Loading...
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. •