Loading...
HomeMy WebLinkAboutR-1995-101 CH2M Hill• • • RESOLUTION NO. R-95- 101 A RESOLUTION authorizing the City Manager and City Clerk of the City of Yakima to execute Supplement #4 to the agreement with CH2M - Hill for professional services. WHEREAS, it is necessary to engage professional services for the Yakima Gateway Project; and WHEREAS, CH2M - Hill has offered to perform those professional services in accordance with the provisions of the attached Supplement #4 to the agreement document: and the City Council deems it to be in the best interest of the City that the Supplement #4 to the agreement document be executed by the City, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and the City Clerk of the City of Yakima are hereby authorized and directed to execute Supplement #4 to the agreement with CH2M - Hill for the purpose mentioned above, a copy of which Supplement #4 to the agreement is attached hereto and by reference made a part thereof ADOPTED BY THE CITY COUNCIL this 25th day of July, 1995. ATTEST: CITY CLERK MA R pro Tem PROJECT NO. AGENCY NAME OF PROJECT AGREEMENT NO. Gentlemen: SUPPLEMENTAL AGREEMENT #4 106510 (NPT32984) City of Yakima I-82/Yakima Avenue Interchange and Fair Avenue Project 91-103/D-6015 The City of Yakima desires to supplement the agreement entered into with CH2M Hill, Inc., executed on November 12, 1991 and identified as Agreement No. 91-103/D-6015. WITNES SETH: WHEREAS, the parties hereto have previously entered into a agreement for professional services; and WHEREAS, the CITY has requested, on behalf of the Washington State Department of Transportation, South Central Region, hereinafter referred to as the STATE, that the CONSULTANT assist the CITY and STATE by performing construction engineering services related to the PROJECT; and WHEREAS, Section XIV, EXTRA WORK of the AGREEMENT provides for payment by supplemental agreement for additional work; and WHEREAS, both parties desire to supplement said AGREEMENT by expanding the Scope of Work and increasing the maximum total payable to cover the cost of the construction engineering work on the PROJECT, NOW THEREFORE, it is mutually agreed that the terms, stipulations and conditions of the original November 12, 1991 AGREEMENT shall be binding upon the parties hereto except insofar as amended by this SUPPLEMENTAL AGRFFMENT as follows: I Section II, SCOPE OF WORK, shall be amended at the end of the section, on Page 1 of the AGREEMENT, by adding the following thereto: The CONSULTANT shall perform the work tasks necessary to complete the construction engineering work for the PROJECT as further detailed in Exhibit B, Supplemental Agreement #4, Phase IV - Construction Engineering Services attached hereto, and by this reference, made a part of this AGREEMENT. II Section IV, TIME FOR BEGINNING AND COMPLETION, shall be amended to change the COMPLETION DATE, shown in the heading of the AGREEMENT to read August 1, 1996. Yakima Gateway Project 7/18/95 Supplemental Agreement #4 Page 2 III Section V, PAYMENT, shall be amended on Page 2 of the AGREEMENT after the first sentence, by adding the following thereto: A Summary of Payments under the original AGREEMENT, Supplemental Agreement #1, Supplemental Agreement #2, Supplemental Agreement #3 and Supplemental Agreement #4, is set forth in Exhibit A attached hereto, and by this reference made a part of this AGREEMENT. The maximum amount payable for completion of work under the original AGREEMENT, as shown in the heading of the AGREEMENT, shall be increased by this SUPPLEMENTAL AGREEMENT to four million seven hundred seventy thousand fifty and zero one-hundreth dollars ($4,770,050.00), inclusive of all fees and other costs. A detailed breakdown of the CONSULTANT's cost proposal for this SUPPLEMENTAL AGREEMENT is attached hereto as Exhibit B-1, and summarized in Exhibit D-1 attached hereto, and by this reference made a part of this SUPPLEMENTAL AGREEMENT. EXECUTION If you concur with the provisions of this SUPPLEMENTAL AGREEMENT and agree to the changes as stated above, please so indicate by affixing your signature in the appropriate spaces below and return to the CITY's office for final action. Sincerely, CH2M Inc. CITY OF By: By: Richard A. Kuehn, P.E. Transportation Manager Date: 9)7/95 yaksup4.doc Richard A. Zais, Jr. City Manager Date: A 1'1'hSTED: By: City Clerk Date: �f City Contract No. 3 ! o - S" -/O Yakima Gateway Project 7/18/95 EXHIBIT A Supplemental Agreement #4 SUMMARY OF PAYMENTS Phase IV - Construction Engineering Services Fee Itemization/Status Phase I (OtignalAgeement) Phase II (Supplement#1) Phase III (Supplement#2) Phase II&III Extra Work (Supplement #3) Phase IV (Supplement #4) Totals Fee Itemization: Direct Salary Cost S75,057 $328,190 $378,341 $311,618 $77,300 $1,170,506 Overhead 5126,097 $551,360 $635,613 $523,519 $129,864 $1,966,453 Direct Non -Salary Costs 563,845 $529,931 $509,400 $272,480 $25,750 $1,401,406 Fixed Fee S20,265 $88,611 $102,152 $84,137 $20,871 $316,036 Subtotals $285,264 $1,498,092 51,625,506 $1,191,754 $253,785 $4,854,401 Optional Services SO $73,298 $322,000 ($322,000) $73,298 Escalation SO $0 $0 $0 $4,561 $4,561 Fee Totals $285,264 $1,498,092 $1,625,506 $1,191,754 $258,346 $4,932,260 Fee Adjustments: Fixed Fee Credit (520.265) ($88,611) ($53,334) $0 $0 ($162,210) Adjusted Fee Totals $264,999 $1,409,481 $1,572,172 $1,191,754 $258,346 $4,770,050 SUPP4EXA.XLS 7/18/95 EXHIBIT B Supplemental Agreement #4 SCOPE OF WORK Phase IV - Construction Engineering Services YAKIMA GATEWAY PROJECT CITY OF YAKIMA CH2M HILL July 1995 Yakima Gateway Project 7/18/95 Page 1 PROJECT DESCRIPTION The scope of work described herein consists of providing construction engineering services (Phase IV) for Stage 1 of the PROJECT titled `Yakima Gateway'. The major features of the PROJECT to be constructed in Stage 1 are as follows: 1. Widening of Yakima Avenue including one new bridge, one bridge widening and one bridge modification. 2. Fair Avenue extension from Spruce to North Tenth Streets. New Lincoln Avenue as the permanent westbound leg and restripping and signing B and North Tenth Streets as the temporary eastbound leg of the Lincoln/B Street couplet. 3. New bridge overcrossing Fair Avenue on the CL Line and replacement rails on the existing CL Line Overcrossing I-82. 4. Ramp widenings at the Yakima Avenue terminals of the BR, CR, BL and EL Lines. 5. New TAR Line ramp from southbound I-82 to Fair Avenue and new J Line ramp from Yakima Avenue to Fair Avenue. 6. Storm drainage; illumination; traffic signalization at three intersections; signs and pavement markings; and utilities including water and sewer lines. ENCLOSURES A. Lincoln/B Street Couplet Layout Plan PHASE IV CONSTRUCTION ENGINEERING SERVICES Provide construction engineering services as described hereinafter to assist the STATE, as the CITY's advisor, in the construction of the PROJECT. ASSUMPTIONS The scope of work described herein is premised on the following assumptions: 1. The level of effort for a given work task is limited to the amount of labor and expenses indicated in Exhibit B-1 and summarized in Exhibit D-1. Additional services beyond these limits will be considered extra work 2. This scope of work has been prepared on the basis that the CONSULTANT will generally supplement STATE staff as an advisor on behalf of the CITY in providing construction engineering services. The CITY and the STATE shall be responsible for the overall construction observation, scheduling and other resident work tasks. 3. This scope of work has been prepared on the basis that the CONSULTANT will generally supplement CITY water and sewer staff in providing construction engineering services related to the utility work 4. The duration for providing construction engineering services will be through August 1, 1996. Yakima Gateway Project 7/18/95 Page 2 5. Change order and/or force account work preparation assistance performed as part of Tasks 3 and 6 will be limited to: 1) evaluation of feasibility and potential impacts; 2) revisions to contract plans, specifications, and quantities (red -and -green mark-ups); and 3) assessment of cost implications. 6. The amount of labor and expenses indicated in Exhibit B-1 for Task 6 Optional On-call Services will not be exceeded without written authorization from the CITY. Additional on-call services beyond these limits will be considered extra work WORK TASKS The CONSULTANT will perform the following major task assignments: TASK 1 PROJECT MANAGEMENT. This task includes the work necessary to manage the CONSULTANT's efforts, administer the contract, monitor progress and provide direction on the tasks itemized in this section. The project manager will facilitate communications between team members and the funding partners regarding progress on the tasks listed below, maintain team continuity and arrange for additional staff as appropriate to respond to schedule revisions. The project manager will be responsible to the CITY to ensure that the tasks listed hereinafter are technically competent and meet the CITY's needs and expectations. TASK 2 PRECONSTRUCTION ASSISTANCE Task 2.1 Services During Bidding. Provide technical assistance to the CITY and the STATE during bidding of Stages 1A, 1B, and 1C of the project including but not limited to responding to Contractor questions and preparation of contract addendums for distribution by the STATE. Task 2.2 Partnering Sessions. Participate in up to three (3) partnering sessions attended by the CITY and STATE staff, the contractor, and the CONSULTANT's project manager. Task 2.3 Preconstruction Conference. Prepare for and attend the preconstruction conferences for Stages 1A, 1B, and 1C of the PROJECT. Provide designer representation, interpretation and clarification of contract documents, and assistance in coordinating construction activities between the Contractor, utility franchises, and the other agencies present. TASK 3 CHANGE ORDER PREPARATION ASSISTANCE Task 3.1 Sewer Redesign (Change Order 1-1). This change order request was initiated by the Target site developer and is necessary to accommodate sanitary sewer elevation constraints at the proposed grocery store on the site. Revise the Stage lA contract documents and prepare an Engineer' s estimate to incorporate sanitary sewer revisions at F -Line Station B212+65. Task 3.2 Target Utility Connections (Change Order 1-4). This change order request was necessary to coordinate utility work between the PROJECT and the Target site development. Revise the Stage 1A contract documents and cost estimates to redirect the responsibility for the Target site utility connection work from the developer's contractor to the STATE's contractor. Task 3.3 Drainage Revisions (Change Order 1-6). At the CITY's request on February 10, 1995, revise the design of portions of the proposed Fair Avenue Stage 1 drainage system to discharge to existing CITY storm sewer and eliminate runoff treatment basins B and E. Prepare revisions to the drainage system on Fair Avenue in the vicinity of F Line Station 234+00 to Station 243+50 to reduce construction costs and conform to the CITY's proposed Comprehensive Storm Water Plan. Prepare the necessary revisions to the contract documents Yakima Gateway Project 7/18/95 Page 3 to assist in the change order preparation. Revise the affected drainage design calculations, quantities, Engineer's estimate, and Hydraulics Report Supplement. Task 3.4 Marti's Water Line (Change Order 1-7). This work was originally designated for inclusion in the Stage 1B contract. Revise the Stage lA contract documents to incorporate a 12 -inch water main along the Y Line and BL Line adjacent to the Marti' s Restaurant site. Engineering work for this task has been completed but inclusion in the Stage lA contract documents has been deferred, pending action by the Transportation Improvement Board (TIB). Task 3.5 Stage 1A Detour 1 Revisions (Change Order 1-8). At the STATE's request, evaluate the feasibility of revising Stage lA Detour 1 to enable the Yakima Avenue Overcrossing Fair Avenue bridge to be constructed in one stage. Determine necessary revisions to the alignment, channelization, and detour roadway cross sections. Develop quantities, Engineer's estimates, and prepare a list of associated potential impacts of revised detour alignment. This change order proposal was not incorporated into the Stage lA work. Task 3.6 Lincoln/13 Couplet (Change Order 1-10). At the direction of the CITY on June 20, 1995, revise the temporary tee intersection between Fair Avenue and North 10th Street as shown in Figure 1 by: 1) including the permanent configuration of the LN Line from North 9th Street to the F Line; 2) modifying the TF Line for eastbound traffic; and 3) including signing and striping on B Street and North 10th Street to make B Street one- way eastbound and North 10th Street one-way northbound. No paving will be provided on B or 10th Streets. Approximately nine (9) plan sheets will be revised and a list of quantity revisions provided. The STATE will prepare the narrative and execute the change order. Task 3.7 Grading Revisions at CRJDR Lines (Change Order 1-11). Revise the Stage lA contract documents to reduce the quantity of stockpiled material and associated project costs. Prepare revisions to earthwork, grading plans, roadway sections, drainage plans, and quantities. TASK 4 CONSTRUCTION OFFICE ASSISTANCE Task 4.1 Construction Schedule Review. Review the Contractor's critical path construction schedule for Stages 1A, 1B, and 1C to confirm consistency with the design intent of the contract documents. Task 4.2 Clarification and Interpretation of Contract Documents. At the request of the CITY or the STATE, provide technical assistance to clarify and interpret the contract documents. Assist in answering Contractor questions and trouble -shooting problems encountered in the field. Task 4.3 Bridge Technical Advisor. Provide technical assistance to review proposed construction methods, contractor submittals, and proposed revisions to the contract documents as they apply to the design and construction of the bridge structures. Work performed under this task will be coordinated through the STATE Bridge and Structures Office (Contact person: Mr. Yum M. Tam, P.E.). Task 4.4 Review of Changed Conditions. Review the impacts of changed conditions encountered in the field on the design and construction of effected project elements, including but not limited to variable subsurface conditions and differing as -built conditions of structures and utilities. Task 4.5 Reference Drawings. Document field revisions to the Plans based on clarification/interpretation requests, approved field design changes, and other information supplied by the CITY, the STATE and the Contractor. Task 4.6 Public Relations Assistance. Assist the CITY in preparation of periodic news releases, weekly project status reports, and bi-monthly project briefings with the CITY Council and County Commissioners. The STATE will provide monthly oblique aerial photographs of the project site for use in preparation of news releases and status reports. Yakima Gateway Project 7/18/95 Page 4 Task 4.7 Cost Reduction Incentive Proposal Review. Review Cost Reduction Incentive Proposals (CRIPS) to confirm consistency with the design intent of the contract documents. A total of ten (10) proposals are anticipated throughout the duration of construction. Task 4.8 Project Cost Management. Facilitate the integration of the project scope with available project funding by providing management of potential cost issues that may impact the total project cost. Determine cost implications and provide tracking of each cost issue that impacts PROJECT cost. Task 4.9 Issues Resolution. Provide Level 4 participation in issues resolution as defined in the Partnering Workshop Minutes, dated March 9 & 10, 1995. TASK 5 CONSTRUCTION FIELD ASSISTANCE Task 5.1 Construction Observation. Provide periodic field observations during specific stages of construction to confirm conformance with the design intent and the contract documents. Prepare field observation reports for submittal to the CITY. A total of ten (10) site visits are anticipated throughout the duration of construction. TASK 6 OPTIONAL ON-CALL SERVICES. At the request of the CITY or the STA 1'E, provide on-call construction engineering services in excess of those previously described under PHASE IV Construction Engineering Services Tasks 1 through 5. Work performed under this task may include but not be limited to the following: Task 6.1 Construction Surveying. Provide surveying services to facilitate construction of the project and/or preparation of the record drawings. Task 6.2 Construction Meetings. In conjunction with the CITY or the STATE , attend periodic meetings at the construction site to discuss construction -related issues and/or review the Contractor's progress and construction schedule. Task 6.3 Contractor Submittal Review. Review Contractor submittals to confirm consistency with the design intent of the contract documents. Task 6.4 Construction Observation/Resident Services. Supplement CITY and/or STATE field staff by providing a resident observer during construction. Task 6.5 Change Order / Force Account Assistance. In the event that the provisions of the contract documents need to be revised, assist in the preparation and/or review of change orders and/or force account work orders, other than those listed in Task 3. Task 6.6 Utilities Assistance. Provide assistance to resolve conflicts that may arise between proposed and existing utilities and provide coordination with utility agencies. Task 6.7 Idea Definition and Development. Review time and cost saving proposals as outlined in the Partnering Workshop Minutes, dated March 9 & 10, 1995. Task 6.8 Miscellaneous On -Call Services. Perform miscellaneous construction engineering services as requested by the CITY or the STATE. Yakima Gateway Project 7/18/95 Page 5 I 13 a 13 „ „ J I i I I (I . . - 1., '-i 1 I'......I 1o 1-1 1}i.1:,, . 11 3 1 l„- -,. 1•,. 91-'E,.-,.;'14'' .-. ,M. L.r1Lr i' .0 , .„,t • ., ii , i 0 ___,.....r• ril i iff? I ,,, t A 1 i' -..,;`,. - --„,:,:,-...7,- - . ' • 1 s''.'''''' `'.- "!,,..'"i".......tr- 1,Ii I ili.4 '• . ...^,- -- T--- - ,:; ,41 , 5', • a-. r -I- 1 ; 0, - - iiHOLN AVE. 1 , -............r .J, I. yin.. .___ tl_-...] , ...",-r--"L ,-- 1„ [._,...1 n:.„.[Ti. ,,I,,h;. ;,I,:,I!,Ii1 ,1,II'1 •z..r .,,1,•1:,,;i,,i,,i,r,tl, ..._ ,L....I.-......3.. j , r--,, :.0., _[] , 1 T1 0:1 ----, 11 , ,1 [ --) 1_1 1 _..r7--.' . . „. 11 O 1_ 11 , I, ; (1 ''':-----r- • • 1 - i II I — ! l'illi [ • 11 1 :,i---Cia II i II II .„ .„ ..... r 1 1 1, 1 ! , I - .21 11 ! ti ! .,.1. : A 1- 1,1 1L1 1,1 I : Ls ---:1 •tt 1 .„ _ 04 1. STAEET 1[::]: I 1 I 1, L1.1 .—.. . '. it. 1 . .. iit i 1;1 J____E-1' L. _.."it0.0.00 1 w I I: Ir -I. e,,,,. 1... 1 H 2"-- ... LAI 4 .... _..,... .... I. L ., 1 it i-,1111-, ,-, L_L-3 -r - -1 I ti—...„.... - 1 i , 1,..., I I I i j II [--.1--- I:1 I-1 1. -1.00. 11 i .1 I iI'I I1".1I. I1I [P. ..... E-1 * —.[.. I ! .....1 „.,,t.. i i 'i - '.,L 1 i 1 '`', 4 1 b I I C',, 1 CI ; -! : , ---f•--1 i I I ' .. 1 1 ---1,,,::-.. 11 t... e ci (it •-• II ' 00 0 LI I I I( II.40 0 SO 100 SCALE IN FEET i s1. 4 v . r•- /, Al% OINK”. DESIGNED BY B.P. Shiron ENTERED BY E.C. Boon 10 TAT WASH CHECKED BY PAM. MP. E. Oloroe DIST. ADM, R.L. Larson DATE DATE REVISION eY FED. A I D PROJ NO. PROGRAM DEVELOPMENT DIVISION merge lir CITY OF YAKIMA ANIL Washington State Department of Transportation FIGURE 1 LINCOLN/8 COUPLET CHANGE ORDER PLOT CONTROL! le-JUL-1905 04117 !WM CAO 007411101. DA3E1111-J.-1 14156117 040 F 11E7 285001011.000 SUP4FEE2.XLS EXHIBIT B-1 Supplemental Agreement #4 FEE ITEMIZATION Phase IV - Construction Engineering Services 7/18/95 Task/Item CH2M HILL Hours by Grade Summary E9 ES E7 E6 E5 E4 E3 E2 El T5 T4 T3 T2 T1 OA Total Task Hours Percent Of Total Hours Total Labor Costs Approx. Total Expenses Total Labor and Expenses Phase IV CONSTRUCTION ENGINEERING SERVICES TASK 1 PROJECT MANAGEMENT. Task 1.1 Project Management 180 40 220 7.3 $19,238 $1,924 $21,1 Task Subtotal 0 0 0 0 180 0 0 0 0 0 0 0 0 0 40 220 7.3 $19,238 $1,924 $21,10. TASK 2 PRECONSTRUCTION ASSISTANCE Task 2.1 Services During Bidding. 12 40 40 24 116 3.9 $7,414 $741 $8,155 Task 2.2 Partnering Sessions. 48 6 54 1.8 $4,952 $495 $5,447 Task 2.3 Preconstruction Conference. 60 6 66 2.2 $6,132 $613 $6,746 Task Subtotal 0 0 0 0 120 0 40 0 40 0 0 0 0 0 36 236 7.9 $18,498 $1,850 620,348 TASK 3 STAGE 1 CHANGE ORDER PREPARATION ASSISTANCE Task 3.1 Sewer Redesign (Change Order 1-1). 2 4 2 2 1 11 0.4 $822 $82 5904 Task 3.2 Target Utility Conus (Change Order 1-4). 2 2 4 0.1 $366 $37 $403 Task 3.3 Drainage Revisions (Change Order 1-6). 1 112 188 1 48 6 356 11.9 $24,096 $2,410 526,506 Task 3.4 Marlys Water Line (Change Order 1-7). 4 2 31 12 49 1.6 $3,170 $317 $3,487 Task 3.5 Stage IA Detour 1 Rev. (Change Order 1-8). 4 16 20 0.7 $1,577 $158 $1,735 Task 3.6 Lincoln/B Couplet (Change Order 1-10). 24 180 174 12 390 13.0 $29,394 $5,886 $35,280 Task 3.7 Grading Rev. @ CR/DR (Change Order 1-11). 4 8 1 13 0.4 $952 $95 $1,047 Task Subtotal 0 0 0 0 41 300 16 0 221 1 244 0 0 0 20 843 28.1 $60,378 $8,984 $69,362 TASK 4 CONSTRUCTION OFFICE ASSISTANCE Task 4.1 Construction Schedule Review. 16 4 20 0.7 $1,727 $173 51,900 Task 4.2 Clarlf. / Interpretation of Contract Documents. 80 80 80 12 252 8.4 $18,961 $1,896 520,857 Task 4.3 Bridge Technical Advisor. 8 40 16 8 72 2.4 $4,995 $499 $5,4r Task 4.4 Review of Changed Conditions. 8 16 16 16 8 64 2.1 $4,576 5458 $5,0.. Task 4.5 Reference Drawings. 20 40 60 2.0 $4,927 $493 $5,420 Task 4.6 Public Relations Assistance. 40 40 20 20 120 4.0 $8,960 $896 $9,856 Ta,Sk 4.7 Cost Reduction Incentive Proposal Review. 24 80 40 20 164 5.5 $11,252 $1,125 $12,378 Task 4.8 Project Cost Management. 160 80 40 280 9.3 523,189 $2,319 $25,508 Task 4.9 Issues Resolution. 80 40 120 4.0 $9,400 $940 $10,340 Task Subtotal 0 0 0 0 436 16 376 0 112 0 20 40 0 0 152 1152 38.4 587,988 $8,799 596,786 TASK 5 CONSTRUCTION FIELD ASSISTANCE Task 5.1 Construction Observation. 160 20 180 6.0 $14,330 $1,433 515,763 Task Subtotal 0 0 0 0 0 160 0 0 0 0 0 0 0 0 20 180 6.0 614,330 $1,433 515,763 TASK 6 OPTIONAL ON-CALL SERVICES. Task 6.1 Optional On-call Services 30 60 60 60 60 40 40 20 370 12.3 527,604 $2,760 $30,364 Task Subtotal 0 0 0 30 60 60 60 0 60 0 40 0 40 0 20 370 12.3 $27,604 $2,760 $30,364 Phase IV - Construction Engineering Totals 0 0 0 30 837 536 492 0 433 1 304 40 40 0 288 3,001 100.0 $228,035 525,750 6253,785 (Excluding Escalation & Contingency) EXHIBIT D-1 Supplemental Agreement #4 CONSULTANT FEE DETERMINATION Phase IV - Construction Engineering Services 1. DIRECT SALARY COST (DSC) Classification Role Hours 1995 Hourly Cost Rate ($) ($) Average Labor Rate EN9 EN8 EN7 EN6 EN5 EN4 EN3 EN2 EN1 TE5 TE4 TE3 TE2 TE1 OA Principal Senior Consultant Senior Reviewer Senior Lead Engineer PM/Lead Engineer Task Lead Engineer Project/Resident Engineer Design Engineer Designer Task Lead Technician Design Technician Lead Drafting Technician Drafting Technician Technician Office Clerk 2. TOTAL DIRECT SALARY COST (DSC) 0 0 0 30 "837 536 492 0 433 1 304 40 40 0 288 3,001 3. OVERHEAD COST (OH) - Including Salary Additives (Based on Federal Audit) DSC x 168.00% 4. FIXED FEE 5. REIMBURSABLES: Service Center: Travel Costs: Miscellaneous: 7/18/95 SUP4FEE2.XLS DSC x 27.00% Computer Printing/Reproduction/Graphics Word Processing Equipment Rental Photogrammetry Equipment Communication Charge Subtotal Fleet Vehicle (250 mi/trip * 20 trips * $0.28/mi) Lodging (15 nights @ $50/night) Meals (40 days @ $25/day) Subtotal Postage/Freight Supplies Subtotal 86.23 53.62 47.06 38.47 33.35 28.74 25.08 22.21 19.97 26.03 22.04 18.71 15.85 13.21 12.96 0.00 0.00 0.00 1,154.10 27,913.95 15,404.64 12,339.36 0.00 8,647.01 26.03 6,700.16 748.40 634.00 0.00 3,732.48 $77,300 $129,864 $20,871 $9,878 1,600 2,980 0 0 3,492 $17,950 $1,400 750 1,000 $3,150 $750 600 $1,350 $25.76 Outside Services: Temporary Help Other Outside Services Subtotal Reimbursables Subtotal 6. SUBCONSULTANT COSTS $1,400 1,900 $3,300 $25,750 $0 17. SUBTOTAL FEE - CONSTRUCTION ENGINEERING SERVICES (PHASE IV) $253,785 8. ESCALATION COSTS: 1996 Labor rates over 1995: Current work planned in 1996: 1997 Labor rates over 1995: Current work planned in 1997: Salary escalation factor: Escalation Costs Subtotal 4.00% 50.00% 8.16% 0.00% 2.00% $4,561 19. TOTAL FEE - CONSTRUCTION ENGINEERING SERVICES (PHASE IV) $258,346 10. MANAGEMENT RESERVE FUND (City Contingency) $0.00 11. GRAND TOTAL - CONSTRUCTION ENGINEERING SERVICES (PHASE IV) $258,346 7/18/95 SUP4FEE2.XLS BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. /3 For Meeting of July 25, 1995 ITEM TITLE: Yakima Gateway Project: Supplement #4 - Construction Engineering Support SUBMITED BY: Department of Community & Economic Development - Engineering Division CONTACT PERSONITELEPHONE: Dennis E. Covell, P.E. / 576-6313 6 SUMMARY EXPLANATION: The Department of Transportation has requested retainage of CH2M - Hill during the construction stages of Phase I of the Gateway Project to provide clarification and answer questions relating to the design. Also, in cases where changes are required during the project CH2M - Hill would be available to evaluate change orders and, in some instances, provide change order design modification. The total cost for the Gateway Project will not have to be increased to cover these construction engineering services because the costs have already been budgeted as part of the 10 percent over the bid price allocated for managing the construction phase of the project. Presently stage 1A contract has $658,228 set up for engineering. The estimate for stage 1B & 1C contracts are $212,876 and $20,853 respectively. The current total estimated construction engineering cost for phase 1 of the Gateway Project is $891,957. Supplement #4, which is for all construction stages of phase 1 is for up to $253,785. Resolution X Ordinance Contract Other (Specify) 1) Supplement #4 2) WDOT 07/11/95 letter 3) CH2M-Hill 07/18/95 APPROVAL FOR SUBMITTAL �.11.,:c- _.,� City Manager STAFF RECOM1\1ENDATION: Approve the resolution authorizing the City Manager and City Clerk to execute Supplement #4 to the agreement with CH2M - Hill COUNCIL ACTION: Resolution No. R-95-101 FILE No. 321 07/11 '95 11:3. :WSIXIT 50 CENTRAL REGION 509 575; VWWashington State Department of Transportation Sid Morrison Secretary of Tr n :poriniion July 11, 1995 Mr Dick Zais City of Yakima 9 North Second Street Yakima, WA 98901 oistnct 5 2809 Rudkin Road. Union G:ac; P n ger 12S60 Volume, WA:)1J:4Q::)--';c0 (509) 575-2510 RE: MS 1790, SR 82 Yakima Gateway Project Agreement GC -9263 (. anstniction Support by CH2M Hill o )Par Dick. It is my understanding that the City is negotiating with CII2M Hill for thcii =vices during construction From the Department's past experience this is a very wise and prudent course of action. As discussed with Glen Rice and Dennis Covell, it is very important that the design consultant be retained w work with our project engineer during the construction phases of 'the project. CH2M Hill is needed to provide clarification and answer questions relating to the design, Also. in Cases were changes are required during the project CH2M Hill would be available to evaluate any impacts associated with the change and make sure that the changes meet the intent of the project design: If you have any questions please call me at 575-2282 and we can discuss them. RLL:eh gate187d cc- Dennis Covell File Sincerely, RICHARD L. LARSON, P k Regional Administrator Post•IZ tax Note /d/1 0't" /LI( las rao s 1 To iirom enni COCO4t0 r j•.lei p iy,pric coluept. .t of %ltirrQ.�' � WS DOT Phone # Phone # Fax# 5.75 -Loos Fax at Project No. 9E-180(001)-1 TRANSPORTATION IMPROVEMENT ACCOUNT (TIA) URBAN CONSTRUCTION PROSPECTUS DESCRIPTION OF PROPOSED IMPROVEMENTS #3 How will the project improve existing conditions? ANSWER: 1.) Relieve congestion on E. Yakima Ave/Terrace Heights Way and at the 8th/9th St. intersections with Yakima Ave. 2.) Improve access from the Fairgrounds/Sundome/Bali Stadium to 1-82. 3.) Promotes economic development by preserving access to existing businesses and providing access to the Northwest quadrant of the interchange area. 4.) Improves air quality. 5.) Reduce the number of accidents. 6.) Provide bicycle/pedestrian safe access across 1-82. #4 Date the project will be advertised for bids and the estimated project completion date. ANSWER: Key Milestone Dates Stage 1A Advertise December 19,1994 Bid Opening Februaty 1, 1995 Award March 7, 1995 Start Construction March 17, 1995 Fair Avenue Opens in Front of Target August 16, 1995 Sewer Service to Target November 6,1995 Construction Complete January 24, 1996 Stage 1B R/W dears August 30, 1995 Advertise September 4,1995 Bid Opening October 13, 1995 Award November 10, 1995 Start Construction November 29, 1995' Ramp J Opens April 4, 1996' Construction Complete July 1, 1996' Stage 1C R/W clears December 1,1995 Advertise December 4,1995 Bid Opening January 10, 1996 Award February 9, 1996 Start Construction March 19, 1996' Complete UncolnB Couplet October 10, 1996' Construction Complete October 10,1996' 'To be verified by Contractor's construction schedule YAKIMA GATEWAY REDEFINED PHASE 1 CROSS SECTIONS UNCOLN — 'EI / LN UNE COUPLET 6 UNE FAIR AVE / F UNE EXTENSION R/V R/V 60' TYP. 30' 5.5' 2 LANES SDVK SDVK R/V R/V 75' TYP. 36' 1551 3 LANES (LOOKING SOUTH) SDVK RAMP d YAKIMA Y UNE AVENUE YAKIUA / Y UNE AVENUE (UNDER EXIST STRUCTURE) R/V R/V 75' TYP. R/V 100' TYP. 43' 3 LANES 4' 5.5' tDCE SDVK R/V 3.5 24' 24' 24' 2 LANES 2 LT TURN LANES 2 LANES 24' 2 LANES LT TURN 24' 2 LANES 10' DACE 3.5' 10' 1.s GATESECT.DVG 421-45 9 E - 1 8 0( 001- 1 Transportation Improvement Account trim I!ILL1 URBAN CONS'T'RUCTION PROSPECTUS 1 s Form 110161 Rewind Mt Pala 2 016 Funding Sources Local match is considered to be eligible in-kind contributions and all funs other than Transportation Improvement Account (11A) funds a Urban Arterial Trust Account (DATA) funds. The minimum local match is 20% of the total eligible project cost. List all funding sources and the amount of funds pledged for the project. - Source Private or Puf ic? Amount of Funds City of Yakima (bond 1/2 gas tax, STP) Public $2,336,041 City of Yakima Transit Funds Public $ 218,168 Yakima County STP Funds Public $ 654,503 WDOT (SCR) Funds Public $2,556,270 Local Developer R/W Dedication Value Public $1,190,363 TOTAL LOCAL MATCHING FUNDS _ $ 6,758,058* 1 List al agencies and/or private groups involved in the project. Descrbe the involvement. City of Yakima - Lead Agency, Local Match Yakima County - Co -Partner, Local Match WDOT, S.C. Region - Co -Partner, Local Match Gary Lukehart - Co -Partner, Local Match *An additional $197,287 is available in local matching funds for match to TIA contingency funds. 1 s Form 110161 Rewind Mt Pala 2 016 'O No 9E_- 1 8 0 (001 ;-_L__ rti Transportation Improvement Account (rIA) IURBAN CONSTRUCTION PROSPECTUS Tib Form 110.054 R.Nsea 0391 Page 3 of 6 Project Cost Estimate s Predesign Phase i ; Total Envirorur tai Design Pre design Study Stuoy cost $ 156,245 $ 1,591,533 $ 1,747,778 Design Phase Special Design Studies' , Engineering Total Right I Design of Way cost $ 387,781 $2,149,549 $ 2,404,878 $ 4,942,208 Construction Phase '• Contract Amount Other Total Construction ! Construction Engineering ; cost $10,988,761 -- $ 1,096,037 $12,084,798 ' TOTAL PROJECT COST $18,774,784 ' •" Value Engineering, Environmental, or Other Special Studies. Work performed by the local agency's own forces, and/or negotiated contracts with Utilities & Railroads Minimum Local Matching Ratio is 20%. 1A. 18. t c. 10. 1E.Line 1F. 1G. 111. 1L TOTAL ENGINEERING ( Design Engineering + MAXIMUM EUGIBLE ENGINEERING (25%x Contract NON-aaBLE ENGINEERING COSTS (1 A -1B TOTAL E jGIBLE PROJECT COSTS ( Total Project P of Phase Increase Worksheet T1A FUNDS (Total Project Cost -1E ) .. FUND SHOWN IN DESIGN PROSPECTUS Construction Engineering) Amount) $ 3,245,586 $ 2,884,195 )(ff less than o, entero) $ 361,391 Cost -1 C) $ 18,413,393 _ — $ 6,758,058 , _ „ $ 12,016,726 $ 11,353,600 TIA BALANCE (1G - 1F )(Surplus is +. Deficit is •) REQUEST IS SUBMITTED FOR AN INCREASE IN (Attach an explanation for the increase.) -$663,126 TiA FUNDS OF $ 663,126 , Tib Form 110.054 R.Nsea 0391 Page 3 of 6 Item A B C D E F G H I J K L M N 0 P Q R PHASE INCREASE WORKSHEET 6/21/95 Application/Design Review Total Project Cost* Application/Design Review Total TIA Funds* Application/Design Review TIA Matching ratio (B/A) Phase Total Project Cost Phase Total Eligible Project Cost Application Phase Total RNV Cost** Design Phase Total RNV Cost** RNV Cost Increase (G - F)** Allowable RNV Increase (C x H)** Eligible Project Cost Increase (E - A) Eligible Project Percent Increase (J/A) x 100 Increase Factor (1.0 .K/100) min. = .5 Allowable Project Increase (C x J x L) Total Allowable TIA Increase (I + M) Total TIA Funds (B + N) Total Local Funds (D - 0) Local Matching Ration (P/D) TIA Matching Ratio (0/0) Request is submitted for an increase in TIA funds of $663,126 (Attach an explanation for the increase) * Use application costs for FY 90 & FY 91 projects and design ** A $17,333,740 B $11,353,600 C .655 D $18,774,784 E. $18,413,393 F. G. H. I. J. $ 1,079,653 K. .62282 L. .9377138 M. $ 663,126 N. $ 663,126 0. $12,016,726 P. $ 6,758,058 Q. .36 R. .64 rev for FY 93 & FY 94 projec For projects selected after the FY 90 program no special allowance will be made for any increase in RNV costs. Do not complete items F, G, H, & I. If item J is more than $500,000 or item K is more than 20% above the application or design revie estimate a TIB subcommittee must review the reason for the increase prior to design phase appr ,No 9 E -1 8 0 p01 1- 1 Transportation Improvement Account (TIA) ! URBAN CONSTRUCTION PROSPECTUS TM Funding Analysis Predesign Phase Cost COMPOSITE Environments! Study 72A Funds Design Study 77A Funds Total Predesign TIA Funds Predesign Loca! Funds Total Prodesign Cosi (ix i Land) APPROVED $ 660,818 $ 283,206 $ 944,025 ACTUAL $ 99,997 $ 1,018,581 $1,118,578 $ 629,200 $1,747,778 Design Phase Cost Special Studies 7M Funds Right of Way TIA Funds Design ,nearing Funds Tota! Design TIA Funds Design Local Funds Total Design Cod OH 1 Lcr ) APPROVED $1,676,560 $1,022,570 $2,699,130 $1,266,102 $3,965,232 ACTUAL $ 248,180 $1,539,122.. $1,375,711 $3,163,0131 $1,779,1951 $4,942,208 Estimated Construction Phase Cost Construction Contract 774 Funds Consbuct5on Other 77A Funds Construction Engineering 77A Funds Total Cansbuc6on Consvucbon Local 7Z4 Funds Funds Total Construction Cost (714 1 Loeat) $7,032,807 — $ 701,464 $7,734,271 I $4,350,527 $12,084,798 Estimated Total Project Cost Total Predesign 7U Funds TLAFu Total Dee9NA 7L4 Ftnds To Construction�Funds Total rq Ftxxls Total Roca( Total Pr oject (M & Last) $1,118,578 $3,163,013 $7,734,271 $12,015,862 $6,758,922 $18,774,784 Use ACTUAL FUNDS when calculating Estimated Total Project Cost 71B Fora 190-054 IbvkactQ3A1 Page 4 of 6 c 9 E -_1 8 S_(001' i ® � Transport, )n Improvement Accoun' TM) 61'f URBAN CONSTRUCTION PROSPECTUS 718 Rea 1142-054 Revised 0101 Page 4 of 6 TIA Funding Analysis Predesign Phase Cost STAGE 1A CONSTRUCTION Environmental Study 714 Funds Design Study TIA Funds Total Predesign 714 Funds Predesign Local Funds Total Predesign Cost autcum APPROVED ACTUAL Design Phase Cost Special Studies 114 Funds bight of Way TAA Funds Design Ervineering TiA Funds Total Design TIA Funds Design Local Funds Total Design Cod (7L4 a u=0 APPROVED ACTUAL Estimated Construction Phase Cost Construction Contract 714 Funds Corutru:Son OttIr 714 Funds Consbuct on EngineeringConstruction 77A Funds i Total j ( 714 Funds Construction Local Funds Total Construction Cod 1714&Loca4 4,212,6581 18,176 421,266 ! 4,652,100 1 2,616,806 7268.906 Estimated Total Project Cost rota/ Predesi71A Fund Total Dedgn 7 _Total 77A Funds oLocal Total� 714 Funds Total Funds Total Project Post (734 i Local) Use ACTUAL FUNDS when calculating Estimated Total Project Cost 718 Rea 1142-054 Revised 0101 Page 4 of 6 .1 8 0(001)- 1 „FinTransportation Improvement Account t. 14) URBAN CONSTRUCTION PROSPECTUS TUB r+91064 %Mud 03,31 Page 4al6 TIA Funding Analysis Predesign Phase Cost STAGE 1B CONSTRUCTION Environmental Study ursds 71A Funds DesignTotal I Study 7 4 Funds I Predesign 71A Funds Predesign Local Funds Total Predesign Cost (TM is nxap APPROVED 1 ACTUAL 1 1 Design Phase Cost Special S TLAFunds Right of Way 714 Funds De -sign Engineering TA Funds Total Design TLA Funds Design Local Funds Total Dssign s Local) APPROVED 1 1 i i ACTUAL • Estimated Construction Phase Cost Construcgon Contract 71A Funds Construction Other T1A Finds ConstrucSon Engineering 71A Funds Total Constructron Constnxdnon f Local 71A Funds t Funds I Total Construction Cost (71M4 cccia0 2,523,573 -- I 252,358 2,775,931 I 1,561,461 4,337,392 Estimated Total Project Cost Total Predesign TLA Funds Total Design nit Funds Total Construction TM Funds Total Project TLA Funds Total Local Finds Total Project Cost (714&L 1 Use ACTUAL FUNDS when calculating Estimated Total Project Cost. TUB r+91064 %Mud 03,31 Page 4al6 ✓+ Transportation Improvement Account t. IA) I URBAN CONSTRUCTION PROSPECTUS f 1,,,,v1,40 9 E- 1 S 0,,(Q011_ 1 T18 Fcr 190464 A..+sed ate+ Page 4of6 TIA Funding Analysis Predesign Phase Cost STAGE 1C CONSTlUCTION Environmental Study 711i ids Design Study 714 Funds Total Predesign I 71A Funds Predesign Local fondsinds Total Predesign t come APPROVED 1 ACTUAL _ 1 I Design Phase Cost S Pew 7L4 ids Right of Way,neering 714 Funds Design Funds Total Design 714 Funds Design Local Funds Total Design Cosi MAIL ta*Q APPROVED 1 ACTUAL j 1 1 Estimated Construction Phase Cost Construction Contact 714 Funds ConstrucSon Other 71A Funds Construction Engineering TIA Funds Toga, ' Construction Construction 1 Local TM Funds i Funds 1 Total Construction Cost lux s La ) 278,400 27,840 306,240 i 172,260 478,500 -- Estimated Total Project Cost Total Fre-design 71A Funds Total Design TAFunds Total ConstructionP 714 Funds Total 7TA= Total Loo? Funds Total Protect Cost (73s tx.q Use ACTUAL FUNDS when calculating Estimated Total Project Cost. T18 Fcr 190464 A..+sed ate+ Page 4of6 E(001)-.1 re -71-1 Transportation Improvement Account t. IA) URBAN CONSTRUCTION PROSPECTUS Demand for TIA Funds COMPOSITE List demand for TlA funds for the time period shown. Time Predesgn Special Period ( Phase Studies Design Right Construction Tota! Engineering of Way Phase 17AFunrls 1991 50,00050,000 1992 320,000 1 320,000 1993 716,000 I 716,000 1994 32,578 , 150,000 905,000 239,122 1,326,700 1995 98,180 470,711 11,300,000 5,000,000 6,868,891 1996 !. 2,734,271 2,734,271 I TOE4 1,118,578 248,180 1,375,711 1,539,122 7,734,271 12,015,862 TIB FMB 190464 rased 0111 Page 5 of 6 024161224'.. PrOpid NO 9 E- 1 8 0 (001)- 1 Transporta )n Improvement Account "IA) IW! URBAN CONSTRUCTION PROSPECTUS Certification of Funding Certification is hereby given that Local and/or Private Matching Funds and Other Funds associated with the construction phase of the project are available to coordinate with the proposed project development. This project has been reviewed by the Legislative Body of the Administering Agency or agencies or its designee, and is consistent with the Agency's comprehensive plan for community development. An Environmental Impact Analysis has been conducted and an Environmental Impact Statement or Negative Declaration of Environmental Impact as appropriate, has been circulated pursuant to RCW 42.21C, and that the results have been utilized in arriving at the decisions reflected in the prospectus. The project is completely designed and ready to be advertised for bids for construction. All project right of way required for the project is available, or if the right of way remains to be acquired, a Possesion and Use Agreement has been obtained for the parcels in question. All right of way for this project has been acquired in accordance with WAC chapter 468-100. City of Yakima Lead Agency June* 3 , 1995 Date Signed TM NIS 180-054 ftviaWMM Paps 6 of 6 „,4„,,, 9E 1 8 0 001).1_ 1 Transporta )rl`Improvement Accoun TIA) URBAN CONSTRUCTION PROSPECTUS 11i3Fait 193454 !Waft! OW1 Paga 1 d 6 General Information Lead Agency City of Yakima Project Name and TermYakima Avenue/I-82 Interchange Area ini and Fair Avenue Project Length n !Aft 1.7 Miles Functional Classification gafreproct ma be at es Sweat* Ftexsiovi dowsitmeel soling Principal X Minor Collector X J Fedesai Route Number 4628, 4611 4648, 4694 Cooled Person Dennis E. Covell &Address 129 North 2nd Street Yakima, Washington 98901 Telephones (509) 576-6313 Description of Proposed improvements 1. Attach a legible vicinity map showing the project location. 2 Attach a sketch of the proposed roadway $ection, right of way to right of way, conforming to appScable design standards. 3. Describe the type of work ptarsne.d for this project in the space below and how it wilt improve uta cdsting conditionc If necessary, attach additional stresb. 4. Meats the date the project will be admitted for bids and that earsmated project completion date. #3 Phase 1 of the ultimate project has been refined because of the Value Engineering Study, accelerated development in the Terrace Heights area causing new traffic impacts on the project, and design changes due to right-of-way acquisition negotiations with HUD. The type of work now planned for Phase 1 is: • Extend Fair Ave fran Lincoln/B Couplet to Spruce St, crossing under Yakima Ave and existing fly -a -way rarrp (Ramp F). Three lanes will be constructed with future widening to 5 lanes. Bridges will be fuilt for ultimate configuration. • Ramps G & H, and C & E will be revised. • Ramp I providing access to I-82 southbound frau Fair Ave will be constructed • Ramp J connecting Fair Ave and Yakima Ave will be constructed. • Temporary Ramp B providing I-82 southbound off ramp access to Fair Ave will be constructed. • Yakima Ave will be widened to provide 2 lanes per directional travel with a double left turn lane to access I-82 southbound from Terrace Heights Way_the Southside of Terrace Heights Way. • 2 Traffic signals will be constructed. O Water/Sewer Utility adjustments. • Landscaping/Irrigation. 11i3Fait 193454 !Waft! OW1 Paga 1 d 6 CITY OF YAKIMA DEPARTMENT OF ENGINEERING & UTILITIES (509) 575-6111 SCAN 278-6111 FAX 575-6305 129 NORTH SECOND STREET YAKIMA, WASHINGTON 98901 July 13, 1995 Transportation Improvement Board P.O. Box 40901 Olympia, Washington 98504-0901 Attn: Mr. Rod Diemert, TIA Program Engineer Re: Transportation Improvement Project T1B No. 9E-180(001)-1 1-82 Interchange Area City of Yakima Dear Rod: RECEIVED 411 CITY OF YAKIMA JUL 2 01995 J OFFICE OF CITY MANAGER This letter is in response to your and Pat O'Neils' requests for more information regarding the June 23, 1995 submittal of a request for additional TIA funds. Enclosed with this letter is a copy of the Department of Transportation's bid tabulation for the Gateway Project contract 1. The unit prices are the basis for the present cost estimates for future contracts 1B and 1C. Overall the bids for contract 1A caused an increase over the Engineers Estimate by $368,991. The projection of contract 1A unit bid prices, excluding water and sewer costs is estimated to cause an increase of $441,471 for the remaining 1B/1C contracts. The increase estimate of cost of the utilities in the project is $332,167. These costs total to a $1,142,629 increase over available funding. The City will utilize the accompanying prioritization list to bring project costs in line with the current additional funding request and existing approved TIB funds. The current revised construction prospectus requests and additional $663,126 in TIA funds. The landscaping costs for phase 1 of the Gateway Project that is proposed to be accomplished under contract 1C is currently estimated to be $210,000. Three percent (3%) of the current estimated total construction cost of $10,960,361 is $328,811. The current estimated cost is within the 3% allowed. The Gateway Project disrupted the old water/sewer sysiems in the project area. In 1993 it was estimated that it would take approximately $500,000 to replace these systems. $500,000 was appropriated in the City of Yakima budgets over the years 1994 and 1995. This funding was over and above local funding used to match TIB funding. Current engineering estimates based on contract 1A unit prices now project the cost of these system replacements to be $832,167 or $332,167 above the 1993 estimate. The City used an engineering cost for construction of 6% in the 12/94 construction prospectus which we felt, considering the size of the total construction project, was reasonable. The Department of Transportation is managing the construction contracts and requires 10%. Accompanying this letter is a copy of my service agreement with the City of Yakima outlining my responsibility as the Yakima Gateway Project Coordinator. Respectfully, Dennis E. Covell Yakima Gateway Coordinator cc: Dick Zais, City Manager Brad Stein, CH2M-Hill Mr. Dennis E. Covell, P.E. Supplemental Agreement #4 Page 2 July 18, 1995 106510.1A Included as part of Supplemental Agreement #4 are: 1) Exhibit A, Summary of Payments, that provides a breakdown of the maximum amount payable under Agreement No. 91-103/D- 6015, as currently supplemented; 2) Exhibit B, Scope of Work, a description of the Construction Engineering work tasks; 3) Exhibit B-1, Fee Itemization, a task -by -task listing of the hours and expenses; and 4) Exhibit D-1, Consultant Fee Determination, a summary sheet of the compensation for providing the requested construction engineering services. It is our understanding that the City Council will address this request at their regularly scheduled meeting on July 25, 1995. If you have any questions about the attached Supplemental Agreement #4 or would like additional information and/or clarification, please do not hesitate to call me at (206) 453-5005, extension 5181. Sincerely, CH2M HILL, Inc. i • ,•. Bradfor. ' . Stein, P.E. Project Manager bl s/sup041et.doc/d 16 Engineers Planners Economists Scientists July 18, 1995 106510.1A Mr. Dennis E. Covell, P.E. Gateway Project Coordinator City of Yakima 129 North 2nd Yakima, Washington 98901 Dear Denny: Subject: I-82/Yakima Avenue Interchange and Fair Avenue Project Services During Construction (Phase IV) - Supplemental Agreement #4 Transmitted herewith is Supplemental Agreement #4 that provides compensation for the Construction Engineering Services to be performed by CH2M Hill as requested by the WSDOT South Central Region in a letter dated September 20, 1994. The scope of work for the services during construction (Exhibit B) was developed from the directions received at the City/WSDOT/CH2M Hill Partnering session held on February 21, 1995. We understand our role during construction of Stage 1 to be essentially an extension of the WSDOT Construction Engineering staff, headed by Rick Gifford, and an advisor to yourself, as the City's Yakima Gateway Project Coordinator. The specific construction services that we provide will be as directed by either the WSDOT or City staff. The total cost for the Gateway Project will not have to be increased to cover these construction engineering services because these costs have already been budgeted as part of the 10 percent over the bid price allocated by the City to the WSDOT for managing the construction phase of the project. The maximum amount payable under our current Agreement No. 91-103/D-6015 will be increased by transferring funds from the construction budget. CH2M Hill has been providing said construction engineering services to the City and the WSDOT since the Stage lA contract was advertised on December 19, 1994. Through June 24, 1995, we have provided to the City and the WSDOT $45,230 in construction services, primarily associated with Tasks 1, 2 & 3 of the attached scope of work. However, to complete the remaining engineering tasks for Phase III, Final Design and Right - of -Way Acquisition, necessitates that this supplement to our existing agreement be executed to reimburse us for those costs already incurred on Phase IV work tasks. Seattle Office 777 108th Avenue NE, Bellevue, WA 98004-5118 206 453.50W P.0 Box 91500, Bellevue, WA 98009-2050 Fax No. 206 462-5957