Loading...
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