HomeMy WebLinkAboutR-2007-007 TIB Grant for Martin Luther King, Jr. Blvd Underpass & Berger/Abam Engineers, Inc. AgreementRESOLUTION NO. R-2007- 07
A RESOLUTION Authorizing the City Manager to: A.) Execute an agreement to accept a
$1,500,000 grant from the Transportation Improvement Board for the
Martin Luther King, Jr. Boulevard Railroad Grade Separation Project; and
B.) Execute an additional supplemental agreement with BERGER/ABAM
Engineers, Inc., for additional engineering and consulting services to
proceed with the next phase of 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
June 30, 2008.
WHEREAS, the Transportation Improvement Board has made funds available through a
competitive application process for transportation projects; and
WHEREAS, the City of Yakima applied for, and was awarded, a $1.5 million grant from
the TIB for construction of the Martin Luther King, Jr. Boulevard Railroad Grade Separation
Project; and
WHEREAS, the TIB has previously awarded $3,000,000 to the City of Yakima for
construction of the Lincoln Avenue Railroad Grade Separation Project; and
WHEREAS, the City of Yakima has secured $27,750,000 in committed funding for the
project; and
WHEREAS,. in July 2000 the City of Yakima issued and advertised a request for
qualifications from firms interested in providing an environmental study 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 services for the initial phase of
the Project; and
WHEREAS, additional engineering and consulting services were required to proceed
with the next phase of the Project, including additional environmental documentation, right-of-
way acquisition/relocation and project design, and
WHEREAS, pursuant to City Resolution No. R-2003-75, the City Council authorized a
second contract (City Contract No. 2003-53) with BERGER/ABAM Engineers, Inc., to provide
these additional services; and
1
WHEREAS, pursuant to a City Resolution dated August 15, 2005, the completion date
for the second contract was extended to March 31, 2007; and
WHEREAS, additional engineering and consulting services are required to proceed with
the next phase of Railroad Grade Separation Project, including but not limited to: right-of-way
acquisition and relocation, legal review, final project design and preparation of bid documents;
and.
WHEREAS, it .is requested that the City Manager have the authority to execute an
additional supplemental agreement for additional engineering and consulting services to proceed
with the next phase of the Project and to extend the completion date and term of the second
contract with BERGER/ABAM Engineers, Inc., through June 30, 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 supplemental agreement with
BERGER/ABAM Engineers, Inc., for additional engineering and consulting services to proceed
with the final phase of the Railroad Grade Separation Project and to extend the completion date
and term of the second contract with BERGER/ABAM Engineers, Inc., through March 31, 2008,
now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to:
A.) Execute an agreement to accept a $1,500,000 grant from the Transportation
Improvement Board for the Martin Luther King, Jr. Boulevard Railroad Grade Separation
Project; and B.) Execute an additional supplemental agreement with BERGER/ABAM
Engineers, Inc.., for additional engineering and consulting services to 'proceed with the
next phase of 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 June 30, 2008. Total compensation for said supplemental agreement not to
exceed $177,284. The form of said supplemental agreement shall be reviewed and
approved by the City Attorney or his designee.
ADOPTED BY THE CITY COUNCIL this 16th day of January, 2007.
David Edler, Mayor
ATTEST:
Deborah Moore, City Clerk
Aft
WIWashington State
Department of Transportation
Supplemental Agreement
p p g
Number 3
Organization and Address
BERGER/ABAM Engineers Inc.
33301 Ninth Avenue S., Suite 300
Federal Way, WA 98003
Phone: 206/431-2300
Original Agreement Number
LA -4453.
Project Number
STPX-NCPD-000S (062)
Execution Date
1/16/2007
Completion Date
6/30/2008
Project Title
MLK Blvd. and Lincoln Avenue Grade Separation
New Maximum Amount Payable
$ 2,047,284.00
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 BERGER/ABAM Engineers Inc.
and executed on 6/20/2003 and identified as Agreement No.
LA -4453
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:
Section IJSCOPE OF WORK, is hereby changed to read:
See attached.
11
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 y 6/30/08. See attached schedule.
Section V, PAYMENT, shall be amended as follows:
,See attached.
111
as set forth in the attached Exhibit D, 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 filial action.
By: RERGER/ARAM Engineers Inc.
DOT Form 140-063 EF
Revised 9/2005
By: R A 7.ai . .Tr _ (`ity Mn
aajgr
nsultant Signature • • oving Authority Signature
Date
CITY CONTRAC r NO. RD 00 5
RESOLUTION NO: 1?"o?207i 7
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 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 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 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
4. Transfer of the design and contract preparation for the utility relocations and historic
district pavers from BERGER/ABAM to Huibregtse Louman Associates.
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 Scope of Work Modifications
Supplement No. 2 was scheduled to be completed by 31 March 2007, a duration of 19 months
from 1 September 2005 (the date that Supplement No. 2 took effect). Per the Supplement No. 2
schedule, completing the National and State Environmental Policy Acts (NEPA and SEPA)
processes was scheduled to take 100 working days (4-1/2 months) and completion of the
contract documents, and right-of-way acquisition was scheduled to take about a year following
that. The remaining three months provided a schedule cushion in case the work as defined in
the contract took three months longer to complete...
Completing the environmental process ended up taking 285 working days (13 months). The
primary reason for the schedule extension of the NEPA/SEPA processes was that legal, public,
and agency reviews took longer than expected. The specific items that extended the schedule
185 working days were
• The schedule for Supplement No. 2 included 10 working days for a final review of the
NEPA environmental assessment (EA) by the Washington State Department of
Transportation (WSDOT) and the Federal Highway Administration (FHWA). WSDOT and
FHWA ended up taking 45 working days for this review.
City of Yakima
MLK Blvd. and Lincoln Avenue Grade Separation
Yakima, Washington
Section II
BERGER/ABAM, FAPWT-04-016
January 2007
Page 1 of 6
• Incorporating these review comments took 15 working days instead of the scheduled four
days.
• WSDOT and FHWA then had another unscheduled review that took 47 working days.
• WSDOT adopted a new procedure for signing the EA that included setting up a conference
call with all WSDOT reviewers and then holding a signing ceremony. Neither of these
events was in the Supplement No. 2 schedule. Setting them up and completing them took
20 working days.
• Preparing for and completing the: public review process for the EA was scheduled for
20 working days and took 28 working days.
• Preparing for and holding an unscheduled public hearing in addition to the original public
meeting took an additional 15 working days.
• Responding to public comments on the EA was scheduled for five working days. Because
of the legal and agency scrutiny on the responses and the need to gather further train count
data, this item took 35 working days.
• Final WSDOT and FHWA review of the responses to comments was scheduled for
5 working days and took 15 working days.
• After completion of Supplement No. 2 schedule, further legal details of the SEPA adoption
process were added by the design team's legal advisors. The SEPA adoption process was
scheduled for 23 working days and took 33 working days.
By focusing on doing only what needed to be done and only doing it when it was needed, the
design team is actually able to give the City a credit on the budget for the environmental work.
The design team has four members that were involved in the environmental work. Of those,
BERGER/ABAM and Widener and Associates were both able to complete the environmental
work within previously established environmental budgets, although there was added cost for
an additional public hearing that is covered later as out of scope work. The team's legal
advisor, Lane Powell, did incur extra cost for their work, but the last environmental team
member, Huckell Weinman, completed their work under budget.
There were, however, 8-1/2 months of added management and administration for BERGER/
ABAM. From the original scheduled completion date of the NEPA/SEPA processes on
17 ]January 2006 to the actual completion date of 3 October 2006, BERGER/ABAM expended
163 hours on management and administration. This extra effort is the result of the schedule
extension described above.
In addition, it has now been three years since the topographic and boundary surveys were
completed. There have been changes to the topography and property ownerships throughout
City of Yakima
MLK Blvd. and Lincoln Avenue Grade Separation
Yakima, Washington
Section II
BERGER/ABAM, FAPWT-04-016
January 2007
Page 2 of 6
the project area. These changes will have to be researched again and resurveyed in order to
complete accurate right-of-way plans and contract documents.
Lastly, there were additional expenses of one trip per month to Yakima incurred during the
schedule extension.
2. Salary Escalation Due to Extending the Project Schedule.
When Supplement No. 2 was prepared, a graph was also created to track expenditures over
time until the end of the project. That graph has been updated monthly and included with each
monthly progress report since the beginning of Supplement No. 2. The most recent copy of that
graph is attached. The top line in the graph is the planned earned value (planned budget
expenditures) and the second line is the actual earned value, which represents the degree of
completeness of the project. BERGER/ABAM's salary adjustments occurred on 1 July 2006. At
that time, $1,235,000 was planned to have been spent, but due to the schedule extensions
described above, only $705,000 of actual progress had been made. This means that $530,000 that
was planned to be spent in the previous salary years is now going to be spent in the present
salary year. $200,000 of this $530,000 is for subconsultants whose base rate is two years old.
The remaining $330,000 is for BERGER/ABAM and subconsultants whose base rates are one
year old.
The average salary adjustment for BERGER/ABAM and our subconsultants on 1 July 2006 was
an increase of eight percent. This percentage rate is higher than normal, but reflects the current
high demand for transportation engineers in the Pacific Northwest. The two-year percentage
increase for subconsultants (whose base is two years old) is 12 percent.
3. Work that has been done or is still yet to be done that is Outside the Original Scope of
Work
A. Public Involvement
The scope of work included four public meetings. There have been three public meetings held
so far, although they were not the meetings as described in the original scope. Those three
meetings were the presentation to the new council members in February 2006, the EA public
meeting, and the EA public hearing. This supplement modifies the scope to account for the
three meetings already held and specify that there will be one more public meeting, likely to be
held shortly before construction starts. This is a change to scope only and no change is made
for this item under the PAYMENT section below.
B. Separate Construction Contract for Utility Relocations and Historic District Pavers
Much of the work for the design and contract documents for the utility relocations and historic
district pavers does not change whether that construction is done as part of the grade separation
contract or as its own construction contract. However, preparing a separate construction
contract for this work does require some duplication of effort. The items that are duplicated are
outside the original scope because they have to be done twice instead of once. Specifically,
these items are
City of Yakima
MLK Blvd. and Lincoln Avenue Grade Separation
Yakima, Washington
Section 11
BERGER/ABAM, FAPWT-04-016
January 2007
Page 3 of 6
• The title sheet, general notes, legend, and abbreviations sheet, summary of quantities sheet,
and site preparation and TESC sheet will be duplicated
• There will be some duplication of effort in preparing the cost estimate and the specifications
• The intermediate, 95 percent, and final contract document submittal efforts will be
duplicated
• Services during ad, bid, and award will be duplicated
C. Separate Construction Contract to Remove Existing Unused Railroad Crossings
A separate construction contract will be prepared to remove the existing unused railroad
crossings of Lincoln Avenue and MLK Blvd. These consist of three crossings of each street
between 1st Avenue and 2nd Avenue, two crossings of each street about 150 feet east of
1st Avenue, and one crossing of Lincoln Avenue just west of the mainline track. Most of this
work is outside the original scope. The five crossings between 1st Avenue and Front Street
would have been removed anyway as part of the grade separation contract, but they would not
have needed any special coordination, nor would they have had the roadway, curb, and
sidewalk repaired around them like they will as a separate contract. The specific added efforts
are
• Coordination with the Union Pacific Railroad (UPRR) and the Burlington Northern/Santa Fe
(BNSF) Railway for permission to remove the crossings and the signals between 1st Avenue
and 2nd Avenue
• Coordination with BNSF for permission to remove the crossings between 1st Avenue and
Front Street
• Coordination with WSDOT and FHWA to determine how, and if, these removals and
repairs can be funded as part of the project
• Preparation of plans, specifications, and estimates (PS&E) for the removals and repair of
roadway, curb, and sidewalk
D. Prepare Contract Documents for Lincoln Avenue to be the Base Bid and MLK Blvd. to be an
Additive Bid -
The grade separation construction contract will be split into two parts. All work required to
construct the Lincoln Avenue underpass will be part of the base bid. This work will definitely
be done. All additional work required to construct the MLK Blvd. underpass will be part of an
additive bid. This work will only be done if the City secures adequate funds to cover both the
base bid and the additive bid.
Much of the effort to break the contract into base and additive bids is just a matter of labeling
drawings as part of the base or additive bids. The effort to create the drawings is unchanged by
the change to .base and additive bids. There are, however, several key parts of the contract that
will require extra effort because of this change. This extra effort is necessary because there are
City of Yakima
MLK Blvd. and Lincoln Avenue Grade Separation
Yakima, Washington
Section II
BERGER/ABAM, FAPWT-04-016
January 2007
Page 4 of 6
significant construction savings that can be realized if only Lincoln Avenue is built under this
contract. In order to realize these savings, some aspects of the contract for Lincoln Avenue will
have different designs and drawings based on whether only the base bid is accepted or whether
the base and additive bids are accepted. These parts of the contract are described in more detail
below.
1. The design and contract documents for the shoofly will be different depending on
whether the additive bid is accepted or not. The design and contract documents for the
shoofly will be done per the original scope of work as part of the additive bid.
However, additional effort is required to prepare different designs and contract
documents to capitalize on a less expensive shoofly should only the base bid be
accepted. If only Lincoln Ave. is built, then the shoofly only needs to run from D St. to
MLK Blvd. This provides savings by being shorter, by not requiring relocation of the
train signals at MLK Blvd., and by not impacting the parking north of the passenger
depot.
2. The phasing drawings will, be different depending on what bids are accepted. The
phasing drawings for the additive bid will be done per the original scope of work,
however, different phasing drawings will be prepared for the base bid. The cost savings
difference is that when both underpasses are being built, the Front Street Bridge at
Lincoln Avenue is built first and then the tracks are shooflied over it. If only Lincoln
Avenue is being built, then the shoofly will be built first without a bridge, the trains will
be shifted, the mainline railroad bridge will be built, the trains will be shifted back to the
mainline, and the rest of the underpass will be completed.
3. The advantage to the revised phasing if only Lincoln Avenue is built is that the Front
Street Bridge over Lincoln Avenue would no longer have to be designed to carry train
loads. Since train loads are significantly higher than roadway bridge design loads, the
Front Street Bridge will have a different design if only the base bid is accepted. That
design will not need railroad design review and there will be construction cost savings
for both the Front Street Bridge superstructure and substructure.
4. The last ripple effect of the different shoofly for accepting only the base bid is that the
new design of the Front Street Bridge can be shallower and therefore the depth of the
underpass will be slightly shallower also. Taking advantage of the shallower underpass
will require a different profile for Lincoln Avenue, which will also affect the design and
drawings for many other items, including the walls, drainage and bottom seal.
5. Separate designs and drawings will need to be done for Front Street also. If only Lincoln
Avenue is built, then Front Street will only need to be realigned from D Street to MLK
Blvd.
One item that could be changed if only Lincoln Avenue is built is the stormwater pumping and
infiltration facility. However, the potential savings are estimated to be small and therefore the
City of Yakima
MLK Blvd. and Lincoln Avenue Grade Separation
Yakima, Washington
Section II
BERGER/ABAM, FAPWT-04-016
January 2007
Page 5 of 6
control building for the pumps and the infiltration pond will be designed and detailed to
handle both underpasses regardless of whether or not one or both underpasses are built. This
only applies to the parts of the system that are common to both underpasses, the wet well and
pumps for MLK Blvd. will only be constructed as part of the additive bid.
Another item that is affected, but will not be changed is right-of-way. Since right-of-way has to
be acquired and certified prior to going to bid, all the right-of-way and easements necessary to
build both underpasses will have to be acquired prior to the bid, even though some of it may
not be used right away if the MLK Blvd. underpass additive bid is not accepted.
E. Prepare Supplement No. 3
The effort to prepare this scope modification and the corresponding fee proposal and
negotiations are included in this supplement.
4. Transfer of the Design and Contract Preparation for the Utility Relocations and Historic
District Pavers from BERGER/ABAM to Huibregtse Louman Associates.
The design and preparation of the contract documents for the utility relocations and the historic
district pavers will be done by Huibregtse Louman Associates instead of by BERGER/ABAM.
This is just a transfer of existing budget and the budget above for Item 3.B. from
BERGER/ABAM to Huibregtse Louman Associates as detailed below in the PAYMENT section.
City of Yakima
MLK Blvd. and Lincoln Avenue Grade Separation
Yakima, Washington
Section 11
BERGER/ABAM, FAPWT-04-016
January 2007
Page 6 of 6
YAKIMA GRADE SEPARATIONS
PROJECT SCHEDULE
ID
Task Name200
Duratbn
Siad
Finish
r1 Aa 1 Mae 1 An 7 8.M I ,We LSea I._ Or I Nm l tic
2007
Jan J Fel I PM. 1 Aa I wv 1 Jun I A.+ I Ave 1 See 1 1 Nra L b.a
Jan I Fee 1 us
174
Acquire ROW
185 days
Mon 1129107
FA 10/12/07
401
175
Acquire ROW (All)
185 days
Mon 1/29/07
FA 10/12/07
It■-
10112
178
Prepare, Review, and Approve Utility Relocation and Historic District Paving Construction Doe
105 days
Mon 12/4106
Fri 4/27/07
177
Prepare Utility Relocation and Historic District Paving 50% PS&E (Design Team)
40 days
Mon 1214/06
FA 1/26/07
1126
178
Review UOTity Relocation and Historic District Paving 50% PS&E (City Staff)
10 days
Mon 1/29/07
FA 2/9/07
2/9
179
Prepare Utility Relocation and Historic District Paving 90% PS&E (Design Team)
30 days
Man 1/29/07
Fri 39/07
L9
180
Review Utility R4100.9on and Historic District Paving 90% PS&E (City Staff)
10 days
Man 3/12/07
FA 3/23/07
3/23
181
Prepare Utility Relocation and Hisloric District Paving 95% PS&E (Design Team)
10 days
Man 3/26/07
Fri 4/8/07
4/6
182
Review Utility Relocation and Historic District Paving 95% PS &E (City Staff)
5 days
Mon 4/9,07
FA 4/13/07
4113
183
Prepare Utility Relocation and Historic District Paving 81d Documents (Design Team)
10 days
Man 4116/07
Fri 4/27/07
4/27
184
Bid and Award Utility Relocation and Historic District Paving Construction Contract
40 days
Mon 4/30/07
Fri 6/22/07
185
81d on Utility Relocation and Historic District Paving Construction Pakct (Contractors)
20 days
Mon 4/30/07
FA 5/25/07
5/25
188
Award Utility Relocation and Historic District Paving Construction Contract (City Manager, Cound
20 days
Mon 5/28/07
Frl 8/22/07
6/12
187
Construct Utility Relocation and Historic District Paving
100 days
Mon W5/07
FA 1119/07
186
_
Construct Utility Relocation and Historic District Paving (Contractor)
100 days
Mon 625/07
Fri 11/9/07
-'- - -
- - ,. 11/9
189
Prepare Grade Separation BId Documents (Design Team)
266 days
Wed 10/4/06
FA 10/12/07
r
a.
190
Prepare Grade Separations ROW and Relocation Plans (Despn Team)
73 days
Wed 10/4/08
Fri 1/12/07
ilit
1/26
191
Approval of ROW and Relocation Plans (WSOOT/FHWA)
10 days
Mon 1/15/07
Fri 1/26/07
192
Prepare Grade Separations 60% PS&E (Design Team)
69 days
Tue 112/07
Fd 4/8/07
' - _' 1-
193
Review Grade Separations 80% PS&E (City and WSDOT/FHWA)
15 days
Mon 4/9/07
Fri 4/27/07.4/27
® 6/11
194
Incorporate Review Comments (Design Team)
10 days
Mon 4/30/07
Fri 5/11/07
195
Prepare Grade Separations 90% PS&E (Design Team)
80 days
Man 4/9/07
FA 5/25/07
6/29
196
Review Grade Separation BO% PS&E (City and WSDOT/FHWA(
15 days
Man 7/2/07
Fri 7/20/07
7120
197
Prepare Grade Separations 95% PS&E (Design Team)
30 days
Man 7/2107
FA 6/31/07
6/31
198
Review Grade Separation 95% P506 (Cay and WSDOT/FH WA)
15 days
Mon 9/3/07
FA 9/11/07
_ 9/21
199
Prepare Grade Separation Bid Documents (Design Team)
15 days
Man 9/24/07
Fri 10/12/07
10/12
200
BId and Award Grade Separation Construction Contact
100 days
Mon 10/15/07
FA 2/29/08
40
201
Sid on Grade Separation Construction Project (Contractors)
30 days
Mon 10/15/07
Fri 11/23/07
_- 11/23
202
Award Grade Separation Construction Conrad (Cty Manager, County, and WSDOT/FHWA)
70 days
Mon 1126/07
Fri 2/19/08
2/29
203
Grade Separation Ground Breaidng Cenmlony
0 days
Man 13/08
" Mon 1308
204
Construct Grade Separations
479 days
Mon 3/3/08
Thu 12/31109
205
Construct Grade Separations (Contractor)
479 days
Mon 3/3/08
Thu 12/31/09
SUMO
I
S,..n.,y Frmoiss, RMed Lip GOO/Tek /iiiiiIiiiiiiiiliiiigl holed Up Propm ® Dams Teb frIWRI5ISigl Go,N BYBumm.tl
Task ii/iii/ilii/iii ii] P.W...
DesdN. .
Dee. 1001/75/07
0.011.1 Task �:iiii/i:: : 'iJ Weston. ♦ Med Up Taft€::>i:id:0i:;:/0I /MariWMaatma Q On Prot. Surm.ey
P.p.4
Exhibit D
Supplment No. 3 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 Scope of Work Modifications
BERGER/ABAM $ 22,239
Huibregtse Louman Associates $ 17,868
Lane Powell $ 8,348
Huckell Weinman $ (44,999)
Item 1 Subtotal $ 3,456
Item 2 - Salary Escalation Due to Extending the Project Schedule
BERGER/ABAM $ 21,450
Shannon and Wilson $ 5,127
TRANSPO $ 14,413
Huibregtse Louman Associates $ 483
Kennedy Jenks $ 8,927
Item 2 Subtotal $ 50,400
Item 3 - Work That Has Been Done or is Still Yet to be Done That is Outside the Original Scope of Work
BERGER/ABAM
$ 123,428
Item 3 Subtotal $ 123,428
Item 4 - Transfer of the Design and Contract Preparation for the Utility Relocations and Historic District
Pavers from BERGER/ABAM to Huibregtse Louman Associates
Totals
BERGER/ABAM
Huibregtse Louman Associates
$ (116,649)
$ 116,649
Item 4 Subtotal $ 0
BERGER/ABAM $ 50,467
Shannon and Wilson $ 5,127
TRANSPO $ 14,413
Huibregtse Louman Associates $ 135,000
Kennedy Jenks $ 8,927
Lane Powell $ 8,348
Huckell Weinman $ (44,999)
SUPPLEMENT NO. 3 GRAND TOTAL $ 177,284
Exhibit D
Supplment No. 3 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 Scope of Work Modifications
Direct Salary Cost (DSC1
PERSONNEL Hours Pay Rate Cost
Project Executive 0 $ 76.44 $
Project Manager 136 48.61 6,611
Project Engineer 0 48.61
Senior Engineer 0 34.04
Planner 0 35.48
Engineer/Technician 0 25.00
Graphics/CADD 0 30.15
Project Coordinator 7 23.96 168
Clerical 20 25.79 516
Direct Salary Cost Total 163 $ 7,294
Overhead Cost
Net Fee
158.23%
32.00%
of DSC $
of DSC $
SUBTOTAL $
Reimbursables
8 Roundtrips at 300 miles each at $0.445/mile $
REIMBURSABLES SUBTOTAL $
11,542
2,334
21,171
1,068
1,068
Subconsultants:
Huibregtse Louman Associates $ 17,868
Lane Powell $ 8,348
Huckell Weinman $ (44,999)
SUBCONSULTANTS SUBTOTAL $ (18,783)
SUPPLEMENT NO. 3 - ITEM 1 TOTAL $ 3,456
Exhibit D
Supplment No. 3 Analysis of Costs - BERGER/ABAM
Item No. 2 - Salary Escalation Due To Extending The Project Schedule
cn
0
0
c
`o
0
City of Yakima
MLK Blvd and Lincoln Avenue Grade Separation Project
BERGERIABAM Budget and Progress Status
2000
1800
1600
1400
1200
1000
800
600
._ .
400
200
0
31
Aug
05
30
Sep
05
31 Oct
05
30
Nov
05
31
Dec
05
31
Jan
06
28
Feb
06
31
Mar
06
30
Apr
06
31
May
06
30
Jun
06
31 Jul
06
31
Aug
06
30
Sep
06
31 Oct
06
30
Nov
06
31
Dec
06
520.8
551.2
594.3
653.8
699.9
735.8
819.1
913.6
1022
1128
1235
1345
1457
1588
1718
1796
1820
-e-Planned Eamed Value
520.8
546.6
587.4
593.1
611.3
629.9
651.8
671.2
671.2
696.3
705.5
712.2
740.9
768.6
783.9
--9-Actual Eamed Value
*Actual Cost
507.2
532.7
578.9
590.3
612
632.3
655.5
672.3
690.4
714.8
724.6
731.9
760.7
788.5
803.3
Schedule
Planned Billings as of 30 June 2006 =.$1,235,000
Actual Progress as of 30 June 2006 = $705,000
Budget Planned to be Spent in 2005 Salary Year that will be Spent in 2007 Salary Year = $200,000
Budget Planned to be Spent in 2005-06 Salary Year that will be Spent in 2006-07 Salary Year = $330,000
Escalation at 12% on $200,000 = $24,000
Escalation at 8% on $330,000 = $26,400
Breakdown by Firm
BERGER/ABAM $ 21,450
Shannon and Wilson $ 5,127
TRANSPO $ 14,413
Huibregtse Louman Associates $ 483
Kennedy/Jenks $ 8,927
Supplement No.3 - Item 2 Total $ 50,400
Exhibit D
Supplment No. 3 Analysis of Costs - BERGER/ABAM
Item No. 3 - Work That Has Been Done Or Is Still Yet To Be Done That Is Outside The Original Scope Of
Work
Direct Salary Cost (DSC1
PERSONNEL Hours Pay Rate Cost
Project Executive 14 $ 76.44 $ 1,070
Project Manager 178 48.61 8,653
Project Engineer 170 48.61 8,264
Senior Engineer 196 34.04 6,672
Planner 0 35.48 -
Engineer/Technician 220 25.00 5,500
Graphics/CADD 376 30.15 11,336
Project Coordinator 6 23.96 144
Clerical 24 25.79 619
Direct Salary Cost Total 1184 $ 42,257
Overhead Cost
Net Fee
158.23%
32.00%
of DSC $ 66,864
of DSC $ 13,522
SUBTOTAL $ 122,644
Reimbursables
4 Roundtrips at 300 miles each at $0.445/mile $
Reproduction and Postage $
REIMBURSABLES SUBTOTAL $
Subconsultants:
SUBCONSULTANTS SUBTOTAL $
534
250
784
SUPPLEMENT NO. 3 - ITEM 3 TOTAL $ 123,428
Project Name:
Project No:
Prepared By:
Date:
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 1)
City of Yakima, MLK Blvd. and Lincoln Avenue Grade Separations
FA PWT 04016
CCW
25 -Jan -07
Item 1 - Additional Efforts Completing Work That Is Included In the Original Scope of Work and/or
the Supplement No. 2 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 1 FIELD SURVEYS
1.1. Planimetric Survey
0
1.2. Topographic Survey
0
1.3. SUE Level B
0
1.4. Boundary Survey
0
1.5. Draft DTM and Basemap
0
1.6. SUE Level A
0
1.7. Final DTM and Basemap
0
1.8. Coordinate Field Survey
0
1.9 Review and Comment on DTM's and Basemaps
0
TOTAL ABAM FIELD SURVEYS HOURS
0
0
0
0
0
0
0
0
0
0
TASK 2: GEOTECHNICAL ENGINEERING
2.1. Review of Existing Information
0
2.2. Develop Work plan
0
2.3. Conduct Field Work
0
2.4. Engineering Analyses/Develop Recommendations
0
2.5. Meetings
0
2.6. Project Management
0
2.7. Draft Reports
0
2.8. Final Report
0
2.9. Coordinate Geotechnical Work
0
2.10. Review and Comment on Reports
'
0
TOTAL ABAM GEOTECHNICAL ENGINEERING HOURS
0
0
0
0
0
0
0
0
0
0
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 1)
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SUB
TASK 3: PERMITTING, SPECIAL STUDIES
3.1. Environmental Justice
0
3.2. Water Quality
0
3.3. Cultural Resources
0
3.4. Section 4(f)
0
3.5. Land Use Economics
0
3.6. Transportation Technical Study
0
3.7. Air Quality
0
3.8. Noise Study
0
3.9. Draft NEPA EA
0
3.10 Permits
0
3.11 Coordinate Permitting and Special Studies
0
3.12 Review and Comment on Reports
0
TOTAL ABAM PERMITTING AND SPECIAL STUDIES HOURS
0
0
0
0
0
0
0
0
0
0
TASK 4: ENVIRONMENTAL SUPPORT
4.1. Permit Support
0
4.2. Biological Review
0
4.3. FONSI
0
4.4. SEPA Compliance
0
4.5. Coordinate Environmental Support
0
4.6. Review and Comment on Reports
0
TOTAL ABAM ENVIRONMENTAL SUPPORT HOURS
0
0
0
0
0
0
0
0
0
0
TASK 5: RAILROAD COORDINATION
5.1. Railroad Construction Agreements
0
5.2. Right of Entry Agreements
0
5.3. Safety Training
0
5.4. Approval Bridges
0
of
TOTAL ABAM RAILROAD COORDINATION HRS
0
0
0
0
0
0
0
0
0
0
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 1)
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SUB
TASK 6: PUBLIC INVOLVEMENT
6.1. Public Involvement Plan
0
6.2. Mailing List
0
6.3. Newsletters
0
6.4. Open House
0
6.5. Public Meetings
0
6.6. PGT/CAG Meetings/Coordination
0
TOTAL ABAM PUBLIC INVOLVEMENT HOURS
0
0
0
0
0
0
0
0
0
0
TASK 7: INTERMEDIATE DESIGN
7.1. Roadway Improvements
0
7.2. Traffic
0
7.3. Construction Phasing
0
7.4. Drainage
0
7.5. Pump System
•
0
7.6. Utility Relocations
0
7.7. Structures
0
7.8. Environmental Considerations
0
7.9. Preliminary Est. of Probable Construction Costs
0
TOTAL ABAM INTERMEDIATE DESIGN HOURS
0
0
0
0
0
0
0
0
0
0
TASK 8: VALUE ENGINEERING (VE) STUDY SUPPORT
8.1. Project Overview
0
8.2.0n -Call Support
0
8.3. Response VE Study Comments
0
TOTAL ABAM VALUE ENGINEERING STUDY SUPPORT HOURS
0
0
0
0
0
0
0
0
0
0
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 1)
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/ TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SUB
TASK 9: PLANS, SPECIFICATIONS, AND ESTIMATES
9.1. Right-of-way Plans
0
9.2. Title Sheet
0
9.3. General Notes, Abbreviations, and Legend
0
9.4. Summary of Quantities
0
9.5. Construction Phasing Plans
0
9.6. Detour Plans
0
9.7. Construction Limits and Alignment Plans
0
9.8. Site Preparation and TESC Plans and Details
0
9.9. Typical Street Sections
0
9.10. Roadway Plans & Profiles
0
9.11. Roadway and Miscellaneous Details
0
9.12. Storm Drain and Utility Plans
0
9.13. Storm Drain Profiles
0
9.14. Drainage Details
0
9.15. Pump Station Details
0
9.16. Sewer and Water Plan, Profile and Details
0
9.17. Final Configuration Traffic Plans
0
9.18: Grading Plans
0
9.19. Landscape Plans
0
9.20. Railroad Shoofly
0
9.21. Bridges
0
9.22. Retaining Walls and Seal
0
9.23. Mitigation Plans
0
9.24. Specifications
0
9.25. Engineers Estimate
0
TOTAL ABAM PLANS, SPECIFICATIONS & ESTIMATE HOURS
0
0
0
0
0
0
0
0
0
0
TASK 10: CONSTRUCTION SCHEDULE
10.1. Construction Schedule .
0
TOTAL ABAM CONSTRUCTION SCHEDULE HOURS
0
0
0
0
0
0
0
0
0
0
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 1)
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
.SENIOR
ENGR
PLANNER
ENGRITECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SUB
TASK 11:ROW APPRAISAL, ACQUISITION, AND COORDINATION
11.1. Complete Title Searches
0
11.2. Preparation and Administration
0
11.3. Appraisal and Appraisal Review
0
11.4. Negotiations
0
11.5. Relocations
0
11.6. Facilitate Closing
0
11.7. Review and Coordination
0
11.8. Coordinate Acquistion of BNSF Property
0
11.9. Coordinate Easements on BNSF Property
0
11.10. Coordinate Agreements between BNSF and Private Parties
0
11.11. Coordinate Agreements between City and County
0
TOTAL ABAM ROW APPRAISAL, ACQUIST & COORD HOURS
0
0
0
0
0
0
0
0
0
0
TASK 12: SUBMITTALS, QUALITY ASSURANCE AND PROJECT COORDINATION
12.1. Project Management/Work plans
32
1
33
12.2. Project Schedule/Updates
24
1
25
12.3. Progress Reports
32
1
16
49
12.4. Invoicing
16
1
4
21
12.5. Project Team Coordination
8
1
9
12.6. Project Coordination with City
16
1
17
12.7. Coordination with the PGT/CAG
0
12.8. Site Visits
0
12.9. Intermediate Design Submittal
0
12.10. Quality Assurance
8
1
9
12.11.95 Percent Submittal
0
12.12. 100 Percent Submittal (Final Contract Documents)
0
12.13. Support During Ad, Bid, and Award
0
TOTAL ABAM MANAGEMENT HOURS
0
136
0
0
0
0
0
7
20
• 163
TASK 13: PRECONSTRUCTION AND CONSTRUCTION SERVICES
13.1 Prebid Meeting
0
TOTAL PRECONST AND CONST SERVICES HOURS
0
0
0
0
0
0
0
0
0
0
BERGER/ABAM Supplement No. 3 - Item 1 Total
0
136
0
0
0
0
0
7
20
163
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 3)
Project Name: City of Yakima, MLK Blvd. and Lincoln Avenue Grade Separations
Project No: FA PWT 04 016
Prepared By: CCW
Date:
25 -Jan -07
Item 3 - Work That Has Been Done Or Is Still Yet To Be Done That Is Outside The Original Scope Of Work
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
SEPARATE UTILITY AND PAVER CONTRACT
TASK 3.B.
2
4
2
8
16
Title Sheet
Notes, Abbreviations, and Legend
2
4
4
12
22
General
2
4
4
12
22
Summary of Quantities
TESC Plans and Details
2
4
8
16
30
Site Preparation and
2
8
8
8
26
Specifications
Estimate
2
8
8
8
26
Engineers
Submittal
2
4
4
4
8
22
Intermediate Design
Submittal
2
4
4
4
8
22
95 Percent
Percent Submittal (Final Contract Documents)
4
8
8
8
16
44
100
Ad, Bid, and Award
4
4
4
8
8
28
Support During
TOTAL ABAM SEPARATE UTILITY AND PAVER CONTRACT HOURS
0
16
44
52
0
50
88
0
8
258
TRACK REMOVAL CONTRACT
TASK 3.C. SEPARATE
UPRR
24
24
Coordinate with
Coordinate with BNSF
WSDOT and FHWA
32
16•
32
16
Coordinate with
2
4
2
8
16
Title Sheet
Abbreviations, and Legend
2
4
4
12
22
General Notes;
2
4
4
12
22
Summary of Quantities
Plans Details
4
8
8
24
32
76
Demolition and
Sections
8
16
16
40
Repair
Repair
16
16
40
Plans28
4
88
88
8
Specifications
Estimate
8
26
Engineers
During Ad, Bid, and Award
4
4
4
8
8
28
Support
TOTAL ABAM TRACK REMOVAL CONTRACT HOURS
0
86
50
40
0
82
104
0
8
370
Exhibit D
Labor Hour Estimate (COST EST. - ITEM 3)
DESCRIPTION
PROJECT
EXEC
PROJECT
MGR
PROJECT
ENGR
SENIOR
ENGR
PLANNER
ENGR/ TECH
GRAPHIC/CA
DD
PROJECT
COORD
CLERICAL
TOTAL
TASK 3.D.: BASEAND ADDITIVE BIDS
Lincoln Avnue Only Shoofly
4
8
24
24
40
100
Lincoln Avenue Only BNSF C & M Agreement
4
4
4
4
16
Lincoln Only Construction Phasing Plans
4
4
4
8
16
36
Front St. Bridge Over Lincoln Without Train Loads
2
8
24
40
40
114
Lincoln Only Plan and Profile
4
8
8
16
24
60
Lincoln Only Storm Drain Plans and Profiles
2
4
4
16
16
42
Lincoln Only Retaining Walls and Seal
2
4
8
8
24
46
Lincoln Only Front Street Plan and Profile
2
8
8
16
24
58
Lincoln Only Cost Estimate
2
4
8
8
8
30
TOTAL ABAM BASE AND ADDITIVE BID HOURS
6
36
76
104
0
88
184
4
4
502
TASK 3.E. PREPARE SUPPLEMENT NO. 3
Prepare Scope
2
20
4
26
Prepare Fee proposal
2
16
2
20
Negotiate
4
4
8
TOTAL ABAM SUPPLEMENT NO.3 HOURS
8
40
0
0
0
0
0
2
4
54
BERGER/ABAM Supplement No. 3 - Item 3 Total
14
178
170
196
0
220_
376
6
24
1184
YAKIMA GRADE SEPARATION PROJECT
PROJECT FUNDING SUMMARY
ESTIMATED TOTAL PROJECT COST — Est. 2008 Dollars
$34,770,000
Committed Funding as of December 2006
$3,000,000
State Freight Mobility Strategic Investment Board (FMSIB)
$7,000,000
City of Yakima Federal Direct Allocation
$750,000
Federal Highway Administration (FHWA) Appropriations
$13,750,000
Washington Transportation Improvement Board—Design/ROW
$150,000
Washington Transportation Improvement Board — Lincoln Ave.
$3,000,000
Washington Transportation Improvement Board — MLK Blvd.
$1,500,000
BNSF Railroad
$1,750,000
Total Committed Funding
$27,900,000
OUTSTANDING BALANCE
($6,870,000)
Pending Funding Proposals
City of Yakima through Competitive Regional Allocation*
$3,000,000
Ports of Seattle and Tacoma
$200,000
Total Pending Funds
$3,200,000
Outstanding Balance w/ Award of Pending Funds
($3,670,000)
Other Sources of Funds. for Outstanding Balance
State Port and Rail Assistance Package
Washington Public Works Trust Fund Loan
Additional State and Federal Appropriations
Increased Participation by BNSF
* -- The city's federal direct allocation formula was changed by state law in 2006. For this
reason, the federal funds coming to the region must be awarded through a competitive process,
and the city anticipates receiving multiple awards to cover our contribution. We have also
increased the amount of anticipated funds by $1,750,000.
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 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
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 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
4. Transfer of the design and contract preparation for the utility relocations and historic
district pavers from BERGER/ABAM to Huibregtse Louman Associates.
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 Scope of Work Modifications
Supplement No. 2 was scheduled to be completed by 31 March 2007, a duration of 19 months
from 1 September 2005 (the date that Supplement No. 2 took effect). Per the Supplement No. 2
schedule, completing the National and State Environmental Policy Act (NEPA and SEPA)
processes was scheduled to take 100 working days (4 'h months) and completion of the contract
documents and Right -of -Way acquisition was scheduled to take about a year following that. The
remaining three months provided a schedule cushion in case the work as defined in the contract
took three months longer to complete..
Completing the environmental process ended up.taking 285 working days (13 months). The
primary reason for the schedule extension of the NEPA/SEPA processes was that legal, public,
and agency reviews took longer than expected. The specific items that extended the schedule
185 working days were:
• The schedule for Supplement No. 2 included 10 working days for a final review of the
NEPA Environmental Assessment (EA) by the Washington State Department of
Transportation (WSDOT) and the Federal Highway Administration (FHWA). WSDOT
and FHWA ended up taking 45 working days for this review.
• Incorporating these review comments took 15 working days instead of the scheduled four
days.
• WSDOT and FHWA then had another unscheduled review that took 47.working days.
• WSDOT adopted a new procedure for signing the EA that included setting up.a
conference call with all the WSDOT reviewers and then holding a signing ceremony.
Neither of these events was in the Supplement No. 2 schedule. Setting them up and
completing them took 20 working days.
• Preparing for and completing the public review process for the EA was scheduled for 20
working days and took 28 working days.
• Preparing for and holding an unscheduled public hearing in addition to the original public
meeting took an additional 15 working days.
• Responding to public comments on the EA was scheduled for 5 working days. Because
of the legal and agency scrutiny on the responses and the need to gather further train
count data, this item took 35 working days.
• Final WSDOT and FHWA review of the responses to comments was scheduled for five
working days and took 15 working days. •
• After completion of Supplement No. 2 schedule, further legal details of the SEPA
adoption process were added by the design team's legal advisors. The SEPA adoption
process was scheduled for 23 working days and took 33 working days.
By focusing on doing only what needed to be done and only doing it when it was needed, the
design team is actually able to give the City a credit on the budget for the environmental work.
The design team has four members that were involved in the environmental work. Of those,
BERGER/ABAM and Widener and Associates were both able to complete the environmental
work within previously established environmental budgets, although there was added cost for an
additional public hearing that is covered later as out of scope work. The team's legal advisor,
Lane Powell, did incur extra cost for their work, but the last environmental team member,
Huckell Weinman, completed their work under budget.
There were, however, 8 %2 months of added management and administration for
BERGER/ABAM. From the original scheduled completion date of the NEPA/SEPA processes
on 17 January 2006 to the actual completion date of 3 October 2006, BERGER/ABAM
expended 163 hours on management and administration. This extra effort is the result of the
schedule extension described above.
In addition, it has now been three years since the topographic and boundary surveys were
completed. There have been changes to the topography and property ownerships throughout the
project area. These changes will have to be researched again and resurveyed in order to
complete accurate right-of-way plans and contract documents.
Lastly, there were additional expenses of one trip per month to Yakima incurred during the
schedule extension.
2. Salary Escalation Due To Extending The Project Schedule.
When Supplement No. 2 was prepared, a graph was also created to track expenditures over time
until the end of the project. That graph has been updated monthly and included with each
monthly progress report since the beginning of Supplement No. 2. The most recent copy of that
graph is attached. The top line in the graph is the planned earned value (planned budget
expenditures) and the second line is the actual earned value which represents the degree of
completeness of the project. BERGER /ARAM's salary adjustments occurred on 1 July 2006. At
that time, $1,235,000 was planned to have been spent, but due to the schedule extensions
described above, only $705,000 of actual progress had been made. This means that $530,000
that was planned to be spentin the previous salary years is now going to be spent in the present
salary year. $200,000 of this $530,000 is for subconsultants whose base rate is two years old.
The remaining $330,000 is for BERGER/ABAM and subconsultants whose base rate is one year
old.
The average salary adjustment for BERGER/ABAM and our subconsultants on 1 July 2006 was
an increase of eight percent. This percentage rate is higher than normal, but reflects the current
high demand for transportation engineers in the Pacific Northwest. The two year percentage
increase for subconsultants (whose base is two years old) is twelve percent.
3. Work That Has Been Done Or Is Still Yet To Be Done That Is Outside The Original
Scope Of Work
A. Public Involvement
The scope of work included four public meetings. There have been three public meetings held
so far, although they were not the meetings as described in the original scope. Those three
meetings were the presentation to the new council members in February 2006, the EA public
meeting, and the EA public hearing. This supplement modifies the scope to account for the three
meetings already held and specify that there will be one more public meeting, likely to be held
shortly before construction starts. This is a change to scope only and no change is made for this
item under the PAYMENT section below.
B. Separate Construction Contract for Utility Relocations and Historic District Pavers
Much of the work for the design and contract documents for the utility relocations and historic
district pavers does not change whether that construction is done as part of the grade separation
contract or as its own construction contract. However, preparing a separate construction contract
for this work does require some duplication of effort. The items that are duplicated are outside
the original scope because they have to be done twice instead of once. Specifically, these items
are:
• The title sheet, general notes, legend, and abbreviations sheet, summary of quantities
sheet, and site preparation and TESC sheet will be duplicated
• There will be some duplication of effort in preparing the cost estimate and the
specifications
• The intermediate, 95%, and final contract document submittal efforts will be duplicated
• Services during ad, bid, and award will be duplicated
C. Separate Construction Contract to Remove Existing Unused Railroad Crossings
A separate construction contract will be prepared to remove the existing unused railroad
crossings of Lincoln Ave. and MLK Blvd. These consist of three crossings of each street
between 1st Ave. and 2nd Ave., two crossings of each street about 150 feet east of 1st Ave., and
one crossing of Lincoln Ave. just west of the mainline track. Most of this work is outside the
original scope. The five crossings between 1st Ave. and Front St. would have been removed
anyway as part of the grade separation contract, but they would not have needed any special
coordination, nor would they have had the roadway, curb, and sidewalk repaired around them
like they will as a separate contract. The specific added efforts are:
• Coordination with the Union Pacific Railroad and BNSF for permission to remove the
crossings and the signals between 1st Ave. and 2nd Ave.
• Coordination with BNSF for permission to remove the crossings between 1st Ave. and
Front St.
• Coordination with WSDOT and FHWA to determine how, and if, these removals and
repairs can be funded as part of the project
• Preparation of PS&E for the removals and repair of roadway, curb, and sidewalk
D. Prepare Contract Documents for Lincoln Avenue to be the Base Bid and MLK Blvd.
to be an Additive Bid
The grade separation construction contract will be split into two parts. All work required to
construct the Lincoln Avenue underpass will be part of the base bid. This work will definitely be
done. All additional work required to construct the MLK Blvd. underpass will be part of an
additive bid. This work will only be done if the City secures adequate funds to cover both the
base bid and the additive bid.
Much of the effort to break the contract into base and additive bids is just a matter of labeling
drawings as part of the base or additive bids. The effort to create the drawings is unchanged by
the change to base and additive bids. There are, however, several key parts of the contract that
will require extra effort because of this change. This extra effort is necessary because there are
significant construction savings that can be realized if only Lincoln Avenue is built under this
contract. In order to realize these savings, some aspects of the contract for Lincoln Avenue will
have different designs and drawings based on whether only the base bid is accepted or whether
the base and additive bids are accepted. These parts of the contract are described in more detail
below.
i. The design and contract documents for the shoofly will be different depending on
whether the additive bid is accepted or not. The design and contract documents for the
shoofly will be done per the original scope of work as part of the additive bid. However,
additional effort is required to prepare different designs and contract documents to
capitalize on a less expensive shoofly should only the base bid be accepted. If only
Lincoln Ave. is built, then the shoofly only needs to run from D St. to MLK Blvd. This
provides savings by being shorter, by not requiring relocation of the train signals at MLK
Blvd., and by not impacting the parking north of the passenger depot.
ii. The phasing drawings will be different depending on what bids are accepted. The
phasing drawings for the additive bid will be done per the original scope of work,
however, different phasing drawings will be prepared for the base bid. The cost savings
difference is that when both underpasses are being built, the Front St. Bridge at Lincoln
Ave. is built first and then the tracks are shooflied over it. If only Lincoln Ave. is being
built, then the shoofly will be built first without a bridge, the trains will be shifted, the
mainline railroad bridge will be built, the trains will be shifted back to the mainline, and
the rest of the underpass will be completed.
iii. The advantage to the revised phasing if only Lincoln Ave. is built is that the Front St.
Bridge over Lincoln Ave. would no longer have to be designed to_ carry train loads. Since
train loads are significantly higher than roadway bridge design loads, the Front St. Bridge
will have a different design if only the base bid is accepted. That design will not need
railroad design review and there will be construction cost savings for both the Front St.
Bridge superstructure and substructure.
iv. The last ripple effect of the different shoofly for accepting only the base bid is that the
new design of the Front St. Bridge can be shallower and therefore the depth of the
underpass will be slightly shallower also: Taking advantage of the shallower underpass
will require a different profile for Lincoln Ave., which will also affect the design and
drawings for many other items, including the walls, drainage and bottom seal.
v. Separate designs and drawings will need to be done for Front St. also. If only Lincoln
Ave. is built, then Front St. will only need to be realigned from D St. to MLK Blvd.
One item that could be changed if only Lincoln Ave. is built is the stormwater pumping and
infiltration facility. However, the potential savings are estimated to be small and therefore the
control building for the pumps and the infiltration pond will be designed and detailed to handle
both underpasses regardless of whether or not one or both underpasses are built. This only
applies to the parts of the system that are common to both underpasses, the wet well and pumps
for MLK Blvd will only be constructed as part of the additive bid.
Another item that is affected, but will not be changed is right-of-way. Since right-of-way has to
be acquired and certified prior to going to bid, all the right-of-way and easements necessary to
build both underpasses will have to be acquired prior to the bid, even though some of it may not
be used right away if the MLK Blvd underpass additive bid is not accepted.
E. Prepare Supplement No. 3
The effort to prepare this scope modification and the corresponding fee proposal and
negotiations are included in this supplement.
4. Transfer of the design and contract preparation for the utility relocations and
historic district pavers from BERGER/ABAM to Huibregtse Louman Associates.
The design and preparation of the contract documents for the utility relocations and the historic
district pavers will be done by Huibregtse Louman Associates instead of by BERGER/ABAM.
This is just a transfer of existing budget and the budget above for item 3.B. from
BERGER/ABAM to Huibregtse Louman Associates as detailed below in the PAYMENT
section.
SECTION IV, TIME FOR BEGINNING AND COMPLETION
The completion date is extended to 30 June 2008. Also see the attached schedule.
SECTION V, PAYMENT
The maximum amount payable is increased by $177,284. See attached spreadsheet for a
breakdown of this increase.
Exhibit D
Supplment No. 3 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 Scope of Work Modifications
BERGER/ABAM $ 22,239
Huibregtse Louman Associates $ 17,868
Lane Powell $ 8,348
Huckell Weinman $ (44,999)
Item 1 Subtotal $ 3,456
Item 2 - Salary Escalation Due to Extending the Project Schedule
BERGER/ABAM $ 21,450
Shannon and Wilson $ 5,127
TRANSPO $ 14,413
Huibregtse Louman Associates $ 483
Kennedy Jenks $ 8,927
Item 2 Subtotal $ 50,400
Item 3 - Work That Has Been Done or is Still Yet to be Done That is Outside the Original Scope of Work
BERGER/ABAM
$ 123,428
Item 3 Subtotal $ 123,428
Item 4 - Transfer of the Design and Contract Preparation for the Utility Relocations and Historic District
Pavers from BERGER/ABAM to Huibregtse Louman Associates
Totals
BERGER/ABAM
Huibregtse Louman Associates
$ (116,649)
$ 116,649
Item 4 Subtotal $ 0
BERGER/ABAM $ 50,467
Shannon and Wilson $ 5,127
TRANSPO $ 14,413
Huibregtse Louman Associates $ 135,000
Kennedy Jenks $ 8,927
Lane Powell $ 8,348
Huckell Weinman $ (44,999)
SUPPLEMENT NO. 3 GRAND TOTAL $ 177,284
YAKIMA GRADE SEPARATIONS
PROJECT SCHEDULE
ID
Task Name
0o.0on
Stan
FINsh
2p00
ear I nor I May J Am 7 ASI 1 hn I S. On I Nov Osc
- re 7
J -
J Nov L D.c .tars I rat I Msr
Acquire ROW -
165 days
Mon 1/29/07
Fri 10112/07
174
175
Acquire ROW (AB)
185 days
Mon 129/07
Fri 10/12.07
-
- -
178
Prepare. Review, and Approve Utrllty Relocation and Historic District Paving Construction Doc
105 days
Mon 12/4/06
Fd 4/27/07
128
Prepare Utiety Relocation erd Hismric District Paving 50% PS&E (Design Team)
40 days
Mon 12/4/06
Fri 1/28/07
- - '
177
Review Utility Relocation and Historic District Paving 50% PULE (City 51a/1)
10 days
Man 1/29/07
Fri 2/9/072/9
178
179
Prepare Utility Relocation and Historic District Paving 90% PS&E (Design Team)
30 days
Mon 12 927
60
Fn 3'7
A�
Utalty Relocation Historic District Paving 90% PS&E (Gly Stab)
10 days
Mon 3/12/07
Fri 323/07
_�
•323
180
181
Review and
Prepare Utility Relocation and Hislodc District Paving 95% PSBE (Design Team)
10 days
Mon 32627
Fd 4/807
_.4/13
182
Review Utility Relocation and Hbtork District Paving 95% P56E (City Staff)
5 days
Mon 4/9/07
Fri 4/13/07
183
Prepare 17Ullty Relocation and Historic District Paving Bid Documents (Design Team)
10 days
Mon 4/18107
Fri 4/27/07
—34/27
184
Bid and Award Utility Relocation and Historic District Paving Construction Contract
40 day.
Mon 4/30/07
Fn 6/22/07
525Wily188
Bid U11ty Relocation and Hstor0 District Paving Construction Protea (Contractors)
20 days
Mon 4/30/07
Fri 5/25807
85
.1
Award 18y Relocation and Historic DIstrkWtrut Parg Corsctkon Contract (City Manage, Coun d
20 days
Mon 528/07
Frl 8/22537187
Millit—
Construct Utility Relocation and Historic District Paving
100 day.
Mon 6/25107
Fri 11/9/07188
1111iII111110IIIIIIIIpjiiilll"
Constord Uettty Relocation and Histodc District Paving (Contra 0r)
100 days
Mon 625817
Fri 11/9/07
Grade Separation Bid Documents (Design Team)
288 days
Wad 1014/06
Fri 10112/07
189
Prepare
Prepare Grad. Sepan0ons ROW and Relocation Plans (Design Team)
73 days
Wad 10/4/06
Fri 1/12/07
- - - -
.1/1'
190
191
Approval of ROW and Relocation Psis (WSDOT/FHWA)
10 days
Mon 1/15/07
Fri 128/07
T--
126
192
Prepare Grade Separations 6054 PS&E (Design Team)
89 days
Tue 12537
Frl 4/8/07
I -
4727
193
Review Grade S.paraions 80% PSBE (City and WSDOT/FHWA)
15 days
Mon 4/9/07
Fri 427/07
5/11
Review Comments (Design Team)
10 days
on 4/30/07
Fri 5/11/07
194
Incorporate
Grad. Separations 90% PULE (Design Team)
60 day.
Mon 4/9/07
Fri 629/07
-, - 62s
195
Prepare
Review Grad. Sopa/Clan 90% PS&E (City and WSDOT/FHWA)
15 day.
Mon 7/2/07
Fri 7/20/07
7/20
6/31
198
Prepare Grade Separations 95% PS&E (Design Team)
30 days
Mon 7/23/07
Fri 8/31/07
0121
197
198
Review Grade Separation 95% PS&E (City and WSDOT/FHWA)
15 days
Man 8/3/07
Fri 921/07
ilggl
10111
199
Prepare Grade Separation Bd Dooarrns (Design Team)
15 days
Mon 924/07
Frl 10/12/17
�—
200
Bid and Award Grad. Separation Conatrue6on Contract
100 days
Mon 10/15/07
Fri 2/29/08-
_ "'_ _.11123
201
8/0/ on Grade Separation Construction Protect (Con /rectors)
30 days
Mon 10/15/07
Fd 1123/07
'i s1 .
Grade Separation Construction Conoad (City Manager. Council, and WSDOT/FHWA)
70 days
Mon 1126/07
Fri 229/08
-
202
203
Award
Grad. Separation Grind 8raaklr 9 Ceremony
0 days
Mon 3/3/08
Man 3/3/08
-.
Grad. Separations
479 days
Mon 33/08
Thu 12131/01
_-
204
Comwet
Grad. Separations (Contractor) -
479 days
Mon 3/3/08
Thu 12/31/09
205
Construct
Oats. Wa4 trice)
� iiiii acretie Peepers e.Wn4 rasa EMMEN Www ler 3....." .
Teas uinrwy y 6...e Up CMbiTut {:i !ii: it
/
peseM. V
...IT..k ;::: .':'::: ::�1 MI..1.. Paul Up T. �:: i,i*i_ii::::� RW. UP MWien. UM Mold 6umrNry
Pape .
Page 1 of 1
Desgrosellier, Bob
From: Dorffeld, John (TIB) [JohnD@tib.wa.gov]
Sent: Thursday, January 11, 2007 10:23 AM
To: Desgrosellier, Bob
Subject: Grade Separatiion Projects
Bob,
Listed below are the TIB projects involved in the grade separation.
TIB" #: 9-E-180(003)-1
Title: B St & Lincoln Ave Railroad Crossing
TIB Funds: $150,000
Design Only
FY 2006
TIB #: 9-E-180(004)-1
Title: Lincoln Ave (BNSF Railroad Crossing).
TIB Funds: $3,000,000
Construction Only
FY 2007
TIB #: 9-E-180(005)-1
Title: ML King Jr Blvd (B St) Railroad Undercrossing
TIB Funds: $1,500,000
Construction Only
FY 2008
The total TIB funds for the three projects are $4,650,000.
If you require any addition information or have questions, please call or e-mail me.
John Dorffeld, P.E.
Project Engineer
Transportation Improvement Board
Phone: (360) 586-1147 Fax: (360) 586-1165
E -Mail: JohnD@TIB.wa.gov
1/11i'nni
Washington State
Transportation Improvement Board
TIB Members
Commissioner Leo Bowman
Chair, Benton County
Councilmember Jeanne Burbidge
Vice Chair, City of Federal Way
Todd Coleman, P.E.
Port of Vancouver
Ms. Kathleen Davis
WSDOT
Mr. Mark Frerberger, P.E.
City of Colville
Councilmember William Ganley
City of Bate Ground
Councilmember Calvin Goings
Pierce County
Ms Paula Hammond. P.E.
WSDOT
Ms. Doreen Marchione
Hope/ink
• ^cilmember Neil McClure
City of Yakima
Mr. Dick McKinley
City of Bellingham
Mr. Dave Nelson
Grant County
Commissioner Greg Partch
Whitman County
Mrs. Robin Rettew
Office of Financial Management
Mr. David Stahleim
City of Wenatchee
Ms. Heidi Stamm
HS Pudic Affars
Mr. Harold Taniguchi
King County Metro Transit
Mr. Steve Thomsen
Snohomish County
Mr Jay Weber
County Road Administration Board
Mr. Ralph Wessels, P.E.
Bicycle Affiance of Washington
P. Stevan Gorcester
Executive Drector
P.O. Box 40901
Tpia, WA 985040901
Phone: 360-586-1140
l Fax: 360-586.1165
www.tib.wa.gov
November 20, 2006
Mr. Bob Desgrosellier
Project Engineer
City of Yakima
129 North Second Street
Yakima, WA 98901-2613
Dear Mr. Desgrosellier:
RECEIVED
DEC 0 4 2006
ENGINEERING
Congratulations! We are pleased to announce the selection of your project, ML King Jr
Blvd (B St) Railroad Undercrossing, N 1st St to N 1st Ave, TIB project number
9-E-180(004)-1. The TIB contribution for construction phase is $1,500,000, for a total
project total of $4,500,000.
Before any work is allowed on this project, you must:
• Verify the information on the FY 2007 Program Funding Status form, revise if
necessary, and sign;
• Submit the section of your adopted Six -Year Transportation Improvement Plan
listing this project;
• Sign both copies of the Fuel. Tax Agreement;
• Return the above items to TIB;
• You may begin work only after you receive notification from TIB.
If you have questions, please contact John Dorffeld, TIB Project Engineer, at (360)
586-1147 or e-mail JohnD(a�TIB.wa.gov.
Sincerely,
Stevan Gorcester
Executive Director
Enclosure
Investinv in your local community
7 Washington State Transportation Improvement Board
Fuel Tax Grant Distribution Agreement
LEAD AGENCY:
YAKIMA
PROJECT NUMBER:
9-E-180(004)-1
PROJECT TITLE:
ML King Jr Blvd (B St) Railroad Undercrossing
PROJECT TERMINI:
N 1st St to N 1st Ave
1.0 PURPOSE
The Washington State Transportation Improvement Board (hereinafter referred to as "TIB")
hereby grants funds for the project specified in the attached documents, and as may be
subsequently amended, subject to the terms contained herein. It is the intent of the parties, TIB
and the grant recipient, that this Agreement shall govern the use and distribution of the grant
funds through all phases of the project. Accordingly, the project specific information shall be
contained in the attachments hereto and incorporated herein, as the project progresses through
each phase.
This Agreement, together with the attachments hereto, the provisions of chapter 47.26 Revised
Code of Washington, the provisions of title 479 Washington Administrative Code, and TIB
Policies, constitutes the entire agreement between the parties and supercedes all previous
written or oral agreements between the parties.
2.0 PARTIES TO AGREEMENT
The parties to this Agreement are TIB, or its successor, and the grant recipient, or its successor,
as specified in the attachments.
3.0 TERM OF AGREEMENT
This Agreement shall be effective upon execution by TIB and shall continue through completion
of each phase of the project, unless terminated sooner as provided herein.
4.0 AMENDMENTS
This Agreement may be amended by mutual agreement of the parties. Such amendments shall
not be binding unless they are in writing and signed by personnel authorized to bind each of the
parties.
5.0 ASSIGNMENT
The grant recipient shall not assign or transfer its rights, benefits, or obligations under this
Agreement without the prior written consent of TIB. The grant recipient is deemed to consent
to assignment of this Agreement by TIB to a successor entity. Such consent shall not constitute
a waiver of the grant recipient's other rights under this Agreement.
6.0 GOVERNANCE & VENUE
This Agreement shall be construed and interpreted in accordance with the laws of the state of
Washington and venue of any action brought hereunder shall be in the Superior Court for
Thurston County.
TIB Form 190-500
Page 1 of 3 Rev. 2/14/2003
�+ Washington State Transportation Improvement Board
(-47.4,"; Fuel Tax Grant Distribution Agreement
7.0 TERMINATION
7.1 UNILATERAL TERMINATION
Either party may terminate this Agreement upon 30 days' prior written notice to the other
party. If this Agreement is so terminated, the parties shall be liable only for performance
rendered or costs incurred in accordance with the terms of this Agreement prior to the
effective date of termination.
7.2 TERMINATION BY MUTUAL AGREEMENT
Either party may terminate this contract in whole or in part, at any time, by mutual
agreement with a 30 calendar day written notice from one party to the other.
7.3 TERMINATION FOR CAUSE
In the event TIB determines the grant recipient has failed to comply with the conditions
of this Agreement in a timely manner, TIB has the right to suspend or terminate this
Agreement. TIB shall notify the grant recipient in writing of the need to take corrective
action. If corrective action is not taken within 30 days, the Agreement may be
terminated. TIB reserves the right to suspend all or part of the Agreement, withhold
further payments, or prohibit the grant recipient from incurring additional obligations of
funds during the investigation of the alleged compliance breach and pending corrective
action by the grant recipient or a decision by TIB to terminate the Agreement. The grant
recipient shall be liable for damages as authorized by law including, but not limited to,
repayment of misused grant funds. The termination shall be deemed to be a
Termination for Convenience if it is determined that the grant recipient: (1) was not at
fault, or (2) failure to perform was outside of the grant recipient's control, fault or
negligence. The rights and remedies of TIB provided in this Agreement are not
exclusive and are in addition to any other rights and remedies provided by law.
7.4 TERMINATION FOR CONVENIENCE
TIB may, by ten (10) days written notice, beginning on the second day after the mailing,
terminate this Agreement, in whole or in part, because federal or state funds are no
longer available for the purpose of meeting TIB's obligations, or for any reason. If this
Agreement is so terminated, TIB shall be liable only for payment required under this
Agreement for performance rendered or costs incurred prior to the effective date of
termination.
7.5 TERMINATION PROCEDURE
Upon receipt of notice of termination, the grant recipient shall stop work and/or take such
action as may be directed by TIB.
TIB Form 190-500
Page 2 of 3 Rev. 2/14/2003
4 Washington State Transportation Improvement Board
Fuel Tax Grant Distribution Agreement
8.0 AVAILABILITY OF TIB FUNDS
The availability of Transportation Improvement Board funds is a function of Motor Vehicle Fuel
Tax collections and existing contractual obligations. The local agency shall submit timely
progress billings as project costs are incurred to enable accurate budgeting and fund
management. Failure to submit timely progress billings may result in delayed payments or the
establishment of a payment schedule.
9.0 ATTACHMENTS
Attachments are incorporated into this agreement with subsequent amendments as needed.
Approved as to Form
This 14th Day of February, 2003
Rob McKenna
Attorney General
By:
Signature on file
Elizabeth Lagerberg
Assistant Attorney General
Lead Agency Transportation Improvement Board
Signature of Chairman/Mayor Date Executive Director Date
TIB Form 190-500
Print Name Print Name
Page 3 of 3 Rev. 2/14/2003
17 Washington State Transportation Improvement Board
' Fuel Tax Grant Distribution Agreement
LEAD AGENCY:
YAKIMA
PROJECT NUMBER:
9-E-180(004)-1
PROJECT TITLE:
ML King Jr Blvd (B St) Railroad Undercrossing
PROJECT TERMINI:
N 1st St to N 1st Ave
1.0 PURPOSE
The Washington State Transportation Improvement Board (hereinafter referred to as "TIB")
hereby grants funds for the project specified in the attached documents, and as may be
subsequently amended, subject to the terms :contained herein. It is the intent of the parties, TIB
and the grant recipient, that this Agreement shall govern the use and distribution of the grant
funds through all phases of the project. Accordingly, the project specific information shall be
contained in the attachments hereto and incorporated herein, as the project progresses through
each phase.
This Agreement, together with the attachments hereto, the provisions of chapter 47.26 Revised
Code of Washington, the provisions of title 479 Washington Administrative Code, and TIB
Policies, constitutes the entire agreement between the parties and supercedes all previous
written or oral agreements between the parties.
2.0 PARTIES TO AGREEMENT
The parties to this Agreement are TIB, or its successor, and the grant recipient, or its successor,
as specified in the attachments.
3.0 TERM OF AGREEMENT
This Agreement shall be effective upon execution by TIB and shall continue through completion
of each phase of the project, unless terminated sooner as provided herein.
4.0 AMENDMENTS
This Agreement may be amended by mutual agreement of the parties. Such amendments shall
not be binding unless they are in writing and signed by personnel authorized to bind each of the
parties.
5.0 ASSIGNMENT
The grant recipient shall not assign or transfer its rights, benefits, or obligations under this
Agreement without the prior written consent of TIB. The grant recipient is deemed to consent
to assignment of this Agreement by TIB to a successor entity. Such consent shall not constitute
a waiver of the grant recipient's other rights under this Agreement.
6.0 GOVERNANCE & VENUE
This Agreement shall be construed and interpreted in accordance with the laws of the state of
Washington and venue of any action brought hereunder shall be in the Superior Court for
Thurston County.
TI8 Form 190-500
Page 1 of 3 Rev. 2/14/2003
'—. Washington State Transportation Improvement Board
�``' Fuel Tax Grant Distribution Agreement
7.0 TERMINATION
7.1 UNILATERAL TERMINATION
Either party may terminate this Agreement upon 30 days' prior written notice to the other
party. If this Agreement is so terminated, the parties shall be liable only for performance
rendered or costs incurred in accordance with the terms of this Agreement prior to the
effective date of termination.
7.2 TERMINATION BY MUTUAL AGREEMENT
Either party may terminate this contract in whole or in part, at any time, by mutual
agreement with a 30 calendar day written notice from one party to the other.
7.3 TERMINATION FOR CAUSE
In the event TIB determines the grant recipient has failed to comply with the conditions
of this Agreement in a timely manner, TIB has the right to suspend or terminate this
Agreement. TIB shall notify the grant recipient in writing of the need to take corrective
action. If corrective action is not taken within 30 days, the Agreement may be
terminated. TIB reserves the right to suspend all or part of the Agreement, withhold
further payments, or prohibit the grant recipient from incurring additional obligations of
funds during the investigation of the alleged compliance breach and pending corrective
action by the grant recipient or a decision by TIB to terminate the Agreement. The grant
recipient shall be liable for damages as authorized by law including, but not limited to,
repayment of misused grant funds. The termination shall be deemed to be a
Termination for Convenience if it is determined that the grant recipient: (1) was not at
fault, or (2) failure to perform was outside of the grant recipient's control, fault or
negligence. The rights and remedies of TIB provided in this Agreement are not
exclusive and are in addition to any other rights and remedies provided by law.
7.4 TERMINATION FOR CONVENIENCE
TIB may, by ten (10) days written notice, beginning on the second day after the mailing,
terminate this Agreement, in whole or in part, because federal or state funds are no
longer available for the purpose of meeting TIB's obligations, or for any reason. If this
Agreement is so terminated, TIB shall be liable only for payment required under this
Agreement for performance rendered or costs incurred prior to the effective date of
termination.
7.5 TERMINATION PROCEDURE
Upon receipt of notice of termination, the grant recipient shall stop work and/or take such
action as may be directed by TIB.
TIB Form 190-500
Page 2 of 3 Rev. 2/14/2003
/'..
Washington State Transportation Improvement Board
It' Fuel Tax Grant Distribution Agreement
8.0 AVAILABILITY OF TIB FUNDS
The availability of Transportation Improvement Board funds is a function of Motor Vehicle Fuel
Tax collections and existing contractual obligations. The local agency shall submit timely
progress billings as project costs are incurred to enable accurate budgeting and fund
management. Failure to submit timely progress billings may result in delayed payments or the
establishment of a payment schedule.
9.0 ATTACHMENTS
Attachments are incorporated into this agreement with subsequent amendments as needed.
Approved as to Form
This 14th Day of February, 2003
Rob McKenna
Attorney General
By:
Signature on file
Elizabeth Lagerberg
Assistant Attorney General
Lead Agency Transportation Improvement Board
Signature of Chairman/Mayor Date Executive Director Date
TIB Form 190-500
Print Name Pnnt Name
Page 3 of 3 Rev. 2/14/2003
FIGURE 2:
FINAL CONFIGURATION OF GRADE SEPARATION PROJECT
YAKIMA GRADE SEPARATION STUDY
4 41
1 f �
100
200
ITEM TITLE:
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No:
7
For Meeting of January 16, 2006
Consideration of a Resolution to accept a $1:.5 million grant from the
Transportation Improvement Board for construction of the Martin Luther
King, Jr. Boulevard underpass of the Railroad Grade Separation project;
and authorizing Supplement No. 3 for the Professional Services Contract
with BERGER/ABAM Engineers, Inc. for the Martin Luther King, Jr.
Boulevard and Lincoln Avenue Railroad Grade Separation Project.
SUBMITTED BY: William Cook, Director
Department of Community and Economic Development
CONTACT PERSON/TELEPHONE: Michael A. Morales, Deputy Director
Engineering Division Manager
SUMMARY EXPLANATION:
The Transportation Improvement Board selected the Martin Luther King, Jr. Boulevard Railroad
Grade Separation for a $1.5 million grant award in November 2006. This grant is in addition to
a previous $3 million award for the Lincoln Avenue crossing and $150,000 approved for design,
bringing TIB's total contribution to the project to $ 4.65 million.
The status of the existing work is as follows:
• NEPA Environment Assessment (EA) completed and a Finding of No Significant Impact
issued by WSDOT and FHWA in Autumn of 2006.
• NEPA document adopted for SEPA, and completed in Autumn of 2006.
• All available Federal funds have been obligated in order to protect the project.
• Final design work for utility relocation and North Front Street improvements underway.
• Construction right-of-way plans have been developed and will be submitted to the
WSDOT/FHWA for review and approval prior to negotiations.
• Huibregtse Louman Associates, Inc. (HLA) has begun work on utility relocation design to
begin the Front Street phase of the project.
(Continued on next page)
Resolution X Ordinance _ Contract X Other (Specify) Project Schedule Graph
Funding Source 2007 Capital Improvement Fund/Federal State Funds authorized to date for
this project
APPROVED FOR SUBMITTAL:
City Manager
STAFF RECOMMENDATION: Approve resolution accepting TIB grant and authorizing
Supplement No 3.
COMMITTEE RECOMMENDATION:
COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2007-07
In September 2006, the City Council directed staff to proceed with final design and right-of-way
acquisition for the project. In order to complete the final design of the project components, the
existing contract with BERGER/ABAM needs to be extended and adjusted through Supplement
No. 3: On August 15, 2005, the City of Yakima extended the existing contract (2003-53) with
Supplement No. 2. Engineering and consulting services are required to complete the final
design phase of the project, including right-of-way acquisition and possible relocation, design
and bid documents for utility relocation and North Front Street Improvements, and preparation
of bid documents for the grade separation construction.
The completion date for this Supplement No. 3 with BERGER/ABAM Engineers, Inc. is June 30,
2008. The cost of the Supplement is an additional $177,284, making the total contract amount
$2,047,284.
The final design and preparation of bid documents for the project will take into consideration the
financial challenges facing the project due to the significant increase in construction costs
throughout the Pacific Northwest that occurred in 2006. The plan is to design and prepare bid
specifications that allow for the completion of project components within the limits of available
resources. The relocation of utilities and North Front Street Improvements will be bid as a
stand alone project. Unless there is an increase of available funds, the grade crossings will
likely be bid with a primary bid (Lincoln Avenue), and add -alternate bid (MLK Boulevard). A final
decision on the scope of this project will be made after all available resources are identified and
contractor bids are received.
A Project Schedule graph is attached to show the proposed timeline and deliverables. The
project schedule takes into consideration the timeframe for construction of the West Yakima
Avenue and North Front Street improvements so as to minimize disruption from concurrent
construction schedules.
An updated funding schedule is also attached.