HomeMy WebLinkAboutTrans 2007-05-14 COMPLETE AGENDA PACKET `4 City of Tukwila Transportation Committee
Y f
Pam Carter, Chair
Kq8
Joe Duffze
Pam Linder
AGENDA
Monday, May 14, 2007
Time: 5:00 p.m. Place: Conference Room No. 1
1 L NO. ITEM NO. ACTION TO BE TAKEN
I. Current Agenda Review I.
II. Presentation(s) H.
III. Business Agenda III.
A. Tukwila Urban Center Signal Interconnect A. Move to Committee of the Whole for
ITS Project Consultant Supplemental discussion then to Regular Council for
Agreement No. 2 Page 1 approval.
B. 2007 Annual Overlay Repair Program B. Move to Committee of the Whole for
Bid Award Page 11 discussion same night then to Regular
Council for approval.
C. Boeing Access Road East Marginal Way C. Move to Regular Council for approval.
Intersection Paving Bid Award (Bid Opening
Friday, May 11, at 10 a.m. Bid Results
and Recommendation to be brought to
Committee) Page 15
D. Street Vacations for the Link Light Rail D. Move to Committee of the Whole for
Project Page 17 discussion then to Regular Council for
approval.
IV. Old Business
Next Meeting: Tuesday, May 29, 2007
Future Agendas:
1.
The City of Tukwila strives to accommodate people with disabilities.
S Please contact the Public Works Department at 206 433 -0179 for assistance. 40
To: Mayor Mullet
From: Public Works Director
Date: May 7, 2007
Subject: Tukwila Urban Center Signal Interconnect and ITS
Traffic Operations Center Hardware and Software Integration
Project No. 88 -RW02, Contract No. 05 -085
Supplemental Agreement No. 2
ISSUE
Supplemental Agreement No. 2 has been negotiated with Siemens ITS for traffic operations software
integration services on the Tukwila Urban Center Signal Interconnect and ITS project for a fixed fee
not to exceed $136,274.
BACKGROUND
INFORMATION MEMO
Siemens ITS was selected in 2005 for design services on this project and we are quickly approaching
the end of the construction phase. The base contract amount with Siemens ITS under City Contract
No. 05 -085 was $285,877 for the preliminary engineering and final design phases. Supplemental
Agreement No. 1 for on -call construction management support and signal timing services was $93,325.
Siemens was asked to provide a supplemental agreement for the integration phase, as described in the
base contract as optional services. This supplement will provide the following for the Traffic
Operations Center:
System integration of all required hardware and software
System architecture development and testing
System graphics showing the urban center intersections
Signal timing installation, testing and verification
System documentation and training
ANALYSIS
Attachment III.A.
A supplemental agreement for Traffic Operations Center system integration services has been
negotiated for a fixed fee not to exceed $136,274. Budget is available in the construction phase.
RECOMMENDATION
Authorize the Mayor to sign Supplemental Agreement No. 2 with Siemens ITS in the amount of
$136,274.
BG:ad
attachment: Supplemental Agreement No. 2
(P:Projects\A- RW RS Projects'SSRWO2 Traf Sig Intrcnt\INFO MEMO SIEMENS CM Supplement No. 2)
2
SUPPLEMENTAL AGREEMENT
NO. 2
Agreement Number
05 -085
City Project Number
88 -RWO2
Project Title
Tukwila Urban Center Signal Interconnect and ITS
Project
Description of Work
Provide construction support services for this project.
The Local Agency of The City of Tukwila desires to supplement the agreement entered into with Siemens
Inc. and executed on 22 of July, 2005 and identified as Agreement No. 05 -085. All provisions in the
basic agreement remain in effect except as expressly modified by this supplement.
Section 1, SCOPE OF WORK, is hereby changed as set forth in EXHIBIT A-2, and by this reference
made a part of this supplement.
Section V, PAYMENT, shall be amended as follows:
By: SIEMENS ITS. By: Citv of Tukwila
Signature Date
Organization and Address
Siemens ITS
8004 Cameron Road
Austin, TX 78754
Attn: Paul Wilson
Phone
(512) 837 -8412
New Maximum Amount Payable
$529,599
The Maximum Total Amount Payable to the Consultant under this Agreement shall not exceed
the sum of the Amount Payable as set forth in EXHIBIT A -1 ($93,325) EXHIBIT A -2 ($136,274) and the
base contract ($285,877), for a total of $515,476.00
If you concur with this supplement and agree to the changes as stated above, please sign in the
appropriate spaces below and retum to this office for final action.
Signature Date
SIEMENS
.11allrbart- err deSrli lnffer
Scope of Work
Exhibit A -2
04/17/07
Table of Contents
Introduction 2
Task 9: Project Coordination with City of Tukwila 2
Task 10: Architecture Development and Implementation of an Integrated Traffic Management System 2
Task 10.1 System Architecture Report 2
Task 10.2 Procurement List of all TOC Hardware and Software 2
Task 10.3: System Acceptance Test Plan 3
Task 10.4 System Graphics and database development 3
Task 10.5 System Set -up and In -house System Integration and Testing 4
Task 10.6 On -Site Central System Installation and Off -Line Testing 5
Task 11: Traffic Management System Field Elements Integration and Validation 5
Task 11.1: System integration 5
Task 11.2: End -to-End System Testing 6
Task 11.3: Documentation 6
Task 11.4: Training 6
Maintenance Support and Warranty 7
Siemens ITS Page 1
3
SIEMENS
Introduction
Task 9: Project Coordination with City of Tukwila
Budget
The budget for Task 9 is $14,717.
Task 10.1 System Architecture Report
Deliverables
System Architecture Report
This scope of work describes the supplemental agreement No. 2 to be completed by the Siemens ITS Team.
The scope of work describes the following tasks
Project Coordination with City of Tukwila
Architecture Development and Implementation of an integrated Traffic Management system at the
TOC
Siemens will coordinate the execution of the subsequent Tasks 10 and 11 with the City of Tukwila. This task
includes two meetings with the City, maintenance of Overall project schedule, and submittal of invoices. In
addition, this task includes two meetings with the IT group to discuss future connections to Emergency
Operations Center and Police Department (note that the actual connection to those agencies is not part of this
task but may be performed at a later point in time as a separate task). The actual technical management of the
ACTRA implementation and integration is included in the budgets for the subsequent tasks.
Task 10: Architecture Development and Implementation of an
integrated Traffic Management system at the TOC
Using the Concept plan and PS &E documents which will identify the locations of field improvements to be
deployed as part of this phase of the project, Siemens will prepare a system architecture report. The report will
document the existing infrastructure at the City and will include a hardware architecture diagram showing all
hardware connections and interfaces at the central as well as in the field. All hardware components including
necessary computer equipment for ACTRA as well as TOC equipment, and communications equipment will be
shown in this diagram. Existing and new equipment to be procured will be identified.
Task 10.2 Procurement List of all TOC Hardware and Software
Based on the system architecture developed in the previous task, Siemens will provide a list of all required
hardware (communication servers; UPS; workstations; Ethernet switches), and 3rd party software (e.g.
MSSQL, etc.) in order to deploy a fully, functional system to the City for review. The list may be revised based
on City's comments.
Siemens ITS Page 2
SIEMENS
Deliverables
Hardware and software procurement specifications
Meet with Tukwila IT Department to coordinate needs
Task 10.3 Procurement of System Hardware and 3' Party Softwrae
Based on the system architecture and procurement list developed in the previous tasks, Siemens will procure
all system hardware (servers, UPS, workstations) and 3rd Party Software required to deploy a fully functional
system. The system hardware will be loaded with ACTRA and tested in a later task, see 10.6.
Deliverables
One Dell PowerEdge 2950 in Dell 4210 Enclosure
One HP Color Laserjet 4700n
One Dell Optiplex GX620 Workstation
One APC Smart UPS RM 2200VA
Three CF -30 Toughbooks
Task 10.4 System Acceptance Test Plan
Siemens will provide the ACTRA standard acceptance test procedures. Said procedures shall identify various
functions (e.g. Download /Upload, SYNCHRO Interface, CCTV, etc.) for testing. A SAT document shall be
submitted for review and approval by the City prior to commencement of system testing.
Deliverables
System Acceptance Test Document
Task 10.5 System Graphics and database development
The City shall supply the following information to Siemens for input into the system and preparation of the
graphical displays:
Map of the City in electronic format (.bmp or .wmf format) or an aerial photograph of the
City
Intersection layouts for the 28 intersections to be under the control of the system
Siemens shall be responsible for the input of the data supplied by the City into the system, and for the
preparation of the map graphic and individual graphical displays for all signals.
The following is a list of the 28 intersections that will be under the control of the system:
S 180fri St Southcenter Pkwy
S 180th St Andover Park W
S 180th St Andover Park E
S 180th St Sperry Dr
S 180th St /West Valley Hwy
Siemens ITS Page 3
5
6
SIEMENS
SW 43dd St 72nd Ave S
Southcenter Pkwy Blk 17500
Southcenter Pkwy Minkler Blvd
Southcenter Pkwy 168th St
Southcenter Pkwy Strander Bivd
Southcenter Pkwy Klickitat
Southcenter Pkwy /1-5 NB Off Ramp
53rd Ave S Klickitat Dr
Andover Park E Costco Dr
Andover Park E Minkler Blvd
Andover Park E Stander Blvd
Andover Park E Baker Blvd
Andover Park E Tukwila Pkwy
Andover Park W Minkler Bivd
Andover Park W Strander Blvd
Andover Park W Baker Blvd
Andover Park W Tukwila Pkwy
61St Ave S Tukwila Pkwy
Strander Blvd/Mall Entrance /61st PI S
Tukwila Pkwy Mall Entrance
Southcenter Blvd 66th Ave S
Southcenter Blvd 61St Ave S
Southcenter Blvd Macadam Rd S
Deliverables:
One citywide map showing:
Major arterials
28 Intersections
CCTV locations
28 intersection graphics
Upload and store intersection data
rs
Task 10.6: System Set -up and 1n -house System Integration and Testing
In this task, Siemens Integration Team will configure the system in its systems laboratory. The COTS software
and ACTRA software will be installed on the Servers and Workstations. The Workstations will be configured
with the City map and intersection graphics and database. The system will be configured for bench testing
with two Type M50 controllers with the appropriate firmware, and required communications equipment. The
City will provide the communications equipment for testng.
The system will be tested according to standard in -house test procedures for ACTRA and SEPAC.
Following successful testing, the system will be packed and shipped to City of Tukwila for installation.
Siemens ITS Page 4
SIEMENS
Deliverables
Document summarizing the details of the testing results in accordance with the SAT procedures.
Configured system ready for On -Site installation
Task 10.7 On -Site Central System Installation and Off -Line Testing
Siemens staff will install the system equipment at the City's TOC per the system architecture plan approved by
the City in Task 10.1.
By using the test system of controllers, Siemens staff will run through the acceptance test procedures with this
configuration in the presence of City staff. This off-line test will be conducted and completed within one day.
Any problems that occur during the test, and are attributable to either Siemens's work or equipment delivered
by Siemens, will be rectified and the relevant part of the test will be repeated.
The Installed System will include one licensed copy of SYNCHRO. Siemens' terms and conditions for the
licensing of SYNCHRO will apply.
Deliverables
Configured system ready for connection to field equipment.
Completed Test Procedures and Results consistent with the approved SAT document.
Meet with IT to discuss results
One license of SYNCHRO
Budget
The budget for Task 10 is $86,798.
Task 11: Traffic Management System Field Elements
Integration and Validation
Task 11.1: System integration
City personnel will be on hand throughout this task.
.At the end of this task, the system will be ready for the Final Acceptance Test.
Following successful testing of ACTRA in task 10.6 and construction of field elements (including installation of
cabinets, controllers and cameras) by others, Siemens wil bring on -line the controllers and CCTV cameras to
ACTRA.
It is assumed that timing plans will be developed and installed on controllers under a separate contract by the
City's consultant.
Siemens ITS Page 5
7
8
SIEMENS
Deliverables
System fully connected to intersections and cameras
Task 11.3: Documentation
Deliverables
ATMS User's Manual CD
ATMS Administrator's Manual CD
Firmware User Manual
Final System Architecture Report
Task 11.2: End -to -End System Testing
End -to-End System Acceptance Testing for all intended functions will be performed once all hardware and
communications equipment is installed at central and in the field.
Siemens staff will be on site to administer and conduct the test in accordance with the standard test
procedures. The test will be conducted within one day. The test results will be documented and City
personnel will observe the testing.
If any part of the test involving Siemens supplied software fails, relevant sections of the test will be repeated
following correction of the software as agreed by both parties.
Deliverables
Completed Test Procedures and Results consistent with the approved SAT document
Siemens will provide a CD with User Manual, and System Administration Manual for ACTRA. A User Manual
will also be provided for SEPAC. As part of this task Siemens will also update the System Architecture report
to reflect the as -built conditions. The user's manual is geared towards the system operator and complements
the On -line Help facility. The document contains complete written instructions explaining the use of the user
interface and operation of the system. The controller data base screens are also described in full.
Task 11.4: Training
After the On -Site System Central Installation and Off -Line Testing task are completed, a three -day classroom
training session (24 hours) for up to ten (10) individuals will be held. Another 24 hours of training distributed
over three days will be provided after the completion of Communications Cut -Over task. These sessions will
cover all aspects of ACTRA and SEPAC operations. Training will be tailored to individuals with knowledge of
PC and Windows operations.
The training sessions will be conducted at the City TOC where ACTRA is located so that the installed system
can be used to demonstrate features.
Siemens ITS Page 6
SIEMENS
Deliverables:
Training Course
Training Materials
Budget
The budget for Task 11 is $40,606.
Maintenance Support and Warranty
Siemens provides a one -year warranty (free of charge) of the delivered software measured from the date of
acceptance of the software.
During this period, Siemens will also answer City's questions regarding system capability and operations.
Maintenance shall be conducted through telephone trouble- shooting and as- required, on -site examination of
the reported problem. Siemens will also offer to the City one free upgrade of the software during the one -year
warranty period. The work associated with the upgrade will be performed by the Siemens staff.
Siemens ITS Page 7
9
ANALYSIS
BUDGET AND BID SUMMARY
RECOMMENDATION
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Director 1')
Date: May 8, 2007
Subject: 2007 Annual Overlay Repair Program
Project No. 07 -RWO1
BID AWARD
ISSUE
Award the bid for construction of the 2007 Annual Overlay Repair Program.
BACKGROUND
This project will provide roadway repairs and overlays on the following street segments:
Site #1 S 158 St, 44 Ave S, S 156 St, 47 Ave S (the loop east of 42 Ave S)
Site #2 48 Ave S, S 136 St, 48 P1 S (triangle) (east of Macadam Rd)
Site #3 34 PI S, S 141 St, 33 P1 S (S 140 St to 34 Ave S)
Attachment III.B.
The project was advertised for bids on April 19 and 26 and bids were opened May 4, 2007. Five bids
were received with the low bid of $406,048.25 from Lakeridge Paving Company. The engineer's
estimate was $426,197.00.
The bids were reviewed and no errors or irregularities were found in the lowest bid. Lakeridge Paving
has successfully worked for the City on past projects.
Bid Results Estimate Budget
Construction (2007 Overlay) 406,048.25 426,197.00 750,000.00
Contingency (10 40,605.00 42,620.00 0.00
Total 446,653.25 468,817.00 750,000.00
Note: The Boeing Access Road East Marginal Way Intersection Paving project will open bids on
May 11, 2007. If awarded, that project will utilize the remaining funds shown above.
Award the construction bid for the 2007 Annual Overlay Repair Program to Lakeridge Paving
Company in the amount of $406,048.25.
attachments: Vicinity Map, Bid Tabulation, and Award Recommendation Letter
(P:Projects RW RS Projecul07RW01 7007 Overlay l2007 Overlay Award Info Memo)
1 l
2007 Overlay Projects
Vicinity Map
CITY OF TUKWILA
DEPARTMENT OF PUBLIC WORKS
2007 Ovorlay Program Project no. 07 -RW 01
Cortitlod Bid Tabulation
Bld opening Date May 4, 2007
Section
4o. No. Item _,Otv Unit
Roadway
1 1.09 Mobilization 1 LS
2 8 -01 EroslonNVater Pollution Control 1 FA
3 1 -07 Resolution of Utilitv Conflicts 1 FA
4 1-10 Proloct Temoorary Traffic Control 640 HR
5 2-01 Clearing and Grubbing 1 LS
6 2.02 Romoving Asphalt Concrete Pavement 875 SY
7 2 -02 Removing Cement Concrete Pavement 15 SY
8 2 -02 Removing Pavemont Markings 1 LS
9 2 -02 Removing Asphalt Curb 1,060 LF
10 2 -02 Removing Cement Concroto Curb 70 LF
11 2 -03 Roadway Excavation, Inc' Haul. 1 LS
12 2.03 Unsuitable Foundation Excavation, Intl Haul. 105 CY
13 2-12 Construction Gootextllo for Separation 1.285 SY
14 4 -04 Crushed Surfacing Base Course 320 TN
15 4 -04 Crushed Surfacing Top Course 370 TN
18 5.04 Pavoment Repair Excavation incl. Haul 315 CY
17 5 -04 HMA Class 1/2" PG 64 -22 1,985 TN
18 5 -04 HMA Class 1/2" PG 64 -22 For prelevol 200 TN
19 5 -04 HMA Class 1/2" PG 64 -2 for Pavement Repair 475 TN
20 5-04 HMA Thickened Edge 2.380 LF
21 5 -04 Planing Bituminous Pavement 1,340 SY
22 5 -04 Joint Crack Sealing 1 FA
23 7 -12 Adiust Water Valve 18 EA
24 8 -04 Cement Concrete Curb and Gutter 70 LF
25 8-13 Adiust Monument 3 EA
Storm Drainage
26 7-04 Storm Drain Pipe. 8 -Inch DIP 50 LF
27 7-05 Catch Basin, Type 1 2 EA
28 7-05 Adlust Catch Basin 31 EA
29 7-05 Replace Catch Basin Grate 9 EA
30 2-09 Shoring or Extra Excavation Class B 1 LS
Sanitary Sewer
31 7 05 Adlust Manhole 9 EA
[Traffic Control Devices
32 8-09 Raised Pavement Marker 46 EA
33 8-22 Plastic Traffic Letter 8 EA
34 8-22 Plastic CB Marking 16 EA
35 8-22 Plastic Stripe. 4 Inch 70 LF
36 8 -22 Plastic Stripe, 12 Inch 39 LF
Roadside Development
37 8-05 Edge Restoration 9.980 LF
38 8-02 Property Restoration 1 FA
TOTAL BID PRICE:
$PG Enalnnnr's Fstlmnto j.akorldae PavInp Co_ LLc
Unit Total ,Unit Total
Cost Cost Cost Cosh
525.000 25,000
$5.000 5.000
53,000 3,000
$38 24,320
$3.500 3,500
$10 8.750
$15 225
$1.650 1,650
$6 6,360
$6 420
$3.000 3,000
$25 2,625
93 3,855
$26 8,320
$28 10.360
$55 17.325
$75 148,875
$80 16,000
9100 47,500
$7 16,660
56 8,040
$4,000 4,000
9300 5,400
$30 2,100
9600 1.800
$70 3.500
$1,200 2,400
5400 12.400
5200 1,800
9500 500
$400 3.600
$3 138
$80 640
$50 800
02 140
$6 234
02 19.960
$6,000 6,000
II
$426.197.00
$18.000.00
95.000.00
$3,000.00
$55.00
$7.710.00
$10.10
533.50
$1,000.00
$3.00
930.00
615,345.00
$47.00
$3.00
$22.00
930.00
954.30
$65.75
580.00
995.00
$2.25
$5.25
$4.000.00
9225.00
$70.00
$225.00
L
$110.00
91,500.00
$300.00
$175.00
$500.00
918.000.00
95,000.00
$3.000.00
$35,200.00
$7.710.00
$8.837.50
$502.50
51,000.00
53,180.00
$2.100.00
615,345.00
$4,935.00
63.855.00
$7.040.00
511.100.00
$17,104.50
$130.513.75
$16.000.00
$45.125.00
95,355.00
$7.035.00
$4.000.00
94,050.00
$4,900.00
6675.00
$25.00
$120.00
$120.00
$10.00
925.00
95.500.00
$3,000.00
$9.300.00
$1.575.00
$500.00
9325.00 $2,925.00
$1,150.00
$960.00
91.920.00
$700.00
$975.00
91.00 $9,980.00
$6.000.00 $6,000.00
II
$408.048.251
Page 1
I,akosldn Industries
Unit Total
Cost cost
965,000.00
$5.000.00
53.000.00
945.00
51.000.00
96.00
$50.00
$1,000.00
$1.00
$30.00
$5,000.00
910.00
$0.25
$20.00
940.00
930.00
$65.00
965.00
$85.00
$1.00
68.00
$4,000.00
$250.00
970.00
$3.00
$50.00
$2,000.00
$450.00
$150.00
$500.00
$65.000.00
$5,000.00
$3,000.00
$28.800.00
$1,000.00
$5,250.00
$750.00
$1.000.00
$1,060.00
$2,100.00
$5.000.00
$1,050.00
$321.25
$6,400.00
$14.800.00
$9.450.00
$129.025.00
$13,000.00
$40.375.00
$2.380.00
$10.720.00
$4.000.00
$4.500.00
$4,900.00
$2,500.00
$4,000.00
$13,950.00
$1.350.00
$500.00
$500.00 $4,500.00
$10.00
$95.00
965.00
$4.00
58.00
$460.00
$760.00
$1.040.00
$280.00
9312.00
N Dovls, KPG
Data: 5 7' u 0 'i
Western As$hait,J11., watson Asphalt Pvna Co,
Unit fatal Unit Total
Cost Coat Coat Cost
561,030.00
$5,000.00
$3.000.00
652.00
$3,400.00
$3.83
$78.75
$840.00
$2.49
$30.80
516.275.00
523.80
51.71
$31.19
$43.67
$56.63
569.20
$75.00
$91,00
$1.50
96.67
$4,000.00
$264.00
$60.50
$253.00
$78.54
$1.479.50
$352.00
$181.50
$3.500.00
II
$61,030.00 1
$5,000.00
$3,000.00
$33.280.00
53,400.00
$3,351.25
$1,181.25
$840.00
$2,639.40
$2,156.00
$16,275.00
$2,499.00
$2,197.35
$9,980.80
916,231.90
$17,838.45
$137,362.00
915,000.00
$43.225.00
$3,570.00
$8.937.80
$4.000.00
$4.752.00
94,235.00
$759.00
53,927.00
$2.959.00
$10,912.00
$1.633.50
93,500.00
$352.00 $3,168.00
58.80
$62.70
$63.80
57.26
$13.20
$404.80
$501.60
$1.020.80
$508.20
$514.80
By:
52.00 919,960.00 $1.94 $19,361.20
$6,000.00 56,000.00 $6.000.00 $6,000.00
11 II
5414,602.25 5467162.1011
$52.000.00
$5,000.00
$3.000.00
955.00
$5,000.00
$15.00
$30.00
$1,000.00
52.00
950.00
$15.000.00
940.00
52.00
$25.00
$25.00
970.00
585.00
985.00
$140.00
$2.00
910.00
$4.000.00
$350.00
975.00
$350.00
$100.00
$2.500.00
$450.00
$150.00
$500.00
552,000.00
95,000.00
$3,000.00
$35,200.00
$5,000.00
$13,125.00
$450.00
$1,000.00
$2,120.00
$3,500.00
915,000.00
$4,200.00
$2.570.00
$8.000.00
99,250.00
$22.050.00
$168,725.00
$17.000.00
966,500.00
$4,760.00
$13,400.00
$4,000.00
$6.300.00
$5,250.00
$1,050.00
95,000.00
$5.000.00
$13.950.00
91,350.00
$500.00
$450.00 $4.050.00
$10.00
570.00
970.00
$8.00
515,00
53.00
$6.000.00
$460.00
9560.00
51,120.00
$560.00
$585.00
$29,940.00
$6.000.00
II
$537,525.0011
KPG
JOON Matorlals
Unit Total
Cost Cost
$54.000.00
$5.000.00
$3,000.00
$65.00
$12,000.00
$12.00
$175.00
$1,000.00
$9.00
$35.00
515.000.00
$110.00
$2.00
$30.00
$45.00
$150.00
$84.00
$95.00
$95.00
93.00
$13.00
$4,000.00
$475.00
$75.00
$375.00
59.00
$65.00
$65.00
$10.00
$15.00
$3.25
$6,000.00
$54,000.00
$5,000.00
$3,000.00
$41,600.00
$12,000.00
$10,500.00
$2.625.00
$1,000.00
$9,540.00
$2,450.00
$15.000.00
$11.550.00
52,570.00
$9.600.00
$16.650.00
$47,250.00
$166,740.00
$19,000.00
$45,125.00
$7,140.00
$17.420.00
$4,000.00
$8,550.00
$5.250.00
$1,125.00
$90.00 $4,500.00 1
$2.000.00 $4,000.00
$500.00 815,500.00 1
$550.00 $4,950.00
$2.000.00 $2,000.00
$500.00 $4,500.00 1
$414.00
$520.00
$1.040.00
$700.00
5585.00
532.435.00 I
$6.000.00
8595,829.00
13
May 9, 2007
Mr. Robin Tischmak, P.E.
Project Manager
City of Tukwila Public Works
Tukwila, WA 98188
Re: 2007 Overlay Program
Project No. 07 -RW01
Recommendation for Contract Award
Dear Robin:
We have reviewed the projects and references submitted by Lakeridge
Paving Company, LLC for the referenced project. All references checked
indicated that Lakeridge Paving Company has done a good job o n roadway
overlay and repair projects.
We are therefore recommending that the City award Project No 07 -RWO1
entitled 2007 Overlay Program to Lakeridge Paving Company. Please call
me at (206) 267 -1052 if you should have any questions or require further
information.
Sincprely
Nelson Davis, PE
Principal
RECEIVED
MAY 9 2007
TUKWILA
PUBLIC WORKS
KPQ
SEATTLE TACOMA
ENGINEERS
ARCHITECTS
LANDSCAPE ARCH ITEL I S
SURVEYORS
753 9th Avenue North
Seattle, WA 98109
Fax 1 206.286.1639
Phone 1 206.286.1640
To: Mayor Mullet
From: Public Works Director?
Date: May 9, 2007
Subject: Boeing Access Road East Marginal Way Intersection Paving
Project No. 05 -RWO2
BID RESULTS
ISSUE
Award the lowest responsive bid or reject all bids for the Boeing Access Road East Marginal Way
Intersection Paving project.
BACKGROUND
The project was advertised for bids on April 26 and May 3 with bids to be opened on Friday, May 11.
Bid results and a recommendation to either award the lowest responsive bid or reject all bids will be
brought to the Transportation Committee meeting on May 14. This project was bid in 2006 and all
bids were rejected due to insufficient budget. The project budget includes $100,000 in federal funds
and the balance will come from the 2007 Overlay Program budget.
Due to the need to meet specific schedule concerns, staff is requesting an accelerated award process
from the Council. Construction needs to be complete before the scheduled I -5 lane closures in August
by WSDOT, as this intersection is part of the detour route expected to be used by a significant number
of motorists that will be bypassing the construction on I -5.
ANALYSIS
This project is part of the 2007 Overlay Program, but has a separate CIP sheet (page 45) because the
project is partially funded with federal dollars. The project's original budget, including federal funds
and City funds totals $130,000.00. An additional $100,000 was anticipated in the 2007 budget from
National Highways of Significance (NHS) funds, but the funds were not awarded in favor of a
competitive process.
BUDGET AND BID SUMMARY
Actual Engineer's Estimate Budget
Construction (Bid Amount) 100,000.00
Contingency (10
Construction Engineering 113,000.00
Remaining 2007 Overlay Funds 303,346.75
Total 516,346.75
RECOMMENDATION
A recommendation to award the lowest responsive bid or to reject all bids will be brought to the
Transportation Committee meeting on May 14.
attachment: Vicinity Map
(P:Projects A- RW RS Projaxs \05RW02 BAR -EMW Paving\Award TC memo)
INFORMATION MEMO
Attachment III.C.
15
cr■
S 112 St
Boeing Access
0
City of Tukwila
/6
January 24, 2006
Project
Location
Boeing Access Road East Marginal Way
Intersection Resurfacing
Vicinity Map
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Director
Date: May 8, 2007
Subject: Street Vacations for the Link Light Rail Project
ISSUE
Sound Transit request for a one year time extension for street vacations.
BACKGROUND
Attachment III.D.
The City Council approved seven (7) street vacations on May 16, 2005, related to the Sound
Transit Link Light Rail project. The vacations expired April 30, 2007, in accordance with the
approving ordinance. A copy of the ordinance vacating 35 Ave. South is attached for
information.
Sound Transit has requested a one -year time extension to April 30, 2008, to complete the
conditions required by the vacations.
Draft amending ordinances have been prepared with only the expiration date revised. All
other content and conditions remain the same for each ordinance.
RECOMMENDATION
Approve Sound Transit's request for a one -year time extension.
BLS:ad
attachments
(P:alice\TC 051407 ST Street Vacation Extension)
17
Sound Transit Street Vacations Map
South 133rd Street
47th Avenue South
South 138th Street
35th Avenue South
48th Avenue South
49th Avenue South
South 146th Street
City of TU!: i1a
Washington
Ordinance No. 2 g 7
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
TUKWILA, WASHINGTON, VACATING CERTAIN PROPERTY
LOCATED WITHIN THE CITY, DEDICATED FOR STREET
PURPOSES, GENERALLY DESCRIBED AS 35th AVENUE SOUTH,
RUNNING SOUTHWESTERLY FROM SOUTHCENTER BOULEVARD
(SOUTH 154Th STREET) FOR APPROXIMATELY 354 FEET,
INCLUDING THE PARTIAL CUL -DE -SAC BULB; AMENDING THE
OFFICIAL STREET MAP OF THE CITY; PROVIDING FOR
SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE.
WHEREAS, the City of Tukwila and Sound Transit executed the Development and
Transit Way Agreement for Sound Transit Central Link Light Rail Tukwila Freeway Route
Project on December 8, 2004; and
WHEREAS, TMC 11.60 identifies street vacation procedures including public notification,
a public hearing, review and comment, and submittal of relevant information to City Council,
all of which have been done; and
WHEREAS, Sound Transit Link Light Rail proposes a station at this location; and
WHEREAS, 35th Avenue South has been right -of -way for more than 25 years; and
WHEREAS, Sound Transit provided a real property appraisal from a member of the
American Institute of Real Estate Appraisers in the amount of $446,088.00; and
WHEREAS, utilities exist in the right -of -way being vacated; and
WHEREAS, the City of Tukwila City Council conducted a public hearing on April 4, 2005
for the purpose of considering the vacation of certain property located in the City of Tukwila,
as described in the ordinance title; and
WHEREAS, following conclusion of the public hearing, the City Council found the
property should be vacated, subject to certain conditions;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, DO ORDAIN AS FOLLOWS:
Section 1. Vacation.
A. The following property located in the City of Tukwila is hereby vacated:
Approximately 23,891 square feet of 35th Avenue South, running southwesterly
from Southcenter Boulevard (South 154th Street) for approximately 35 feet, including the
partial cul -de -sac bulb.
STV- ST -35th JM:bjs 5 -12 -05 1
/9
20
B. This vacation is conditioned upon satisfaction, by April 30, 2007, of the following:
1. Provision of compensation for $446,088.00.
2. Provision of utility easement(s).
3. Provision of easement(s) to Sound Transit for construction, operation and
maintenance of the Tukwila Freeway Route Project consistent with the Development and
Transit Way Agreement referenced herein.
Section 2. Duties of Public Works. The Public Works Department is hereby directed to
record a certified copy of this ordinance with King County, upon determination by the Public
Works Director that the conditions referenced above have been satisfied.
Section 3. Amendment of Official Street Map. Upon the recording of a certified copy of
the ordinance, the City Public Works Director shall amend the City's official street map to be
consistent with this ordinance.
Section 4. Severability. If any section, subsection, paragraph, sentence, clause or phrase
of this ordinance or its application to any person or situation should be held to be invalid or
unconstitutional for any reason by a court of competent jurisdiction, such invalidity or
unconstitutionality shall not affect the validity or constitutionality of the remaining portions of
this ordinance or its application to any other person or situation.
Section 5. Effective Date. This ordinance or a summary thereof shall be published in the
official newspaper of the City. This vacation shall not become effective until the conditions
contained herein have been fully satisfied, until all fees owed the City have been paid, and
until five (5) working days after the date that this ordinance and all relevant documents have
been recorded with King County Records.
PASSED BY THE CITY COUIUL COL OF THE CITY OF TUKWILA, WASHINGTON, at a
Regular Meeting thereof this 14 7r) day of 2005.
ATTEST/ AUTHENTICATED:
Cr-,
,j a e E. Cantu, CMC, City Clerk
APPROVED AS TO FORM:
By
Office of the City Attorney
FILED WITH THE CITY CLERK: a 2 O S
PASSED BY THE CITY COUNCIL: S- e OS"
EFFECTIVE DATE:.
ORDINANCE NO.: a0 7 '7
rTV
r• ,n1. al.L:_ 11 nC
�e A0N vvTh .5ts2;-t—
Steven M. Mullet, Mayor
2
Exhibit A
Street Vacation Map
35th Avenue South
3.40.62
29033 .2
22
SUMMARY OF ORDINANCE
No. 2087
City of Tukwila, Washington
On May 16, 2005, the City Council of the City of Tukwila, Washington, adopted
Ordinance No. 2087, the main points of which are summarized by its title as follows:
An ordinance of the City Council of the City of Tukwila, Washington, vacating
certain property located within the City, dedicated for street purposes, generally
described as 35 Avenue South, running southwesterly from Southcenter Boulevard
(South 154t Street) for approximately 354 feet, including the partial cul -de -sac bulb;
amending the official street map of the City; providing for severability; and establishing
an effective date.
The full text of this ordinance will be mailed upon request.
Approved by the City Council at their Regular Meeting of May 16, 2005.
2
Ja1e E. Cantu, CMC, City Clerk
Published Seattle Times: May 20, 2005