Loading...
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.