clarify what special provisions will be
needed for asbestos handling during demolition.
2. Definition of the scope for the design of the aesthetic additions to the project.
3. Preparation of the appraisal for the Lincoln Avenue underpass easement.
Although we believe it is most efficient for everybody involved to get as much into the next
supplement as possible, we will submit the supplement request no later than late May since the
present contract expires on 30 June 2008.
Note that neither we nor any of our subconsultants is currently over budget, nor are likely to be
by the next invoice in May.
Please contact us if you have any questions or comments.
Sincerely,
/a///1
leiJames S. Guarre, PE, SE
Project Executive Project Manager
-4,2„
Christopher C. Walcott, PE
RLF:CCW:nb
Attachments
Management Project Status Report
Budget and Progress Status Schedule
Project Schedule
cc w/attach: Bob Desgrosellier, City of Yakima
Invoice No. 13177
MONTHLY MANAGEMENT PROJECT STATUS REPORT
MLK, JR. BOULEVARD AND LINCOLN AVENUE GRADE SEPARATIONS PROJECT
AS OF 31 MARCH 2008
1. WORK COMPLETED DURING THE MONTH OF MARCH 2008
• Met with BNSF
■ Assisted with legal memo from Ken Harper concerning environmental testing of the
BNSF property being acquired
■ Continued to assist with the City's property acquisitions from the County and BNSF
• Conducted asbestos survey of ARCO/car wash building
• Potholed Fiber Optic Utilities
• Met with Level 3 and Verizon Business concerning fiber optic lines
• Continued to assist with decisions on incorporating artwork into the project
® Prepared invoice and progress report for December 2007 and January and February
2008
2. WORK UNDERWAY OR SCHEDULED FOR THE MONTH OF APRIL 2008
a Continue to assist with the City's property acquisitions from the County and BNSF
■ Get appraisal of the Lincoln Avenue underpass easement
• Continue to assist with decisions on incorporating artwork into the project
• Prepare subcontract with Haddad/Drugan for preliminary artwork
• Continue to coordinate with phone, power, cable, gas, and fiber optic utilities for
relocation of private utilities
■ Complete asbestos report for ARCO/car wash building
■ Begin to prepare separate construction contract documents for clearing the ARCO
property
■ Prepare invoice and progress report for March 2008
3. SUMMARY OF CONTRACT BUDGET STATUS AND SCHEDULE
■ The design is over budget (a supplement request will be submitted in May).
■ The schedule continues to be extended due to lack of progress in ROW negotiations
with BNSF.
4. PROJECT FORECAST UPDATE (brief discussion of upcoming issues, events, or budgetary
concerns that may have an impact on the planning, cost, or completion schedule for the
contract or project)
■ Completing ROW acquisition from BNSF continues to delay the bidding of the project.
■ Project design will go over budget and a supplement request will be submitted.
END OF PROJECT STATUS REPORT
City of Yakima, Washington
IvMLK, Jr. Boulevard and Lincoln Avenue Grade Separations
Monthly Management Project Status Report
BERGER/ABAIv1, RLF:CCW:nb
13 April 2008
Page 1 of I
0
0
0
E
co
0
0
City of Yakima
MLK Blvd and Lincoln Avenue Grade Separation Project
BERGERIABAM Budget and Progress Status
$2,200
$2,000
$1,800
$1,600
$1',400
---'
$1,200
-
-
$1,000
30 Sep 07
31 Oct 07
30 Nov 07
31 Dec 07
31 Jan 07
29 Feb 07
31 Mar 08
30-Apr-08
31 May 08
Value
$1,391
$1,461
$1,551
$1,651
$1,761
$1,871
$1,971
$2,016
$2,047
—4.—Planned Earned
--a—Actual Earned Value
$1,391
$1,463
$1,558
$1,570
$1,590
$1,699
$1,740
—11I--Actual Cost
$1,391
$1,463
$1,558
$1,658
$1,759
$1,859
$1,897
Schedule
YAKIMA GRADE SEPARATIONS
PROJECT SCHEDULE
IJ
Task Name
Duration
Start
FNan
2000
2O9B
2011.
174
Prepare, Renew, and Approve Utility Relocation and Historic District Paving Construction Documernu
1 f 5 days
Mon 121100
FA 611/07
ray10
'
r- 1t1
175
PraPare Utility Relocation and Historic District Paving 95% /SAE (Design Team)
95 days
Mon 12/406
PA 4113237
176
Re law )Mem Rebcaliun and Historic District Paving 95% PSI.E (City Stall)
10 days
Mon 4/16/07
FA 4027107
177
Prepare Utility Relocation and F9Morl0 Ctstr1G Pavng Bid Documents (Design Team)
10 days
Mon 1/30/07
FA 5111107
,
178
Did and Award Utility Relocation and Historic 91,01,1 Paving Construction Contract
Occumenta AdvaNse
40 day.
Mon 5114/07
FA 7/8/07
179
Assemble 81d and Bid (City Staff)
2 days
Mon 511 4107
T. 5115J07
-
180
Bid on LRAM Relocation and HuloAc 0110101avoir g CAnslruclbn Project (Contractors)
16 day.
Wed 511607
Wed 0/0111
181
Awad Utility Relocation and Hletonc DOOM Paveg Conslructlon Contract (City Manager Council, and WSOOT/FHWA)
22 days
Thi 67/07
Fri 7/8/07
162
Construct Utility Ralocallan and Historic District Paving
10 days
Mon 711101
Fn 1624/07
---
183
Comuttol MIN and Heston Dbirkt Paving (Contractor)
80 days
Mon 7/9/07
Fri 10/26/07
"- --
184
Prepare S.paralton Bid Document. (Design Team)
02e days
T. 112107
Mon 61100
---�
185
Prepare Lincoln Ave and MLX A. Blvd. 60% PS8 (Dation Taem
104 days
ten 11/07
PA 528107
`
186
R.0Nw Lincoln Ave. and MA Jr. Blvd. 80% P58E (City)
20 days
Mon 5/2607
' FA 622/07
-
87
IncorporaRest./ te RevComments (lfesgn Team)
10 days
Mon 6/2507
FA 7R//07
_____.__--_.—_ _—
-__.___
188
Prepare Llncan Ave 00%P580 (Design Team)
154 days
Mon 6125/07
Thu 1/3408'1/24
189
Review Lincoln Ave. 90% S8 IN and BNSF)
--
87 days
Thu 1/2408
FA 4/25,08
_ 44.41‘. 4/I5
-
-
190
Prepare Lincoln Ave. 95% P680 (Design Team)
25 day.
Mon 4/2606
—Pd 5/39U
gat 5130
—
191
Prepare MLK Jr. BIW 95% PS/SE (Oealgn Tum)
15 days
Mon 6268
FA 620/08
§, 0120
102
Review lncoln Ave. 95% 158E (City. BNSF, arty WSDOT/FHWA)
15 days
Mon 6/2/08
FA 6/20
.ga.4/20
193
Prepare Lincoln Ave. Bid tbamnls (Design Team)
15 day.
Mon 623/06
fri 7/11/06
6E 7/11
194
Ravlaw MLA, Jr. BIW. 95% P5016 (City and W000FIFHWA)- 500.1,le to be Determined Based on Funding
0 days
Mon 6/1100
Mon 9%l&9
_-
195
Prepare MLA, Jr. Blvd BM Document. (Dealgn Team) • Schedule to be Oatarmined BaudM
on Fund
0 days
on 6/1/00
Mon 6/1/09
+
196
197
108
Acquire ROW
(Bast Casa - ROW Carllfice0on 3)
Prepare
478 days
Wad 10/4108
Fn 8/0100
068118.1.04"...6.0.91
190
Grade Separations ROW PMn. (Design Team)
ea days
Wed 10/4.06
FA 1/2637
200
Prepare Grade Separanon Relocation Plans arA Tow Coal Estimate (Design Team)
25 days
Mon 1/29/07
Fd 3/2/07
201
Approval of ROW and Reboelbn Plans (WSOOT/FHWA)
23 days
Mon 3/5107
Wed 4/4107
202
Approve Fading for ROW Acq>arllkn (WSOOT/FHWA)
82 days
Thu 4/5))7
PA 7/27/07
203
Prepare Appraisals (Design Team)
90 days
Mon 528/07
FA 920/57
204
Renew Appraisals (Design Team)
15 days
Mon 1011/07
Fd 10/1997
205
Make Offen (Design Team and City)
44 days
Mon 10/22/07
Thu 12/20/07
708
Recew OIIanMegatallaa (Property Ownen and City)
111 days
FA 12/21/07
frl 512105
3::..>,:M4411441 . 0/23
20/
Close on Property Awu.itions (All)
25 days
Mon 52698
FA 6/27/11
//n .5/27
208
Cr0/y ROW(WSOOT)
25 days
Mon 6/30/08
Fri8/1438
® 4/1
109
Old and Award Lincoln Ave. Construction Contract
85 days
Mon 61/06
FA 71726100
---- -----
'-'--
210
Bid on L Construction Ave Constrn Project (Contractors)
30 days
Mon 64/08
FA 9/12106
a
..T]w, 9. W12
211
Award Lincoln Ave Construction Contract (Clly Manager, Council, and WSDOT/FHWA)
55 days
Man 0(15/98
Fri 11116109
- r9 : . II/211
212
Uncal, Ave. Ground Brealdn9 Ceremony _ _ _
0 days
Mon 11117/08
Mon 11/1710/
-----'----
213
214
Construct Unwin Ave.
Constn,a
210 days
Mon 12/1/08
Fri 11/27/09
Lincoln Ave (Contractor)
260 say.
Mon 1211106
Fri 11/27/09
„L871sp.vn., ase.:r;4lerrr::.1,. 1127
riga,., ay,._req>a•�^
215
218
717
Acquire ROW (Worst Casa - Wall for BNSFto Complete New Building)
783 days
-
�- - -- "-"✓�- r-
218
Prepare Grade Separations ROW Plans (Design Team)
Wed 1014/06
Fr11W2/09r
.
x---"-
219
Prepare Grade Separation Flak/calk. Plans and True Cast Estimate (Design Team)
83 days
25 days
Wad 1014/06
Mon 1129437
FA 1/2607
Fri 32017
-_-- ---
- -- - - -`— - _
220
Approval of ROW and R.loal/on Piens (W 6 DOT/FMNA)
23 days
kion 3/5/07
Wed 4/497
-._-
221
Approve Funding g for ROW Acqc.1/ n (W SOOT/FHWA)
82 days
Thu 4/5/7
FA 7/27/07
"
222
Prepare Appraisals (Design Team)
90 days
Mon 528/01
FA 92697
- -
H
13
Review Appraisals (Design Team)
15 days
Mon 10/1/07
FA 10/12997
_.__
224
Make Oilers (Design Terri and City)
44 days
Mon 102207
Thu 12/20/07
225
Review 611er6Negooaon a (Property Owren and City)
f epi a s
FA 12/21/07
Fn 5123016 .4.,.41
;feu 0./i5/23
-
--'
226
Close on Progeny AngusAoln (All)
25 days
Mon 5/26/08
FA 0/7108
r- 6/27
227
Rebcale DNS`F Maintenance Office (All)
720 days
Mon /6
012109
L ,a4,; ,r+. `; ',;>;* �.:>+; Y ' <sq Taps: .cri, 914
228
Cen[dy ROW (015007)
20 days
Mon 6/7 871109
FAd 1 10/7'00
7072
729 8/I
and Award Lincoln Ave. Construction Contract
95 days
Mon 1075/00
Mon 2115/10
- -
230
Bld on l InbAn Ave Consul/00n Project (Ca,Iraaaa) --
30 day.
Mon 10/5/30
FA 11/11819
• 11/17
231
Award Uncan Ave. Construction Connan(Clty Manager, Conned. and WSDOT/FHWA)
85 days
Mon 11/1690
FA 2./12/10
232
Lincoln Ave. Ground Breaking C.nmony
0 days
Mon 271610
Mon 2/15/10
.N--•did/21.2/12
233 Cnnslruct
_
Lincoln Ave.
260 a2
Mon 2/15/10
Fr2/1 1/11
♦
-
234
GoowIo. t Uncoln AveAva (Cvractal
280
_ -. -
days
Mon 2/15/10
FA 2/11/17
.:v::r_.� a 1«e�;�.1;7.,;..:�ti �._�)zk.�1 r.>:,ax r:5�: 4111-
-
04.. r0. W M. 1.a Fin ). on//.*7 cM1nw p 5unn.,y .M1•1•11,
1444
•
ITEM TITLE:
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No.
/1
For Meeting of lune 10, 2008
Consideration of Resolution authorizing Supplement No. 4 for the
Professional Services Contract with BERGER/ABAM Engineers, Inc. for
Railroad Grade Separation Project
SUBMITTED BY: William Cook, Dept. of Community and Economic Development
CONTACT PERSON/TELEPHONE: Brett Sheffield, P.E., Chief Engineer 575-6111
SUMMARY EXPLANATION:
On January 16, 2007, the City of Yakima extended the existing contract (2003-53) with a
Supplement (Supplement No. 3) until June 30, 2008. The need to extend this contract is a direct
result of delays in acquiring BNSF Railroad right of way and easements. These delays have
resulted in the need to extend this contract to add six months of additional management and
administration and to increase contract expenses accordingly.
The completion date for this Supplement No. 4 with BERGER/ABAM Engineers, Inc. is
December 31, 2008. The cost of the Supplement is an additional $210,989, making the total
consultant contract amount to date $2,258,273. The City has been working with the consultant
through several contract issues. The issues have been adequately addressed and we have
consensus on the direction and scope of additional work needed.
Continued on page two
Resolution X Ordinance _ Contract X Other (Specify)
Funding Source 2008 Capital Imprc Bement Fund/Federal State Funds
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: Approve resolution authorizing Supplement No 4.
BOARD/ COMMISSION/ COMMITTEE RECOMMENDATION:
COUNCIL ACTION:
Page Two
Work completed and ongoing includes:
• NEPA and SEPA environmental review completed and approved.
• Right of Way Plans completed and approved, acquisition in process
• Phase I (Underground utility relocations), completed
• Final Design for Lincoln Avenue underpass at 90%.
• Final Design for MLK Blvd. underpass at 60%
The extension of this contract is funded through Federal funds that have been secured through the
appropriate agencies.- There are sufficient funds to complete the Design, Right-of-way, and construct the
Lincoln Avenue Underpass.
Once the Design/Right-of-way phase is completed the City will need to negotiate with a consultant for
future work on the construction inspection of this project. This will be presented to the City Council for
approval before beginning the construction phase.
•