Loading...
HomeMy WebLinkAboutContract CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: CAG-15-206 Firm/Organization Legal Name (do not use dba's): David Evans and Associates,Inc. Address Fetral Aid Number 1115 W Bay Drive NW, #301, Olympia, WA 98502 BOS-1070(009) UBI Number Federal TIN or SSN Number 600227608 93-0661195 Execution Date Completion Date 9 hJ//2'0 1 S December 31, 2016 1099 Form Required Federal Participation Yes Q No 0 Yes ❑ No Project Title NE 31st Street Bridge Replacement Description of Work The City of Renton is planning to replace the NE 31st St Bridge (Renton-23)with a new bridge. The existing bridge is structurally deficient with a sufficiency rating of 27. The bridge crosses over May Creek. The City has secured FHWA funding for design, environmental permitting,right-of-way acquisition and construction. The work to be performed by the consultant in this contract includes preliminary design(30%) for the new bridge, as defined in the scope of work. Future supplemental agreements to this contract are anticipated for final design/right of way acquisition and engineering support during construction. 0 Yes ❑f No DBE Participation Total Amount Authorized: $99,997.12 El Yes Q No MBE Participation Management Reserve Fund: $0.00 Yes 0 No WBE Participation Maximum Amount Payable: $99,997.12 Yes 0 No SBE Participation Index of Exhibits Exhibit A Scope of Work Exhibit K City of Renton Memorandum,NE 31st St Bridge Replacement Project Information Exhibit B DBE Participation Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit E Sub-consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit II LiuLilily I.iaaruncc Inorca3o Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14 Revised 4/10/2015 THIS AGREEMENT, made and entered into as shown in the "Execution Date"box on page one (1) of this AGREEMENT, between the City of Renton hereinafter called the "AGENCY," and the"Firm/Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. IL General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. III. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination,progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit"A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 Qguicod AMnm1s Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit"B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF)regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended,but not required, that non-DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. The CONSULTANT, on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE firms invoiced for this AGREEMENT. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit"C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or(ii)by email or facsimile, to the address set forth below: If to AGENCY: If to CONSULTANT: Name: Derek Akesson Name: Rich Hovde Agency: City of Renton Agency: David Evans and Associates, Inc. Address: City Hall - 5th Floor, 1055 S Grady Way Address: 1115 West Bay Drive NW, Suite 301 City: Renton State: WA Zip: 98057 City: Olympia State: WA Zip: 98502 Email: dakesson@rentonwa.gov Email: rph@deainc.com Phone: 425-430-7337 Phone: 360-628-5025 Facsimile: 425-430-7376 Facsimile: 360-705-2187 IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14 Rmiiccrl eilni9n1c V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits "D" and "E" and by this reference made part of this AGREEMENT. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non-salary costs. I. Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit,up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and "E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT(prime and all sub-consultants) will submit to the AGENCY within six (6)months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY(cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates@wsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of their sub-consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR rate, if they so desire. 3. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub-consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with WSDOT's Accounting Manual M 13-82, Chapter 10—Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs."The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 Rewicori AHn/9MF 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D" and"E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund(MRF): The AGENCY may desire to establish MRF to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of$100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Changes of Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Changes of Work."No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Non-Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty(30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14 P ui¢nrl All fl/ fl1 D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6)years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6)year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager. VI. Sub-Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit"A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub-consultant, any contract or any other relationship. Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit"E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each sub- consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non-salary costs and fixed fee costs for the sub-consultant shall be negotiated and substantiated in accordance with section V"Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage,brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 Rendecrl A/111/91)14 Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 • Civil Rights Restoration Act of 1987 (42 U.S.C. Chapter 21 Subchapter V § 2000d (Public Law 100-259) through 2000d-4a) • American with Disabilities Act of 1990 • Federal-aid Highway Act of 1973 (42 U.S.C. Chapter 126 § 12101 et. seq.) (23 U.S.C. Chapter 3 § 324) • 23 CFR Part 200 • Rehabilitation Act of 1973 • 49 CFR Part 21 (29 U.S.C. Chapter 16 Subchapter V § 794) • 49 CFR Part 26 • Age Discrimination Act of 1975 • RCW 49.60.180 (42 U.S.C. Chapter 76 § 6101 et. seq.) In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit"F" in every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non-salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 Rauicarl 4/1nnn15 date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit"J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 QOuieari a/1 n/9n1 c XII. Legal Relations The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers,employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a) the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and/or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated between the Parties. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 Poulton 11fn/9n14 Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques,job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1)used in an amount not less than a one million dollar($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub- consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non-contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub-consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: Derek Akesson Agency: City of Renton Address: City Hall - 5th Floor, 1055 S Grady Way City: Renton State: WA Zip: 98057 Email: dakesson@rentonwa.gov Phone: 425-430-7337 Facsimile: 425-430-7376 No cancellation of the foregoing policies shall be effective without thirty(30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 Acui¢crl AMA/9111n The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V"Payment Provisions"until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any"request for equitable adjustment,"hereafter referred to as "CLAIM," under this clause within thirty(30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit"G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.)These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements"prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14 Rot/icod A/1 n/9n1 c XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation,promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non-publicly available data, proprietary software, State security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub-consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or(ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 QOu%cAri d/1 n/7n1 f, Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or(b) as soon as such confidential or proprietary material is developed,whichever is. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or(v)is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that may include a sub-consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub-consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub-consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents"pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6)year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information ("ESI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts,AGREEMENT 's, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays,photographs, minutes of meetings, Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Rnuicori A/I A/9I11 c tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as: Email, Outlook,Word, Excel,Access, Publisher, PowerPoint,Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers,backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub-consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and/or modified. The CONSULTANT shall include this section XX"Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date"box on page one (1) of this AGREEMENT. 7A 0/ Signa Date keittA54" t 1/,,77 /J Signature Denis Law, ayor Date Any modification, change, or reformation of this AGREEMENT shall require approval as to.form by the Office of the Attorney General. ogounlio Attest: Air w. � SEALIP Jason S: h, City Clerk ' }s- • 7FC}5 Agreement Number: CAG-15-206 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 Pouicorl All n/9n1 c Exhibit A Scope of Work Project No. TED4003843 See Exhibit A, attached. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit A Page 1 of 1 Qp„ie r11nizni2n1e EXHIBIT A SCOPE OF WORK AGENCY: CITY OF RENTON CONSULTANT: David Evans and Associates, Inc. CONTRACT: CAG-15-206 PROJECT: NE 31`t St Bridge Replacement A. PROJECT DESCRIPTION: NE 31St Street is a low-volume local access road that serves as the only public access to several homes. The NE 31st Street Bridge (Structure ID:08557300) spans over May Creek.The bridge, built in 1950 by King County, is structurally deficient and has a sufficiency rating of 27. It is a two-span bridge with precast channel girders supported on timber pile caps. Each timber pile cap is supported on five timber piles.The center pier has two piles (middle and adjacent)that have severe rot, diminishing their ability to carry vertical loads. In 2014 temporary vertical supports were installed at the center pier to increase the load carrying capacity.These temporary vertical supports are not resistant to scour resulting from high flows in May Creek.This project will replace the existing bridge with a new single span precast concrete structure with voided slab girders founded on steel round piles filled with concrete and rebar. In 2015,the City of Renton secured $1.2 million in Federal Highway Administration Bridge Replacement Funds to design, acquire right-of-way and construct this project. B. PURPOSE: The City of Renton (Agency) is requesting professional services from David Evans and Associates, Inc. (Consultant)for the preparation of Plans, Specifications and Estimate for the NE 31St Street Bridge Replacement Project (Project).This Scope of Work(Scope) includes the design of a new bridge over May Creek and associated roadway improvements on NE 315t Street. The design of this project is to be conducted in multiple phases.This contract covers the preliminary design phase.This preliminary design phase includes the following: 1. Establishment of survey control within the project limits and the initiation of surveying activities to develop a topographic base map and digital terrain model to design the project. 2. Preliminary engineering design plans (30%). 3. Support for the environmental documentation and permitting processes. 4. Preliminary bid item list and preliminary construction cost estimate (30%) based on estimated bid item quantities. 5. Preliminary Hydraulic Analysis Page 1 of 18 6. Preliminary Geotechnical Report 7. Determination of the extent and type of rights to secure for right-of-way acquisition. 8. Development of Project Funding Estimate (PFE)for right-of-way acquisition. The Agency anticipates future design phases will include final plans,specifications and estimate, right of way acquisition and engineering support during construction.The Agency anticipates that these future design phases will be initiated through one or more supplemental agreements to this contract. C. DESIGN CRITERIA The Agency has developed a memo titled NE 31st St Bridge Replacement Project Information, dated July 21, 2015,with recommendations for the design and configuration of the new bridge. While there are some recommendations in this memo that need to be confirmed and/or verified,this memo represents the basis of design and configuration of the new bridge. Refer to Exhibit K for a complete copy of this memo. In addition to the memo,the bridge design shall be in accordance with the following: • WSDOT Local Agency Guidelines, October 2015 • WSDOT Bridge Design Manual LRFD (M 23-50),April 2015 • AASHTO LRFD Bridge Design Specifications, 7th Edition, 2014 • AASHTO Guide Specifications for LRFD Seismic Bridge Design, 2nd Edition, 2012 • AASHTO Guidelines for Geometric Design of Very Low-Volume Roads, 1st Edition, 2001 • WSDOT Hydraulic Manual, M23-043,January 2015 • WSDOT Highway Runoff Manual, M31-16,April 2014 • WSDOT Design Manual, M22-01,July 2014 • FHWA Evaluating Scour at Bridges, Fifth Edition, April 2012 The project construction specifications shall be based on the 2016 WSDOT Standard Specifications. D. GENERAL ASSUMPTIONS: The following scope and associated costs are based on the assumptions outlined below: • FHWA funds are being utilized for design services included in this contract.Therefore,this contract is subject to all rules and regulations associated with this funding source. • Any task or deliverable requested by the Agency that is not specifically defined in this scope of work will not be performed by the Consultant unless one of the following occur: o The Consultant provides a written request to the Agency to use Management Reserve funds. This request shall summarize the scope of additional work, estimated hours and associated direct salary costs by task and adjustment in total fee. Once received,the Agency will evaluate Page 2 of 18 the request. If approved,the Agency will issue a Notice to Proceed in writing. Once received,the Consultant may proceed with the additional work. o The Consultant provides a draft supplemental agreement to the Agency for review and negotiation.The supplemental agreement shall be complete, including the scope of additional work, estimated hours and associated direct salary costs by task, adjustment in total fee and total amount authorized for the contract.The Agency will review the supplement agreement. Once complete,further negotiations may occur between the parties. Once a scope of work and budget is agreed to,two(2)complete signed originals will be delivered to the Agency, by the Consultant,for execution by the Agency. Once executed,the Agency will issue a Notice to Proceed in writing. Once received,the Consultant may proceed with the additional work. • The Agency is responsible for the following, as necessary: o Reserve and arrange conference room(s) as necessary,for meetings held at City Hall. o Prepare and mail project notices as required. o All coordination with franchise and public utilities as necessary. o Provide Consultant with all available existing record drawings(as-built plans), right-of-way (ROW)plans, horizontal and vertical monument information, GIS maps and other mapping information (as available)to the Consultant. o Provide Consultant with all Agency standard contract documents and Agency bid forms in Microsoft Word, Microsoft Excel and Adobe pdf formats, as applicable. o Provide Consultant with pdf copies of the final NEPA and SEPA checklists and associated determinations. o Review all submittals from Consultant and provide written comments back to Consultant within 15 working days.Written comments may take the form of red line markups. o Entering into a contract with a separately selected consultant for environmental services and permitting. E. TASK ASSUMPTIONS: All assumptions are listed in below, at the beginning of each task. F. DELIVERABLES: All deliverables to be prepared and produced by the Consultant, as part of this scope of work, are identified at the end of each task listed below. G. SCOPE OF WORK: TASK 1—PROJECT MANAGEMENT FOR PRELIMINARY DESIGN PHASE The following items are to be performed by the Consultant, under this task. Page 3 of 18 Assumptions for Task 1: • The budget shown in Exhibit D assumes this task is three (3) months in duration. Provide project management of Consultant services, coordination with the Agency, monthly progress reports and invoicing.This effort will include the following elements. 1.1 —Administration,Coordination and Supervision • Initiate project set-up including establishment of timesheets(charge codes), creation of project files(electronic and physical) and scheduling of personnel work activities and sub-consultant work activities. • Supervision of personnel and activities for compliance with contract scope and schedule and proper charging of time against the contract. • Oversite of sub-consultant activities for compliance with contract scope, schedule and budget. 1.2 —Invoicing • Preparation of monthly invoices with progress reports that include the following: o Spreadsheet summary of budget, expenses to date, expenses for invoice period, estimate to complete and estimate at completion,for each task. o Summary of work accomplished for the invoice period. o Estimate of percent of work complete for the invoice period,to justify fee earned. o Summary of outstanding issues to be resolved by the Agency. o Graph showing monthly budgeted expenses and actual expense,for the time period of the contract. o Backup detail that includes the name,direct salary rate and hours charged by date,for each individual charging time to this contract,for the work period. o Backup detail of all direct non-salary costs included in the invoice for the work period. 1.3 —Project Meetings and Site Visits • Project Kickoff Meeting—After receiving a Notice to Proceed (NTP)from the Agency, set up a project kickoff meeting with key Agency and design team personnel.The purpose of the meeting is to discuss key elements of the scope of work, project schedule timelines and critical path elements. • Meetings and coordination with Agency—The Consultant project manager shall provide weekly, check-in phone conferences with the Agency and attend up to three(3) project meetings with the Agency at the Consultant's Bellevue office location. • For any face-to-face project meetings with the Agency,the Consultant shall prepare an agenda, sign-in sheet, record of meeting including a list of action items, if any. • Internal design coordination meetings—The Consultant project manager will conduct regular internal design coordination meetings with key design team members including sub-consultants. • Site Visit for Conceptual Design Evaluation—Consultant and Agency staff will perform one (1) site visit to evaluate project elements including stream hydraulics, roadway alignment and profile, bridge location, stormwater runoff and right-of-way acquisition needs. Page 4 of 18 • Site Visit for Design Coordination—Consultant may perform up to one (1) additional site visit to evaluate project design elements during development of 30%design. 1.4 —Environmental Support • Provide information as requested by the Agency in support of the Environmental Permitting process.This includes phone conferences with the Agency and the Agency's Environmental Consultant to answer questions about the design of the project.The level of effort for this task is limited to the hours shown in Exhibit D,Task 1.4. 1.5 —Develop Preliminary Project Schedule • Develop a preliminary project schedule with assistance from the Agency.This project schedule will cover the entire timeframe of the project from initiation of design activities to completion of construction activities. It will incorporate estimated timelines for the following: o Completion of Preliminary Engineering Design (30%plans, cost estimate, reports). o Completion of Environmental Permitting(NEPA and SEPA). o Duration of Final Engineering Design including all interim submittals. o Right-of-Way Plan approval and obligation of Right-of-Way funds. o Right-of-Way Certification and obligation of Construction funds. o Bid advertisement, evaluation and award. o Construction. DELIVERABLES The following deliverables and delivery times are included in Task 1. • Meeting agenda(s)in Microsoft Word format—Delivered to the Agency one(1)business day before scheduled meeting. • Sign-in sheet(s)in Microsoft Word or Excel format—Delivered to the Agency at the scheduled meeting. • Draft record of meeting in Microsoft Word format—Delivered to the Agency three(3)business days after scheduled meeting. • Final record of meeting in Microsoft Word format—Delivered to the Agency three(3)business days after comments received from Agency. • Monthly invoices with progress reports—Delivered to the Agency monthly. • Preliminary Project Schedule in Microsoft Project format—Delivered to the Agency four(4) weeks after Notice to Proceed date. Page 5 of 18 TASK 2—SURVEYING The following items are to be performed by the Consultant, under this task. Assumptions for Task 2: • The budget shown in Exhibit D assumes this task is two(2) months in duration. • The survey will be based on the following datum: o Horizontal—NAD 83/91 o Vertical—NAVD 88 • Flagging for the Ordinary High Water Mark (OHWM)for May Creek will be provided by the Agency's Environmental Consultant, prior to commencement of the field survey. • Flagging delineating sensitive areas including wetlands and wetland buffers located within the survey limits will be provided by the Agency's Environmental Consultant, prior to commencement of the field survey. • With the exception of overhead utilities (PSE power, Comcast and CenturyLink communications) and a stormwater outfall (beehive) located approximately 25 feet north of the northwest corner of the bridge,the Agency has determined that there are no other utilities located within the project footprint. • As necessary,the Consultant shall seek permission to enter upon private property to perform the work specified in this scope of work.As necessary,the Consultant shall hand deliver a project notice, in the form of a letter or flier prepared by the Agency,to residents or businesses located on a given parcel. If the Consultant is denied entry to a parcel,the Consultant shall not survey any portion of the property.The limits of survey and estimated hours for field survey shall be adjusted accordingly and agreed to by both the Agency and Consultant.The Consultant shall provide a list of properties that have denied entry,to the Agency.The Agency will use this information to pursue a right-of-entry from the property owner(s). It is anticipated that the additional field survey work to base map the properties that have denied entry,will be included in the scope of work of a future design phase. • The approximate limits of the survey included in this design phase are shown in Figure 1. Page 6 of 18 FIGURE 1 T NORTH NE 31st Street May Creek ',URVLv 1�Mn5 2.1—Establish Project Survey Control Points • Locate, field survey and calculate positions for all existing monuments and previously established control points throughout the project limits shown in Figure 1. Monuments or corners to be located and field surveyed include, as applicable, section corners, side street monuments, monuments on centerline of NE 31St Street and/or as shown/found on public survey records. • Establishment of project survey control points (horizontal and vertical) along NE 315t Street, within the project limits described above. It is estimated that four (4) horizontal control points will be established as part of this contract, two on each side of the bridge. It is estimated that two (2) vertical benchmarks will be established as part of this contract, one on each side of the bridge. In addition to use for survey base map activities, it is anticipated that these project survey control points will be utilized for construction.Therefore, they will be located such that they are not disturbed by anticipated construction activities. • Conventional or GPS surveying methods will be used when establishing the project survey control points. 2.2—Field Survey Note Reduction • Perform note reduction of the field survey data. Page 7 of 18 2.3—Survey Mapping of Existing Surface Features • Perform field survey work to generate a 1"=20'topographic base map and digital terrain model (DTM)of the surface features within the survey limits described above. • The topographic base map and DTM shall be in AutoCAD format as specified in Exhibit C. • The DTM will be used to generate one (1)foot contour lines in the topographic base map. • Topographic base map shall include data points to establish the following: o location of the existing bridge and associated amenities including wing walls,curbs and guardrail at approaches; o street amenities including paved surface limits, signs, lane markings(if any) and monitoring well head(s); o utilities including utility poles and storm structures(beehive) and drainage ditches(as applicable); o general vegetation limits and significant trees, defined as taller than 15 feet with a trunk diameter of six(6) inches or greater(note type of tree if known); o stream channel features including thalweg,top and toe of slopes,ordinary high water mark (flagged by others), large woody debris, large boulders and limits of rip rap; o sensitive areas including wetland and wetland buffers(flagged by others); o all other surface features within the survey limits necessary to design the project. • Topographic base map shall include data points to determine the existing pavement surface elevations within the survey limits. Profiles of the existing street surface will be surveyed along the edge of pavement and pavement crown.These points will be surveyed at intervals of 10-ft minimum and/or 25-ft maximum. 2.4—Survey Mapping of Street and Stream Cross-Sections • Perform field survey work to generate cross-sections of NE 315t Street and May Creek stream channel within the survey limits shown in Figure 1. o Street cross-section intervals will be spaced at a minimum of 10-ft and maximum of 25-ft. o At a minimum the street cross-sections shall include collection of data points at pavement crown, edge of pavement, edge of shoulders (as applicable),face of guardrail (as applicable), drainage ditches (as applicable) and approximate edges of right-of-way. o Stream cross-section intervals will be spaced at a minimum of 10-ft and maximum of 25-ft and will include one cross section at the upstream drip-edge of existing bridge and one cross section at the downstream drip-edge of existing bridge. o At a minimum,the stream cross-sections shall include collection of data points at the center and edges of the creek thalweg,toe of channel slopes, ordinary high water mark(flagged by others),top of channel slopes, base of bridge abutment walls and center pier. 2.5—Establish and Stake Right of Way • Review title report(s) obtained by Roland Resources, Inc.to locate and establish the property boundaries along NE 31st Street within the survey limits. • To assist the design effort and utility relocation discussions with franchise utilities,the right-of- way will be staked within the survey limits shown in Figure 1.The stakes shall be wood lath Page 8 of 18 labeled ROW and marked with flagging.A minimum of eight stakes shall be provided,four on each end of the bridge,two per side of street.At least one stake shall be provided in the vicinity of any utility pole(s) located within the survey limits. DELIVERABLES The following deliverables and delivery times are included in Task 2. • Two(2)compact disks with electronic copy of the completed field topographic basemap in AutoCAD format and a basemap plot in pdf format—Delivered to the Agency within four(4) weeks after the Notice to Proceed date. • Right-of-Way staking—To be completed within eight(8) weeks after the Notice to Proceed date. TASK 3—PRELIMINARY HYDRAULIC ANALYSIS The following items are to be performed by the Consultant, under this task. Assumptions for Task 3: • The budget shown in Exhibit D assumes this task is two(2) months in duration. • Predicted May Creek flows used for the bridge hydraulic analysis shall be based on the Federal Emergency Management Agency (FEMA), Flood Insurance Study for King County,Washington and Incorporated Areas, revised April 19, 2005. Steady-state flows will be used to determine water surface elevations. Unsteady state analysis and sediment transport modeling will not be included in this scope of work. • Should analysis show that new bridge causes changes to the May Creek floodplain, a Conditional Letter of Map Revision (CLOMR) and/or Letter of Map Revision (LOMR)to modify the Flood Insurance Rate Map (FIRM) may need to be prepared and the work associated with this effort is not included in this Scope. • All storm drainage design for this project will be in accordance with the City of Renton amendments to the 2009 King County Surface Water Design Manual. • The total amount of new impervious area is assumed to be less than 5,000 square feet. Therefore, it is anticipated that no stormwater detention or water quality treatment will be required. 3.1—HEC-RAS Modeling • Develop HEC-RAS models of existing stream channel conditions (with existing bridge) and future stream channel conditions(with new bridge)to analyze the following: o Steady flow water surface profiles 3.2—Preliminary Bridge Hydraulic Report • Using the results of the modeling,the following information will be summarized in a Preliminary Bridge Hydraulic Report: Page 9 of 18 o Predicted 100 year water surface elevation, based on future stream channel conditions, at the location of the new bridge. o Confirmation of zero(0) rise in 100 year water service elevation as a result of this project. o Predicted worst case scour depth for flows up to a 200 year event, based on future stream channel conditions, at the location of the new bridge. o Optimal bridge abutment location. o Proposed scour protection measures. 3.3—Preliminary Stormwater Design Memorandum • The following information will be summarized in a Preliminary Stormwater Design Memorandum: o Total existing and new impervious areas within the project footprint to determine net increase or decrease. o Total existing and new pervious area within the project footprint to determined new increase or decrease. o Thresholds for detention and water quality design and determination regarding this project meeting or exceeding thresholds. o Describe the existing drainage system(s) and drainage basin(s)for the project area. o Recommend drainage conveyance improvements for the project, as necessary. DELIVERABLES The following deliverables and delivery times are included in Task 3. • Two(2)compact disks with Preliminary Bridge Hydraulic Report in pdf format—Delivered to the Agency within two(6) weeks after the Notice to Proceed date. • Two(2)compact disks with Preliminary Stormwater Design Memorandum in pdf format— Delivered to the Agency within six(6) weeks after the Notice to Proceed date. TASK 4—PRELIMINARY PLANS AND COST ESTIMATE The following items are to be performed by the Consultant, under this task. Assumptions for Task 4: • The budget shown in Exhibit D assumes this task is three (3) months in duration. • The Agency will provide the standard CAD sheet border and title block information to be utilized on the plan sheets for this project. • The list of proposed sheets to be included in the complete set of plans for the project is shown below in Table 1 along with those sheets to be included in the 30%submittal. Page 10 of 18 TABLE 1 Sheet Title 30% 1 Cover(Vicinity Map,Sheet Index) X 2 Abbreviations&Legend 3 General Notes &Survey Control 4 Right of Way Plan X 5 Temporary Street Closure Plan&Sign Details 6 Site Preparation&TESC Plans X 7 Construction Staging and Sequencing Plan X 8 Temporary Stream Bypass Plan& Details X 9 Grading Plan X 10 Stream Channel Enhancement Plan X 11 Stream Channel Enhancement Details 12 Roadway Plan&Profile X 13 Typical Roadway Sections X 14 Bridge Plan&Elevation X 15 Foundation Plan X 16 Concrete Pile Details 17 Sheetpile Details 18 Abutment 1 Plan&Elevation(including bearings) X 19 Abutment 2 Plan&Elevation(including bearings) X 20 Abutment Sections&Details 21 Bearing&Expansion Joint Details 22 Girder Framing Plan &Typical Section X 23 Precast Slab Girder Details(1 of 2) 24 Precast Slab Girder Details(2 of 2) 25 Bar List 26 Bridge Rail Details 27 Guardrail Plan& Details 14 • Bridge Design Assumptions- In addition to the recommendations outlined in the Agency's memo titled NE 31st St Bridge Replacement Project Information, dated July 21, 2015 (included as Exhibit K),the following design assumptions have been made: o The bridge will be checked for Notional Rating Load (NRL)vehicles. o This is not a critical structure for calculation of importance factors. o No provision for lighting, utilities, conduits or future incorporation of these items will be provided in the design of the bridge. o Scour protection and approach fill confinement will be accomplished with sheet piling driven in a "U" shaped configuration. Page 11 of 18 4.1 —Confirmation of Preliminary Bridge Design Assumptions • Verify the Agency's recommendations for the design and configuration of the new bridge, as outlined in the memo title NE 315`St Bridge Replacement Project Information, dated July 21, 2015.The specific areas to verify are listed below. o Locate and orient proposed bridge to verify that all permanent improvements (e.g. bridge, roadway approaches including guardrail and end terminals) are located within the existing right-of-way.Additional considerations for proposed bridge location and orientation include stream channel grading(minimize), stream channel opening (maximize) and scour at abutments (minimize risk). If the proposed bridge cannot fit within existing right-of-way, discuss with Agency staff to initiate project change process, as it is assumed that bridge and roadway approaches will fit within existing AGENCY right-of-way. 4.2—Civil Design 30%Plans • Develop 30%civil design plan sheets as shown in Table 1,above.The purpose of these sheets as part of the 30%submittal is to develop the design to a point where all environmental impacts are identified in order to begin the environmental permitting process. Below is a description of the information to be included on each sheet. o Cover-Includes a vicinity map of the project location and sheet index. o Right-of-Way Plan- Includes two(2) plan views.The first will be of the project location showing the right-of-way limits and any recorded easements in the vicinity of the project site, and the proposed temporary construction easement limits.The second will be of the parcel with the private driveway to be utilized as temporary access for the residents. o Site Preparation &TESC Plan—Includes demolition and construction limits.Shows erosion control features to be installed for construction. o Construction Staging Plan—Includes step-by-step process for constructing this project.This plan will account for the lack of access to the site from the east side of the bridge after the street is closed and existing bridge is demolished. o Temporary Stream Bypass Plan & Details—Includes location and type of stream bypass. o Grading Plan—Includes all excavation for the project, including roadway and stream channel, as applicable. o Stream Channel Enhancement Plan—Includes plan view of stream channel showing contours of channel after construction is complete, placement areas for large rock and stream bed materials and restoration areas for vegetation. o Roadway Plan & Profile—Includes plan and profile views of proposed roadway improvements along with horizontal and vertical roadway alignments. o Typical Roadway Sections—Includes three typical roadway sections,one at each bridge approach and if necessary, one for the bridge. 4.3—Structural Design 30%Plans Page 12 of 18 • Develop 30%structural design plan sheets as shown in Table 1, above.The purpose of these sheets as part of the 30%submittal is to develop the bridge design to a point where the type, size and location of the new bridge is established. All geometry should be understood once complete. No detailing is expected at this stage of design. Below is a description of the information to be included on each sheet. o Bridge Plan & Profile—Includes a bridge plan view and bridge elevation view. o Foundation Plan—Includes a bridge foundation plan showing round pile locations and associated numbering. Includes sheet pile locations for scour protection. o Abutment 1 Plan & Elevation—Includes a plan view and elevation view of the abutment. For this submittal the purpose is to establish the preliminary geometry and dimensions. o Abutment 2 Plan & Elevation—Includes a plan view and elevation view of the abutment. For this submittal the purpose is to establish the preliminary geometry and dimensions. o Girder Framing Plan&Typical Section—Includes the girder layout and numbering along with a typical bridge section. 4.4—Preliminary Bid Item List and 30%Cost Estimate • Prepare a preliminary list of bid items and associated quantities. • Prepare an Engineer's Opinion of Probable Cost(cost estimate)for 30%that includes the following: o Apply an estimated unit price to each bid item quantity where the estimated unit price is based on bids opened by WSDOT and Renton within the last two (2)years for similarly sized projects. o Apply a 30%contingency to the sum total. 4.5—QA/QC Preliminary Design Phase Deliverables • Independent technical review of Preliminary Design Phase deliverables including 30%plans, preliminary bid item list and 30%cost estimate, Preliminary Hydraulic Report, Preliminary Geotechnical Report and Project Funding Estimate.The independent technical review will be performed by a DEA engineer who has not been involved in the day-to-day design of the project. • Constructability review of 30% plans with an emphasis on construction staging. • Summarize comments from reviewer and responses from designer, as applicable. DELIVERABLES The following deliverables and delivery times are included in Task 4. • Preliminary bridge design assumptions in the form of a design memo—Delivered to the Agency within four(4)weeks after the Notice to Proceed date. • Two(2)compact disks with the 30%plans(11x17 sheets),preliminary bid item list,30%cost estimate and summary of independent technical review comments and responses in pdf format—Delivered to the Agency within ten (10) weeks after the Notice to Proceed date. Page 13 of 18 TASK 5—PRELIMINARY GEOTECHNICAL SERVICES The following items are to be performed by the sub-consultant, PanGEO Engineers, Inc., under this task. Assumptions for Task 5: • The budget shown in Exhibit El assumes this task is two (2) months in duration. • Agency will furnish Consultant with existing geotechnical data. It is assumed that existing geotechnical data is sufficient to develop design parameters to support the preliminary design. • The existing subsurface information for the NE 31st Street Bridge is sufficient for the tasks listed below. Borings and field explorations are not included for this phase of work. If additional field explorations are deemed necessary based on the outcomes of the work,they will be completed under a supplemental scope of work,for a future design phase of the project. • No environmental evaluations, including assessment of the potential presence and location of hazardous materials or wetlands, are included in this scope. 5.1—Administration,Coordination and Supervision • Initiate project set-up including establishment of timesheets(charge codes), creation of project files(electronic and physical) and scheduling of personnel work activities. • Coordinate task work activities with Consultant and project schedule. • Supervision of personnel and activities to ensure compliance with contract scope and schedule and proper charging of time against the contract. 5.2—Invoicing • Preparation of monthly invoices with progress reports that include the following: o Spreadsheet summary of budget, expenses to date, expenses for invoice period,estimate to complete and estimate at completion,for each task. o Summary of work accomplished for the invoice period. o Estimate of percent of work complete for the invoice period,to justify fee earned. o Summary of outstanding issues to be resolved by the Agency. o Backup detail that includes the name, direct salary rate and hours charged by date,for each individual charging time to this contract,for the work period. o Backup detail of all direct non-salary costs included in the invoice for the work period. 5.3—Obtain and Review Available Information • Obtain and review all existing available geologic and geotechnical information in the vicinity of the existing bridge, including the Preliminary Geotechnical Report prepared by HWA GeoSciences dated August 10, 2007. 5.4—Perform Site Reconnaissance • Conduct a site visit for visual reconnaissance of the project site. 5.5 —Seismic Hazard Analysis& Design Criteria Page 14 of 18 • Based on review of existing available geologic and geotechnical information,conduct a seismic hazard analysis, including evaluation of liquefaction potential. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters(p-y response)for use with LPILE software (or equivalent analysis software). 5.6—Engineering Analysis • Based on review of existing available geologic and geotechnical information, prepare preliminary foundation design recommendations for pile-supported abutments, including nominal pile axial resistance for strength, service and extreme limit states consistent with AASHTO LRFD methodology. • Prepare preliminary recommendations for design of sheet pile scour protection revetment, proposed for each abutment, including lateral earth pressures for structural analysis and design of sheet piles. 5.7—Construction Considerations • Based on review of preliminary plans developed by other members of the design team, prepare geotechnical constructability considerations for design team use. 5.8—Preliminary Geotechnical Report • Prepare and submit,for review and comment, a draft Geotechnical Report summarizing the geotechnical findings and conclusions. DELIVERABLES The following deliverables and delivery times are included in Task 5. • Monthly invoices with progress reports—Delivered to the Consultant monthly. • Two(2)compact disks with Preliminary Geotechnical Report in pdf format—Delivered to the Agency within eight(8) weeks after the Notice to Proceed date. TASK 6—PRELIMINARY RIGHT-OF-WAY SERVICES The following items are to be performed by the sub-consultant, Roland Resources, Inc., under this task. Assumptions for Task 6: • The budget shown in Exhibit E2 assumes this task is two (2) months in duration. • Construction of this project will require the acquisition of sufficient property rights from two (2) parcels. o The first parcel is owned by King County Parks (Parcel Number 3342103380). It is anticipated that the permanent improvements will reside entirely within existing right-of-way. However, the demolition of the existing bridge and some activities for construction of the new bridge will require temporary access to the parcel.Therefore,temporary rights need to be secured Page 15 of 18 from the parcel. It is anticipated that this will be in the form of a temporary construction easement. o The second parcel is private property owned by a resident(Parcel Number 3345100070). No construction activities will occur on or near the parcel. However,the project, as currently planned, will require a complete street closure for approximately two (2)months. In order to close the street, a detour route needs to be established for residents to access their properties. Since NE 31St Street is the only public access to these properties, an alternative route must be provided for.This parcel has an existing driveway that connects NE 31st Street with NE 33rd St. and represents the only viable route for access. Based on input from WSDOT,the Agency believes that a temporary easement from this parcel will be required. • No relocation will be required for this project. • Right-of-Way acquisition shall follow Agency adopted right-of-way acquisition policies and procedures and the WSDOT Local Agency Guidelines (LAG). • The Agency intends to use the appraisal waiver process for the preparation of Administrative Offer Summaries(AOSs)to acquire temporary rights from both parcels.The WSDOT LAG Manual requires that AOSs be based on the Project Funding Estimate (PFE).Therefore, a PFE will be required. 6.1—Administration,Coordination and Supervision • Initiate project set-up including establishment of timesheets(charge codes), creation of project files (electronic and physical) and scheduling of personnel work activities. • Coordinate task work activities with Consultant and project schedule. • Supervision of personnel and activities to ensure compliance with contract scope and schedule and proper charging of time against the contract. 6.2—Invoicing • Preparation of monthly invoices with progress reports that include the following: o Spreadsheet summary of budget, expenses to date, expenses for invoice period,estimate to complete and estimate at completion, for each task. o Summary of work accomplished for the invoice period. o Estimate of percent of work complete for the invoice period,to justify fee earned. o Summary of outstanding issues to be resolved by the Agency. o Backup detail that includes the name,direct salary rate and hours charged by date,for each individual charging time to this contract,for the work period. o Backup detail of all direct non-salary costs included in the invoice for the work period. 6.3—Preliminary Right-of-Way Acquisition activities • Meet with design team (Agency and David Evans and Associates, Inc. personnel)to discuss anticipated project footprint, potential design activities and associated right of entry needs (as necessary), and acquisition of sufficient property rights for anticipated construction activities. • Title Research o Obtain or update preliminary title commitments and 50 year delineation for each parcel. Page 16 of 18 • Title Analysis o Prepare a list of title exceptions to be cleared on each parcel. o Determine King County Parcel qualification as Section 4(f) lands. • Assist the design team in analyzing, expanding, or clearing any utility encumbrances that may be affected by the project. • Based on input from design team,title research and analysis determine type and extent of property rights necessary for construction, operation and/or maintenance of the proposed project, in order to ultimately certify right-of-way.This includes temporary rights required to complete the construction as shown on the preliminary plans (such as placing personnel, materials, equipment and machinery outside of existing right-of-way or demolition of existing facilities). • Develop a summary of the parcels including the parcel number, owner name and address, and type(s) and extent(s)of property rights to secure to ultimately certify the right-of-way. • Perform preliminary contact with parcel owners, as necessary. • Obtain right of entry from parcel owners, as necessary for design activities. 6.4—Develop Project Funding Estimate(PFE) • Develop a Project Funding Estimate(PFE)for the project pursuant to WSDOT Local Agency Guidelines. DELIVERABLES The following deliverables and delivery times are included in Task 6. • Monthly invoices with progress reports—Delivered to the Consultant monthly. • Two(2)compact disks with Title Reports,Summary of Parcels, Project Funding Estimate and associated backup documentation in pdf format—Delivered to the Agency within eight(8) weeks after the Notice to Proceed date. ADDITIONAL SERVICES The Agency may require additional services of the Consultant.The scope of work for additional services will be determined based on anticipated or unanticipated project needs or other considerations at the sole discretion of the Agency.This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to the following: • Final Design Services including Final Plans, Specifications and Estimate and associated Reports. • Right-of-Way Acquisition Services • Engineering support during construction • Additional Surveying Services • Other services not specifically referenced this scope of work. These services will be authorized under a future contract supplement if necessary.At the time these services are required,the Consultant shall provide a detailed scope of work and an estimate of costs. Page 17 of 18 The Consultant shall not proceed with the work until the Agency has authorized the work and issued a notice to proceed. Page 18 of 18 Exhibit B DBE Participation Not applicable. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit B Page 1 of 1 Rovicorl 1 n/In/9n 1 d Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data Standard: City of Renton Survey Control Network and Standards, 2000 Format: Autodesk, AutoCAD Civil 3D, Note: Consultant's version shall be compatible with City of Renton's version, at the time of submission of deliverables. For 2015, City of Renton version is AutoCAD Civil 3D 2015. Transmission: Compact Disk, DVD and/or Flash Drive B. Roadway Design Files Standard: Washington State Department of Transportation, Local Agency Guidelines, April 2015 Format: Autodesk, AutoCAD Civil 3D, Note: Consultant's version shall be compatible with City of Renton's version, at the time of submission of deliverables. For 2015, City of Renton version is AutoCAD Civil 3D 2015. Adobe pdf for plan sheets and/or roll plots. Transmission: Compact Disk, DVD and/or Flash Drive C. Computer Aided Drafting Files Standard: City of Renton Drafting Standards for Road, Bridge and Municipal Construction, 2004 Format: Autodesk, AutoCAD Civil 3D, Note: Consultant's version shall be compatible with City of Renton's version, at the time of submission of deliverables. For 2015, City of Renton version is AutoCAD Civil 3D 2015. Use the same sheet border and title block as used on the Rainier Ave S (SR 167) - S Grady Way to S 2nd St Project. Transmission: Compact Disk, DVD and/or Flash Drive Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit C Page 1 of 4 Rovicod 1n/4n/9n1d D. Specify the Agency's Right to Review Product with the Consultant Agency retains the right to review all deliverables listed in the Scope of Work as shown in Exhibit A. E. Specify the Electronic Deliverables to Be Provided to the Agency See Exhibit A. F. Specify What Agency Furnished Services and Information Is to Be Provided See Exhibit A. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit C Page 2 of 4 R uicnri In/4n/9n1A II. Any Other Electronic Files to Be Provided See Exhibit A. III. Methods to Electronically Exchange Data E-mail, Compact Disk, DVD and/or Flash Drive WSDOT Form 140-089 EF Exhibit C Page 3 of 4 Qout�a.�lni1nmae A. Agency Software Suite Microsoft Windows 7, Microsoft Office 2007 B. Electronic Messaging System Microsoft Office Outlook 2007 C. File Transfers Format Adobe pdf, ZIP files, Microsoft Office: Word (2007), Excel (2007), Project (2010), PowerPoint (2007), Publisher (2007) WSDOT Form 140-089 EF Exhibit C Page 4 of 4 Rastico.d 1nnn/Jn1e Exhibit D Prime Consultant Cost Computations See Exhibit D, attached. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit D Page 1 of 1 Rowland 1n/znnn1A EXHIBIT D SUMMARY OF PAYMENTS PROJECT: NE 31st St Bridge Replacement CONTRACT: CAG-15-206 CONSULTANT: David Evans and Associates, Inc. Basic Agreement Total Direct (RAW)Labor Cost $ 25,110 $ 25,110 Indirect Cost Rate (IRC) Costs $ 45,695 $ 45,695 Fixed Fee $ 7,533 $ 7,533 Direct Non-Salary Costs (including $ 21,658 $ 21,658 Management Reserve $ - $ - TOTAL $ 99,997 $ 99,997 EXHIBIT D PRIME CONSULTANT COST COMPUTATIONS SUMMARY COST PLUS FIXED FEE PROJECT:NE 31st St Bridge Replacement CONTRACT:CAG-15-206 CONSULTANT:David Evans and Associates,Inc. DIRECT LABOR COSTS(DLC): Classification DLC HOURS TOTAL 1 Construction Manager Mo Sheikhizadeh $ 67.76 x 5 = $ 338.80 2 Project Manager Rich Hovde $ 61.00 x 104 = $ 6,344.00 3 Managing Professional Engr Manuel Feliberti $ 64.00 x 16 = $ 1,024.00 4 Sr.Bridge Engineer Jake Menard $ 60.42 x 4 = $ 241.68 5 Sr.Bridge Engineer Patrick Montemerlo $ 57.48 x 32 = $ 1,839.36 6 Bridge Engineer Composite $ 39.00 x 40 = $ 1,560.00 7 Sr.Professional Engineer Composite $ 44.00 x 62 = $ 2,728.00 8 Sr.CADD Technician Duncan Tellers $ 40.03 x 34 = $ 1,361.02 9 CADD Technician Composite $ 29.00 x 162 = $ 4,698.00 10 Water Resources Engineer Karen Comings $ 48.00 x 16 = $ 768.00 11 Sr.Landscape Architect John Gage $ 48.00 x 0 = $ - 12 Survey Manager Doug Vogt $ 61.00 x 8 = $ 488.00 13 Professional Land Surveyor Composite $ 40.00 x 16 = $ 640.00 14 Survey Technician Composite $ 29.00 x 80 = $ 2,320.00 15 Project Administrator Jodi Wills $ 29.30 x 21 = $ 615.30 16 Executive Administrator Composite $ 36.00 x 4 = $ 144.00 DLC Subtotal= 604 $ 25,110.16 INDIRECT COST RATE(ICR) DLC x ICR of 181.98% x $ 25,110.16 = $ 45,695.47 FIXED FEE(FF) DLC(only)x FF Rate of 30.00% x $ 25,110.16 = $ 7,533.05 DLC+ICR+FF = $ 78,338.68 DIRECT NON-SALARY COSTS(DNSC) Mileage 300 x $ 0.575 = $ 172.50 Reports 0 x $ 15.00 = $ - SUBTOTAL = $ 172.50 SUB-CONSULANT COSTS PanGEO,Inc.(See Exhibit El) = $ 9,903.89 Roland Resources,Inc.(See Exhibit E2) = $ 11,582.05 SUBTOTAL = $ 21,485.94 MANAGEMENT RESERVE: = $ - TOTAL = $ 99,997.12 823883FE88. 888882 »S3 8ry483 '^°4223m .2v;Al3Cq 233'83 4 �8 --vv.- is II II II»9 .' NNII s E m 000000 " g o 0 0 0 0 0 =LL F 0 0 0 0;- ' 3 '8 0 0 0 0 0."1 a _ F P, ggg A W 1-'m M aim moomo4 000000l . .. o . 000 omen „, o 0 0 0 o e 4 o g o 4 3'' o 1 000.0.. R 8� o0 >g I 2$ 0 0 0 0 0. e e e ry ry`e ....0.. 00.00. t 'c 0000'8 nnrv.+..m, 0000 000000 m 'n ti , 1 r g 00000. 0 0 0 0.eI 0 0 0 o 7I 0 0 0 0 0 0. o a ti a8 I cg it oo�-,00n '800000', <em s 000000', ,° 8 E 8 g-ry o o o o o oI < ry a=''., o 0 o o'i n e 74 mo E n iSv 00000 oory ry o. 0o o e 22.0,2 ,T, a 5LLW p v8 9 a "=S oorvoon000000 noo '.,10,1021 2 IW$ a l 3i " °°E8 oorvoo 000000 0000 < ,.,,.,03'... g 2 c w v. O i 4 Ezu-m0.u o o us '8 0 0 0 0 0l 0 0 0'8 ao400g m 1 ,n'LE, c1.$ o 0 0 0 o e51g0 0 0 0 0 3 01. 0 0 0 0 o 0 0 o e• g g yr en-vo .Fl m o m o F.0 wV 00.0'8 _ 000000 u_LL ::::5 ti r. v8 000000 ,, 3ry 3 1g L5e yg ye uu No� o 0 0 0 o eo 0 0 0 0 0 o e o p o 0 o e 8 0 0 0 ry m m 8 R g E ` no "$ g 1. Va t, dgZg41 „ . 8 eM, u ! x3 _ y ' EEEIlq ., _ v `- �E ifit l - IP Iv e-1 .DLL sE rEo3,- oEIfoougE 9$ R^ ' i im LL 'tft P. 3�Iu E ' c ,E .5 > " ?g2^ f, m A v ror0 LL • LLm W os 8 Ioc �ab l5 F 371.. ., ee : eaav E88 r F F Exhibit E Sub-consultant Cost Computations See Exhibits El and E2, attached. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit E Page 1 of 1 Rain cod 1nivni?n1a EXHIBIT El SUB-CONSULTANT COST COMPUTATIONS SUMMARY COST PLUS FIXED FEE PROJECT:NE 31st St Bridge Replacement CONTRACT:CAG-15-206 SUB-CONSULTANT:PanGEO,Inc. DIRECT LABOR COSTS(DLC): Classification DLC HOURS TOTAL 1 Principal $ 73.00 x 0 = $ - 2 Geotechnical Project Manager $ 63.00 x 28 = $ 1,764.00 3 Sr.Geotechnical Engineer $ 46.00 x 0 = $ - 4 Sr.Geologist $ 38.00 x 8 = $ 304.00 5 Project Engineer/Geologist $ 37.00 x 40 = $ 1,480.00 6 Admin $ 29.00 x 10 = $ 290.00 DLC Subtotal= 86 $ 3,838.00 INDIRECT COST RATE(ICR) DLC x ICR of 126.55% x $ 3,838.00 = $ 4,856.99 FIXED FEE(FF) DLC(only)x FF Rate of 30.00% x $ 3,838.00 = $ 1,151.40 DLC+ICR+FF = $ 9,846.39 DIRECT NON-SALARY COSTS(DNSC) Mileage 100 x $ 0.575 = $ 57.50 SUBTOTAL = $ 57.50 TOTAL = $ 9,903.89 EXHIBIT El SUB-CONSULTANT COST COMPUTATIONS DETAIL COST PLUS FIXED FEE PROJECT:NE 31st St Bridge Replacement CONTRACT:CAG-15-206 SUB-CONSULTANT:PanGEO,Inc. Hour Estimate Principal Geotech Sr.Geotech Sr. Proj.Engr Admin Task Description PM Engineer Geologist Geologist Total $ 73.00 $ 63.00 $ 46.00 $ 38.00 $ 37.00 $ 29.00 Task 5-Preliminary Geotechnical Services 5.1 ',Administration,Coordination and Supervision 0 4 0 0 0 0 $ 252.00 5.2 Invoicing 0 3 0 0 0 6 $ 363.00 5.3 Obtain&Review Available Information 0 2 0 0 4 0 $ 274.00 5.4 Perform Site Reconnaissance 0 3 0 0 0 0 $ 189.00 5.5 Seismic Hazard Analysis&Design Criteria 0 2 0 0 4 0 $ 274.00 5.6 Engineering Analysis 0 2 0 4 12 0 $ 722.00 5.7 Construction Considerations 0 4 0 0 4 0 $ 400.00 5.8 Draft Geotech Report 0 8 0 4 16 4 $ 1,364.00 Totals= 0 28 0 8 40 10 $ 3,838.00 Indirect Cost Rate(ICR) ICR=DLC x ICR% ICR%= 126.55% ICR= $ 4,856.99 Fixed Fee(FF) FF=DLC x FF% FF%= 30.00% FF= $ 1,151.40 Total= $ 9,846.39 TOTALS= 0 28 0 8 40 10 86 Total DLC= $ 3,838.00 Total OH= $ 4,856.99 Total Fee= $ 1,151.40 Total= $ 9,846.39 Total DNSC= $ 57.50 TOTAL= $ 9,903.89 EXHIBIT E2 SUB-CONSULTANT COST COMPUTATIONS SUMMARY COST PLUS FIXED FEE PROJECT:NE 31st St Bridge Replacement CONTRACT:CAG-15-206 SUB-CONSULTANT:Roland Resources,Inc. DIRECT LABOR COSTS(DLC): Classification DLC HOURS TOTAL 1 Principal Right of Way $ 65.00 x 28 = $ 1,820.00 2 Sr.ROW Project Manager $ 38.00 x 16 = $ 608.00 3 ROW Project Manager $ 33.00 x 24 = $ 792.00 4 Sr.Consultant $ 28.00 x 24 = $ 672.00 5 Admin $ 25.00 x 4 = $ 100.00 DLC Subtotal= 96 $ 3,992.00 INDIRECT COST RATE(ICR) DLC x ICR of 110.00% x $ 3,992.00 = $ 4,391.20 FIXED FEE(FF) DLC(only)x FF Rate of 30,00% x $ 3,992.00 = $ 1,197.60 DLC+ICR+FF = $ 9,580.80 DIRECT NON-SALARY COSTS(DNSC) Mileage 350 x $ 0.575 = $ 201.25 Title Reports 2 x $ 750.00 = $ 1,500.00 Mail/Deliveries/Fed Ex 15 x $ 20.00 = $ 300.00 SUBTOTAL = $ 2,001.25 TOTAL = $ 11,582.05 EXHIBIT E2 SUB-CONSULTANT COST COMPUTATIONS DETAIL COST PLUS FIXED FEE PROJECT:NE 31st St Bridge Replacement CONTRACT:CAG-15-206 SUB-CONSULTANT:Roland Resources,Inc. Hour Estimate Principal Sr.ROW ROW Sr. Admin Task Description ROW PM PM Consultant Total $ 65.00 $ 38.00 $ 33.00 $ 28.00 $ 25.00 Task 6-Preliminary Right of Way Services 6.1 Administration,Coordination and Supervision 4 0 0 0 0 $ 260.00 6.2 Invoicing 4 0 0 0 4 $ 360.00 6.3 Preliminary ROW Acquisition Activities 16 16 24 24 0 $ 3,112.00 6.4 Develop Project Funding Estimate(PEE) 4 0 0 0 0 $ 260.00 Totals= 28 16 24 24 4 $ 3,992.00 Indirect Cost Rate(ICR) ICR=DLC x ICR% ICR%= 110.00% ICR= $ 4,391.20 Fixed Fee(FF) FF=DLC x FF% FF%= 30.00% FF= $ 1,197.60 Total= $ 9,580.80 TOTALS= 28 16 24 24 4 96 Total DLC= $ 3,992.00 Total OH= $ 4,391.20 Total Fee= $ 1,197.60 Total= $ 9,580.80 Total DNSC= $ 2,001.25 TOTAL= $ 11,582.05 Exhibit F Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub-consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when this AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub- consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY, the STATE, or the Federal Highway Administration (FHWA)to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT's non-compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of this AGREEMENT, in whole or in part. 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub-consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit F Page 1 of 1 R wico.d+nilni9n1e Exhibit G Certification Documents Exhibit G-1(a) Certification of Consultant Exhibit G-1(b) Certification of City of Renton Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit G-4 Certificate of Current Cost or Pricing Data Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 aouieorl Inizni9n1A Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of David Evans and Associates, Inc. whose address is 1115 West Bay Drive NW, Suite 301, Olympia, WA 98502 and that neither the above firm nor I have: a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the City of Renton and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws,both criminal and civil. David Evans and Associates, Inc. Consultant(Firm Name) _ /./74111 vow // / 7/2_0/,S,-- (Authorized Official of C• Date idarire Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Ravi earl 1n/4n/9n 14 Exhibit G-1(b) Certification of City of Renton I hereby certify that I am the: 0 Certified Authority (CA) ❑ Other of the City of Renton , and David Evans and Associates, Inc. or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; or b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the City of Renton and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. ////V//6"-- Signature Date Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Rawwcurl 1nnnm1a Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery,bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and D. Have not within a three (3)year period preceding this application/proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. David Evans and Associates, Inc. Consultant(Firm Name) „ /7/,0, oii•P. ure(Authorized Official of Const) Date Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 PQuica.r 1ni2ni2n1e Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, a officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub-contracts, which exceed $100,000, and that all such sub-recipients shall certify and disclose accordingly. David Evans and Associates, Inc. Consultant(Firm Name) //Ata gna ur- uthorized Official of Cons tant) Date Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Ravicarl l ono/wild Exhibit G-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data(as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of NE 31st Street Bridge Replacement Project * are accurate, complete, and current as of October 29, 2015 **. This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: David Evans and Associates, Inc. pitvTEcT IKatido-6eIL .61-5Ss"c SirTitle Date of Execution***: *Identify the proposal,quotation,request for pricing adjustment,or other submission involved,giving the appropriate identifying number(e.g.project title.) **Insert the day,month,and year,when price negotiations were concluded and price AGREEMENT was reached. ***Insert the day,month,and year,of signing,which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Rat/icor-1 in/In/mid Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub-consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit I Page 1 of 2 Rowland 1 f1/M/9111 Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached,the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit 1 Page 2 of 2 Rovi¢arl 111M/2111 d Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of$1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA(if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim.After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit J Page 1 of 2 .auic ari 11W/2111d Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify(in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Agreement Number: CAG-15-206 WSDOT Form 140-089 EF Exhibit J Page 2 of 2 Pouicor l 111/4A/9/11d EXHIBIT K CAG-15-206 PUBLIC WORKS DEPARTMENT MEMORANDUM DATE: July 21, 2015 TO: Bob Hanson, Transportation Design Manager FROM: Derek Akesson, Transportation Project Manager SUBJECT: NE 31st St Bridge Replacement Project Information Summary: The purpose of this memo is to summarize the existing conditions of the project site and applicable design guidelines for a new bridge. This memo includes a brief discussion for each major category of design. In those instances where a decision needs to be made by the City,this memo includes a staff recommendation. Existing Conditions: Refer to Exhibit A. It includes a vicinity map, aerial of the roadway and bridge, photos of the project site and all engineering plans the City has for the existing bridge. Roadway: • ADT= 79, per traffic count performed in May 2015. • The posted speed limit is 25 mph. • Width of paved street surface = 20+feet (both approaches to bridge) with no established shoulders. • NE 31St St is a dead end street that serves as the only public access to five residences, east of the bridge. • NE 31St St does not have existing curb, gutter and/or sidewalk. The nearest sidewalk facility is over one mile away. • According to published records,the right-of-way width is 30 feet at the bridge. The existing bridge is not centered within the existing right-of-way. Bridge: • Structure ID: 08557300, Bridge No.: Renton-23 • The bridge is oriented west to east. • Two span bridge, 16 feet per span, for a total of 32 feet. NE 31"St Bridge Replacement Project Info Page 2 of 12 July 21,2015 • Superstructure comprised of 6 concrete channel beams, per span. • Each channel beam is approximately 4 feet wide with a total out to out deck width of approximately 24 feet. • Top of deck elevation is approximately EL. 104 feet (NAVD 88). • There are three piers. Each pier has a timber pile cap. Each pile cap is supported on 5 timber piles. Timber piles are treated and exposed to the creek. Abutment piers include timber planks behind the piles,to support the road prism.Two timber braces span between each pier.The depth of the timber piles is not known.The center pier, center pile and adjacent pile have reduced vertical capacity due to sever rot. • The bridge is currently posted for load limits. There are two temporary timber posts placed under the center pier, one on each side of the center pile. The temporary posts were installed in 2014 and are founded on timber cribbing.The timber cribbing was placed on top of the stream bed. The cribbing is not scour resistant. The load rating was updated in 2014 and indicates that should the temporary posts wash away,the bridge must be closed to traffic until the temporary posts are replaced or the bridge is replaced. • There are no underground utilities (water, storm, sanitary, gas, power, communication) that cross or are adjacent to the bridge. • There are overhead utilities that cross May Creek at the bridge (power, communication). • There are no known plans to provide underground utilities in the future. May Creek: • The creek flows north to south under the bridge. • The creek is documented to have Chinook, Coho and Sockeye Salmon, Steelhead and Cutthroat Trout. • In this reach of the creek,the typical width of stream channel at the Ordinary High Water Mark (OHWM) is approximately 32 feet. • Using the data listed in the FEMA FIS,the 100 year flood has a calculated flow(Q) of 855 cfs at the bridge. • According to the HPA for the NE 315L St Culvert Replacement (new bridge constructed 800 feet upstream from this project),the fish window was June 15 to September 15. • According to the HPA for routine bridge maintenance,the fish window is June 15 to September 1. Misc.: • Area is within City limits and is zoned Resource Conservation (RC). • Property adjacent to the bridge is owned by King County—Parks. • King County designates the property as May Creek Open Space J Greenway. NE 31"St Bridge Replacement Project Info Page 3 of 12 July 21,2015 Proposed Design Standards and Configuration of New Bridge: Design References: • Washington State Department of Transportation (WSDOT), Local Agency Guidelines (LAG), dated April 2015. • WSDOT, Bridge Design Manual, dated April 2015. • American Association of State Highway and Transportation Officials (AASHTO), LRFD Bridge Design Specifications, current edition. • AASHTO, Policy on Geometric Design of Highways and Streets, dated 2011. • AASHTO, Guidelines for Geometric Design of Very Low-Volume Local Roads (ADT 5 400), dated 2001. Bridge Design Live Load: Discussion: According to WSDOT LAG Chapter 34.4, Local Bridge Program Call for Projects, Bridge Replacement Design Standards, bridges shall be designed in accordance with Chapter 42 and criteria listed in the chapter. One of requirements is that the design live load is HL-93 (LRFD). Refer to Exhibit B. According to WSDOT LAG Chapter 42.6, Roadway Geometrics, Bridge Standards, the minimum design live load is HL-93 for federally funded projects. Refer to Exhibit C. Recommendation: Given the funding source and associated design standard requirements,the design of the new bridge shall utilize a design vehicle live load of HL-93 (LRFD). Bridge Width: Discussion: According to WSDOT LAG Chapter 42.4, Local Agency Design Matrix,Table 1.3 for Bridges, on New Construction projects, the lane width is design level D. Refer to Exhibit D. According to WSDOT LAG Chapter 42.5, Design Level D Standards for Two Way Roads and Streets,the table has a note 7 for lane width, exterior. Note 7 states that for roads with traffic volumes of less than 400 ADT, the low volume road and street standards may be used. Refer to Exhibit E. According to WSDOT LAG Chapter 42.6, Roadway Geometrics, Bridge Standards, the minimum bridge width for two-way structures is the greater of: (1)the design roadway width, or (2)the existing roadway width. Refer to Exhibit C. NE 315`St Bridge Replacement Project Info Page 4 of 12 July 21,2015 According to AASHTO (Low Volume Roads), Chapter 4, Very Low-Volume Local Roads in Urban Areas, when an existing bridge needs replacement for structural reasons, but there is no evidence of a site-specific safety problem, the replacement bridge can be constructed with the same width as the existing bridge. This criterion applies to bridges that are reconstructed on the same alignment and bridges that are reconstructed on a more favorable alignment. Refer to Exhibit F. Recommendation: Given the existing and anticipated future use of the facility and taking into consideration the applicable design standards, it is recommended that the new bridge have an approximate width of 20+feet clear between the bridge rails. Bridge Length and Superstructure Type: Discussion: Refer to Exhibit B. According to WSDOT LAG Chapter 34.4,the length of a replacement bridge can be affected by one or both of the following factors: a. The bottom of the superstructure will be 3 feet above the 100 year flood or as determined by field review. b. The abutment and pier location(s) of a new bridge generally reduce the existing backwater elevation. In fish bearing waters, acceptable rise in the backwater elevation is 0.2 foot above the existing conditions, as referenced in WAC 220-110-070(1)(h). For non-fish bearing waters,the acceptable rise in the backwater elevation is 1 foot above the existing conditions. According to WSDOT BDM Chapter 12, Quantities, Costs and Specifications,the cost of Prestressed Concrete Slabs—Span 13—69 feet ranges from $110 to $150 per square foot. The cost of Reinforced Concrete Flat Slabs—Span 20—60 feet ranges from $130 to $180 per square foot.The cost of Prestressed Concrete Deck Bulb-Tee Girders—Span 40—115 feet ranges from $130 to $180 per square foot.The cost of Steel Girders—Span 60—400 feet, ranges from $150 to $250 per square foot. Refer to Exhibit I. According to WSDOT BDM Chapter 5, Appendix A, Prestressed Concrete Deck Girder Table, the maximum span length (bearing to bearing) for a 26 inch deep voided slab girder is 65 feet.The maximum span length (bearing to bearing)for a 24 inch deep voided slab girder is 60 feet. Refer to Exhibit I. Recommendation: Given the existing bridge spans 32 feet with a pier in the creek channel and vertical abutment walls framing the floodway, it is recommended that the new bridge have a longer span length.To accommodate the natural channel width and shape, it is recommended that the new bridge span approximately 60 feet. Refer to Exhibit J.The most cost effective NE 31"St Bridge Replacement Project Info Page 5 of 12 July 21,2015 solution to spanning this distance is to utilize precast, voided slab girders. It is recommended that a 26 inch deep girder section be utilized at this location. Given low traffic volumes,the City's desire to minimize the time of construction and match the existing roadway pavement materials, it is recommended that a wear course of HMA be placed on top of the girders with a water proof membrane. It is also recommended that epoxy rebar be utilized for the top mat of reinforcing in the girders, with a minimum 2 inch clear cover. This is a Type 3 protection system as described in the WSDOT BDM, Chapter 5. This system was utilized on the new bridge located 800 feet upstream. The girders should be designed assuming a HMA thickness of 4 inches. The actual thickness placed on the bridge should be in a range of 1.5 inches min to 3.5 inches max. Given the profile of the existing bridge, it is recommended that the new bridge have a profile slope of 0.5%, increasing in elevation from west to east,to match the existing street. Since the existing street has a crown, it is recommended that the deck have a crown with a cross-slope of 1%. For ease of design and construction, it is recommended that the girders be placed on elastomeric bearing pads, set on a continuous level grout pad strip.The grout pad strips would be set at different elevations to achieve the desired bridge profile. The cross-slope/crown would be the result of HMA placement on the girders. Refer to Exhibit J for the proposed bridge cross-section. Bridge Railing and Guardrail: Discussion: According to WSDOT LAG Chapter 42.6, Roadway Geometrics, Bridge Standards, vehicular railing must be AASHTO Crash Tested Rail, or Approved NCHRP 350 Crash Tested Rail. Refer to Exhibit C. According to the Federal Highway Administration, a May 30, 1997 memorandum consolidated earlier listings and established tentative equivalency ratings that relate previous testing to NCHRP Report 350 test level. Appendix B5 is a combined and sorted listing of the bridge railings included as attachments to FHWA's May 30, 1997 memorandum. Included in Appendix B5 is the Oregon Side-Mounted Thrie Beam. It meets the NCHRP 230 and was tested at a NCHRP 350 test level of TL-2. Refer to Exhibit G. Recommendation: Given the existing and future anticipated use of the facility, posted speed, low traffic volume,the City's desire to minimize the duration of construction and no documented history of accidents at the location, it is recommended that an Oregon Side-Mounted Thrie Beam be utilized for bridge railing.This type of railing meets NCHRP 230, has a performance level of PL-1 and meets a NCHRP 350 Equivalent test level of TL-2. NE 31st St Bridge Replacement Project Info Page 6 of 12 July 21, 2015 The proposed bridge rail (thrie beam) should transition to guardrail at the approaches and terminate at end terminals. Base Flood Elevation and Bridge Clearance: Discussion: According to the Federal Emergency Management Agency(FEMA), Flood Insurance Rate Map (FIRM), panel 0664K, last revised April 19, 2005, Section R is located upstream from the existing bridge and Section Q is located downstream from the existing bridge. Refer to Exhibit H. According to the FEMA, Flood Insurance Study (FIS), Volume 2, last revised April 19, 2005, the regulatory base flood water surface elevation for Section R is 100.0 (NAVD 88) and Section Q is 99.4 (NAVD 88). Refer to Exhibit H. According to the FEMA, Flood Insurance Study(FIS), Volume 2, last revised April 19, 2005, the stream bed elevation for Sections R and Q is approximately 94.6 (NAVD 88). Refer to Exhibit H. According to the City of Renton Amendments to the King County Surface Water Design Manual, dated February 2010,for stream crossing locations where the 100 year peak flow exceeds 100 cfs,the height of a bridge clearance above rivers and streams shall be a minimum of three feet above the 100 year water surface elevation unless otherwise required by the City based on evaluation of the design criteria. Approximately 800 feet upstream of the existing bridge,the City replaced a culvert with a new bridge in 2014.The new bridge is a single span that utilizes precast concrete voided slab girders. The lower chord elevation of the girders was set at two feet above the base flood elevation listed in the FEMA FIS for that location (with the culvert in place). There are no known records of May Creek overtopping the existing bridge since it was built in 1950. Scour damage to the abutments did occur in a 1996 flood event. Recommendation: It is recommended that the lower chord of the proposed bridge be set at a minimum elevation of 102.This is two feet above the base flood elevation shown in the FEMA FIS at the upstream side of the existing bridge opening. Since the proposed 60 foot (approximately) single span bridge will result in an increase in the hydraulic opening thus decreasing the base flood elevation,the ultimate clearance over base flood will be greater than 2 feet. NE 31s`St Bridge Replacement Project Info Page 7 of 12 July 21,2015 While the creek is known to generate large woody debris,the size of this debris is limited due to the sharp bends in the creek. Additionally,voided slab girders form a flat, relatively smooth surface that would allow root wades to pass unimpeded under the bridge. An elevation of 102 also results in a deck elevation of approximately 104.5 (with overlay). This happens to be very close to matching the deck elevation of the existing bridge and reduces the cost associated with raising the profile of the road. See Exhibit J for the existing and proposed channel cross-sections. An adjustment in the alignment of the new bridge will likely be necessary to maximize the hydraulic opening and locate the bridge closer to the centerline of the existing right-of-way. The goal should be to maximize the hydraulic opening and minimize or eliminate the need to acquire additional right-of-way.The AASHTO, Guidelines for Geometric Design of Very Low-Volume Local Roads (ADT 5 400)should be utilized as the design standard for alignment of the street approaches. Foundation Design: Discussion: According to WSDTO LAG Chapter 34.4, Local Bridge Program Call for Projects, Bridge Replacement Design Standards, bridges shall be designed in accordance with Chapter 42 and criteria listed in the chapter. One of the requirements is that the type and depth of the foundation elements be designed based on a geotechnical and hydraulic analysis and be considered scour safe. Refer to Exhibit B. According to WSDOT LAG Chapter 42.4, Local Agency Design Matrix,Table 1.3 for Bridges, on New Construction projects, the structural capacity is design level D. Refer to Exhibit D. Per the Preliminary Draft Geotechnical Report for May Creek Bridge Replacement prepared by HWA Geosciences, dated August 10, 2007, closed-end steel pipe piles were recommended for the bridge foundation at this location. Refer to Exhibit K. This is consistent with the foundation system utilized at the new bridge located 800 feet upstream. Recommendation: It is recommended that the bridge be founded on steel pipe pile, filled with concrete and rebar cages. WSDOT refers to this as a cast-in-place concrete pile. It is also recommended that the minimum diameter of the steel pipe pile be two feet.This is for three reasons. One is to increase clear cover over the spirals in the pile rebar cage and avoid consolidation issues during concrete placement.The second is to provide a pile section that resists bending during pile driving. The third is to provide a pile section that can resist lateral earth forces imposed on the abutment cap. NE 31st St Bridge Replacement Project Info Page 8 of 12 July 21, 2015 The use of open or closed end piles is subject to debate. The new bridge located 800 feet upstream utilized closed end piles with conical pile tips. However, large obstructions were encountered during driving that caused some piles to deflect and go out of plumb. The contractor on that project suggested that the City utilize open ended piles on any future projects in the vicinity.The example given was of a sharpened pencil versus an unsharpened pencil. A sharpened pencil is assumed to more easily deflect off of a hard object. However, if the piles had had open ends, the placement of the rebar and concrete would have been more problematic.The piles would have to be cleaned out. That process would have required additional protective measures to prevent contamination of the creek. Additionally,the ground water elevation would have resulted in the potential need for slurry in the piles and tremie placement of concrete. This can be very messy. In the end,the City is satisfied the best decision was made in using closed end piles with conical pile tips. Therefore, it is recommended that closed end piles with conical pile tips be utilized for this project. Scour: Discussion: According to WSDTO LAG Chapter 34.4, Local Bridge Program Call for Projects, Bridge Replacement Design Standards, bridges shall be designed in accordance with Chapter 42 and criteria listed in the chapter. One if of requirements is that the type and depth of the foundation elements be designed based on a geotechnical and hydraulic analysis and be considered scour safe. Refer to Exhibit B. Recommendation: It is recommended that steel sheet pile be utilized for scour protection. However, unlike the bridge upstream, the sheet pile should be separated from the round piles. This is due to the constructability and tolerance issues encountered during installation of the piles at the upstream bridge. Given the similar geotechnical conditions, it is very likely the same constructability issues would be encountered at this site. Pedestrian Facilities: Discussion: NE 31St Street is a low volume, local access, dead end, street with an ADT of 85. There are no defined shoulders, existing sidewalks, curbs or gutters. The nearest sidewalk is over 1 mile away. The surrounding parcels in the immediate vicinity are zoned resource conservation (RC).The existing street is approximately 20 feet wide.There are no markings to delineate traffic lanes or fog lines. Given the very low traffic volume, it is very rare for opposing vehicles to encounter one another on the bridge at the same time. It is extremely rare for opposing vehicles to encounter one another and a pedestrian on the bridge, all at NE 315`St Bridge Replacement Project Info Page 9 of 12 July 21,2015 the same time.The City has no records of accidents at this bridge location (vehicular or pedestrian). The purpose of this project is to replace an existing bridge for structural reasons. According to AASHTO (Low Volume Roads), Chapter 4, Very Low-Volume Local Roads in Urban Areas, when an existing bridge needs replacement for structural reasons, but there is no evidence of a site-specific safety problem,the replacement bridge can be constructed with the same width as the existing bridge. This criterion applies to bridges that are reconstructed on the same alignment and bridges that are reconstructed on a more favorable alignment. Refer to Exhibit F. There are no known plans for future development between the bridge and the end of the street or within the May Creek Greenway.The current zoning prevents densification of the existing private parcels.There are also no known plans to extend NE 31St Street. The only known future plans for the area involve a regional walking trail, connecting Lake Washington with the trail system in Newcastle. According to the City of Renton Trails and Bicycle Master Plan, dated 2009,the proposed trail is to be separated, soft surface and pedestrian only. The alignment is shown separated from NE 31St Street with independent creek crossings. Refer to Exhibit L. Recommendation: Given the present and future predicted use of this creek crossing, the demand (vehicle, bicycle and pedestrian) is not predicted to increase in the future.The street will remain a low volume local access street.The addition of sidewalks along NE 31St Street remains cost prohibitive given the lack of pedestrian generators.Therefore, it is recommended that the new bridge be designed to accommodate the form and function of the existing street. The existing street does currently serve vehicles, bicycles and pedestrians. However, due to the low traffic volumes,the conflicts typically experienced between these modes of travel are virtually non-existent. This explains why the City has no record of accidents at the bridge.Therefore,the additional expense of acquiring additional right-of-way and constructing a wider bridge to accommodate sidewalks is cost prohibitive.This is especially true given that there are currently no sidewalks nor plans to add sidewalks along NE 31St Street in the future. Access During Construction: Discussion: While NE 31St Street is a dead end street, one of the private properties does have a driveway that connects NE 31St Street with NE 33rd Street. NE 31St Street was closed during construction of the bridge approximately 800 feet upstream. During the street closure period,the driveway was used for access to the remaining homes per an agreement NE 31't St Bridge Replacement Project Info Page 10 of 12 July 21, 2015 between the City and property owner.The street was closed for 79 days at a cost of$100 per day to the City. The City has discussed the possibility of doing this again for the new bridge with the property owner. The property owner is receptive to the idea. Recommendation: Since there are no other public routes to those homes located east of the bridge, an alternative route must be found during construction. One option would be to construct a new bridge parallel to the existing bridge to allow its use during construction. However, right-of-way would need to be acquired in order to do so.A second option would be to utilize the private driveway per a new agreement with the property owner. Since the property owner is receptive to doing so again, it is recommended that the City pursue this option. It does involve an appraisal being performed and just compensation paid to the property owner. The driveway is too steep to use for a haul road for heavy loads and it is unlikely the property owner would allow it to be used as such. Therefore, some thought needs to go into the construction sequence, equipment placement and storage of materials if this option is used. Garbage pickup and mail delivery need to be addressed as well. Bridge abutment type and approach slabs: Discussion: The City recently constructed a new bridge approximately 800 feet upstream from this location.The design included "L-Shape" abutments, with no approach slabs. The abutments are parallel and square with the roadway centerline. Each end of each abutment included a girder stop that was extended above the roadway to become a curtain wall. Each end of each girder included a stainless steel pin, drilled into the abutments and secured with epoxy. Approach slabs were not included in the design. The approaches did include a layer of CDF placed behind the back wall of each abutment. On top of the CDF is a layer of CSBC and HMA. No signs of settlement have been observed behind the abutments to date. Recommendation: Given the type of superstructure recommended for this project, it is recommended that the abutments be parallel to one another and square with the roadway centerline. It is also recommended that a "L-Shape" abutment be utilized for this bridge. Geometrically, this is easier to construct. At each end of each abutment, a girder stop is recommended. Unlike the new bridge 800 feet upstream,these would not extend above the bridge deck. Barring any compelling reason not to do so, stainless steel pins should be utilized at each end of each girder. Given the low traffic volumes and use of the existing street, approach slabs are not warranted. However, a similar treatment of CDF should be utilized behind the back wall of each abutment, given the similar soil conditions to the new bridge upstream. NE 315t St Bridge Replacement Project Info Page 11 of 12 July 21, 2015 Environmental considerations: Discussion: According to King County Road Services Division records, the existing bridge was built in 1950.The bridge is founded on timber piles that are exposed to the creek. King County records indicate a much longer bridge existed prior to 1950. Refer to Exhibit M. It is suspected that old timber piles from the old structure reside within the road prism, on either side of the existing bridge. There are at least three cut-off timber piles exposed in the stream channel that are not connected to the existing bridge. It is assumed that these are from the old structure. During construction of the new bridge 800 feet upstream,timber piles, bracing, deck beams and other associated members were discovered in the road prism during excavation. These timber elements were coated with a mixture of diesel fuel and motor oil. It is suspected that similar conditions might be encountered in the road prism at this project site. Recommendation: Given environmental permitting considerations, proximity to the creek and the potential for encountering contaminated materials, it is recommended that a stream bypass plan be developed as part of the project.The new bridge 800 feet upstream utilized a 48 inch diameter HDPE corrugated pipe with sandbag dams at each end.The contractor also had to utilize dewatering pumps.The design and execution of the bypass plan fell short of expectations. Leaks from the dams combined with groundwater intrusion became an ongoing issue. Some thought needs to go into this for this location. This project will require Hydraulic Project Approval from Washington State Department of Fish and Wildlife. Given the recent experience with the new bridge 800 feet upstream,the project will likely require a United States Army Corps of Engineers (USACE) permit. It is also very likely that the Corps permit will require placement of large woody debris. Overhead Utilities: Discussion: The existing overhead utilities will need to be relocated in order to drive pile and place the girders. Prior to construction of the new bridge 800 feet upstream,the overhead utilities (Puget Sound Energy, CenturyLink and Comcast) were raised to accommodate construction activities and equipment.The existing wires were relocated onto temporary poles, 90-95 ft tall. The overhead wired were raised, rather than relocated, in order to stay within the existing right-of-way. The City has already discussed the possibility of raising the wires for this new project with PSE. As a result of that discussion, PSE has not lowered the wires from the last project. PSE plans to install two additional temporary poles to raise the wires for NE 31't St Bridge Replacement Project Info Page 12 of 12 July 21,2015 this project. Once this project is complete,the wires will be lowered and all temporary poles will be cut to the proper height. Recommendation: The City needs to provide project updates to the franchise utilities, particularly PSE. The goal is to have the wires raised by late spring 2016, at the latest. The bridge design team will need to know the vertical clearances to the power and communication lines, prior to advertising the project for bids. Therefore, some coordination between the franchise utilities and the bridge design team needs to occur, prior to raising the wires. Surface Water runoff: Discussion: NE 31st Street, in the vicinity of the bridge, does not currently have a storm system (ditches or catch basins)to collect surface water runoff from the street.The surface water runoff infiltrates into the native soils adjacent to the paved surface.The existing bridge has a slight crown with curbs on each side of the deck. The surface water runoff from the bridge collects at the curbs and runs towards the west end of the bridge. Recommendation: Given the bridge cross-section, crown and profile recommendations previously made in this memo, galvanized steel edge angles are recommended at each side of the deck to keep the surface water runoff from entering the creek. These edge angles also serve as a form for placement of the HMA pavement on top of the girders. EXHIBIT A NE 31st Street Bridge Replacement Project - Vicinity Map • ,7 4 ,.. , t ..� .. f >,�„ ('. a tt'll°14• .„/' i 1 a. t r 1 .:, ' , • II,/ i \s,, y ,` .. *..L.0 .. 1I N� I \, ,. . 1,r3,..- v I`LL'' r... 6• 44' j `i • r ' i ..1..+.r , 5 .. . ]gid ( r) --.7' • ii1 11 w. • IA 4 .`. .. :. ,o t •ROJECT LOCATION .", • • ti er • l a .i,• I . uj__y4 r"1"". ` „.^ sr ., ( .;,,,, „41 :., , . \ .. ., 1 • 1 16 ..., 6 :.'” .. NI ' .t1 :7. . r i‘, ''-d. iir:i ...4..........9.o4 '"` "• .' i il ;: } f . i � 1 { r 1 w •" . " 1I df*. r- -- Ir ' '• 1 Notes Legend None Streams(Classified) t O — 3 4 l 1 1 I J 1,133 0 567 1,133 Feet W GS_1984_W eb_Mercator_Auxiliary_Sphere Information Technology-GIS It.,,r,at, a,,rt.jn r'atea stat..output fl...r ar.uta et .1,4., ,, it a.:u City of Reiritonis for reference only Data layers that appear on this map may or may not be RentonMapSupportQRentonwa.gov '.:ate current or otherwose resabie Finance&IT Division 6/23/2014 THIS MAP IS NOT TO BE USED FOR NAVIGATION NE 31st Street Bridge Replacement Project - Aerial • 11' Notes Legend None Streams(Classified) - 2 © 3 4 1 1 7 64 0 32 64 Feet WGS_1984_W eb_Mercator_Auxillary_Sphere Information Technology-GISRentonThis map s a aser geoeratau otaa,output bo I an Internet mapping s�t� City of Cs) Information Rentonwa.gov s for reference only Data sayers that appear on this map may or may n Reriton Finance&IT Division 7/2/2015 THIS MAP IS NOT TO BE USED FOR NAVIGATION NE 31st Street Bridge Replacement Project — Site Photos Z m { "} ., . fie ^1{'•Y f y s y > r c-s .n „ a+ i `4 - 1 R .•s r ' y moi. ' .. .- A x• Z. w 4.1 Looking east over bridge —June 2014 Looking west over bridge - June 2013 [I, ..., 4,,4&^,,,.....„- 1101-.:,..44$02. •-• ,,,,,' ..,,,.?.?.. E "'li VIA Ypt M .4 r.,a .. _ .. a' a x. n t-... T �: mow , F is =r , tw y Mite..-,. -,.., c . . e 13c t ` L, k . r„4, Ar '' "4 .r r Pi --.. 4r. _ .... � w tt tv 's - : ri . -s�;s j , �Px Vii- ..4 rA' .1G" ti ,`. 7 3 fit' m`. _..". + a► 1:c.grooks- .-711P 1 •�'w' nis._. ,� o _+!:n,...•-r...�°.` s>` . � ' # iad6ra Ys-^"+i - - •"y -yy - S Looking south (downstream) at bridge — Oct. 2012 Looking north (upstream) at bridge - June 2013 4 SEC.32 T 24N. R.SE. coLoW d�. A4( '+ d 6 , +-1,,,, t' ('qI.GJp(t, t I, > 1dP6�� ,t �y�P ty d\ P, n'C v.\PQi Go d°(d Ti ul t w` (/ G 4i+S 59 ct fy4gars Ar 4•M V Prep `w: �o''r R UFUS B UC/f RD. EXT. f 0 �Qo cots ZIW B. / Ne 53N. SEE 67-46 *OWED!Y THE WIRD OF RIND WU NERS FOR DETAILS OF CONNECTION SEATTLE.WAEHIN ,y S W b c KING COUNTY ENGINEERING DEPARTMENT D.L EVANS,COUNTY ROAD ENGINEER i BRID R�FPLA M£889-D NT J SURVEY DM 92 14 3'.)/ COUNTY ROAD ROiEOTNt _. r4 0 la-u.. .� Eg4r -� SHEET l OF i SHEETS V. /by h t -T/e• -de .CA10 eoi 1wcx 100 rr ri..iwcn-r0 rr. o /f • 4'Bm.r/Surf _ '..S COMMISSIONER'S DISTRICT N. _ iZ 3▪ ,,,,• e! Arrrorrt •0. L"•� �11'�7 S• ORI Fi 28FT. GR/DD/NG SECT/ON `°"° e"e... Ilk -OAJ1o Goy'/Saull b1/3PJpr.1/1Li QM//11Cd146!t OGMavfit-L fb 6.../Sf,fokt 3VCo.YNs NO ASSOMLO SUMMARY OF QUANTITIES Remove Ex/sf/ny Brrdge Lump sum Exca vahen Structure /0 Cures Excavation unc/ass 33 Cu Yes. Pi/es in Pleat /3'Only 350 i vt FT Treated Timber l Lumber 3.0 MB.M. W Precast Conc.Nabs /$=!'Span l2 Only . t.O dyt Wooden BnRoi/iny cd Lk ft Tmber.Spat Pasts 4 Only .10tH RiPrtp in Place /O Ca Yds. Borrow Per!mbenrmenl 4/i Cu.Yds Crave/Surface SO Cu.Yds. :a is 0 R, h /4er"..,.........„.„.... .., v i;^ `' /4. . „IV .,..___ _,.. III 1 . II., /1. rte I '� I: . � - I g I r Excovofion 336,Yd! H L!mbenlntenf 44y.441 C Yds 3 9 r0 ,/ 12 13 /4 S (1731 69-It GENERAL NOTES ' , .I+ AASNTO LRFD BRIDGE DESIGN SPECIFICATONS 6114 EDITION VAIN THE LATEST INTERIM SPECIFICATONS. 1 . I CONSTR.: ' r ALL SHORING SHALL BE DONE IN THE DRY INSTALL BANK/ - WATER OUAUTY PROTECTION PER B.M.P SUCH AS STRAW WADDLE OR CONCRETE BLOCK AS NECESSARY REMOVE EXISTING LONER ` BRACE,SAVE TO BE REINSTALLED WHEN TEMPORARY SHORING IS E�� I-O' REMOVED.NAND LEVEL A DE swamis QUANTTY OF THE EXISTING STREAM BANK UNDER SHORING FOOTINGS TO PROVIDE SOUND i� _LOAD RESTRICTED AREA _. ( WY TO OUT WIT OF OHMS I~ LEVEL GROUND AND SET FOOTINGS JACK AGAINST THE EXISTING CAP TO A PROOF LOAD OF lA KIPS E SHORING E SHORING SNORIG +Y.INETGHT OF A HEAVY TRUCK CENTERED OVER BRIDGE)PER 3'-0" ' 3.-0' )I �- FOOTHNG.USE A PRESSURE GAUGE TO VER/FY APPLIED LOADING HARDWOOD I.1/I 1 I Cd11YN 30 MINUTESS AND LOEAN°AAGAN TTHEE FFELL PPR L0�FOR a LOWBOY 1 SHIMS I �)I MNWUM OF 30 YNUTEI.LONGER d1RAIONS PREFERRED.STOP -REMOVE G BRACMC. INCREADING NNE LOAD IF THE CAP BEAM BEGNS TO UFT OFF AN EXISTING I T f,, REMOVE 1EYPOpARAT OF TME EXISTING RUNG.MEASURE INC FOOTING FOR ANY CHANNEL 11BIEEL BASE 1Y-0"''.." EXISTING --- DURNG SHORNG, SETTLEMENT AND/OR REBOUNDING OUTING PROOF LOADING AND I' BEAMS I J BRACINGN t I LOWEST ONE ONLY OFT LOADING .. A � A HMA I .-,t.___.., u f r— —— J S ( HAND GRADEi FOOTINGS FOR MC SPUNLOAD IKE OR TOE CK RAE COINLUMNTOFOOTwIG EXIMAN FOR ASRNC TIGHT '"� ......1 I 1 '-- I"I 1 T-_---___ ) I I r CAP GROUND.DE \ ;N�,I BEAM. ts 1 T 1 1 I! I 1 I 1�' I l IA TI TY \ B.M.P SUCH OuANTITY WHEN SHOVING IS NO IONGEA ACEOEO,REMOVE COLUMNS I .� �Sypl-- .,�� AS SiRAw FOOTING REINSTALL LONER BRACE AND RdOVE TIME SANDBAG t_ ��_�- F+N ` L____.---r-----1 I WADDLE OR g, CONCRETE WALL.SHORING MAY BY LIFT N PLACE AT THE OWNER'S —_— �RTj)'' ��iaee�R .WCK•AS DISCRETION. ~�� ' 4 • APP A$ GESS'"Y GENERAL STRUCTURAL NOTES EASING DESIGN UFE 3 MONTHS(TEMPORARY CONSTRUCTION) -- =�i;.s�.. - -_-.__ _ __ - .__.--- _...1 DESIGN UNE LOAD- GUNGE BROTHERS TRUCK WIN LOWBOY, 10 M.P.H.MAX.FOR -_ _. _ _-__...__ ._t„ DESIGN. SHORING CARRIES UNE LOAD ONLY.LIVE LOAD FACTOR- - I I 1.30.IMPACT 102 1 �1 ti> /Ld0 :J '-10/OwARLY LAI 11.E TOO A.b 7.50 l.171. 29 00 x.25 5.67 17.83 4.25 A maw B D E FOOTING OA C Tma)PILE D T 1-1=1I ! 1 -1-1 -1 Ylyl ELEVATION:PIER 2 OUIGG BOTHERS I:iWBOY FACING EAST TIMBER SHORING. SHORING COLUMNS SHALL BE 10'00'DOUGLAS-FIR/LARCH NO TIMBER OR BETTER.UPPER LAYERS OF FOOTINGS SHALL BE 516'.1B'GUIL MS OR APPROVED EQUAL BOTTOM LAYER OF } FOOTING SHALL BE UNTREATED TIMBER DOJOLAS-FR/LARCM NO TIMBER OR BETTER I rELLOW ICED TAGGED PRE CORECTONS SPIKE OR NAIL FOOTINGS ANO COLUMNS TOGETHER. 'I TAGS 4-6'YIN. NSPECTON CONTRACTOR SHALL INSPECT THE TEMPORARY SHORING DAILY FOR PIL A E i Y-3' r-r _ DAMAGED TO OVERLOAD HI VECLES AND IMMEDIATELY REPAIR AS NECESSARY M 0 © _-� iP, O0 _- FOOTING PRESSURE TABLE L'k5, _ _ ,� ASSUMED z?c,-J7` C• ,. i,...,..,, --.—/ COLUMN ` ILL TERRA LOCATIONNOMINAL BEARING BENONG E F = ' a• STREAM A� i' ooTMc I ( RESISTANCE FACTOR,. ( (Kg) } B.Y.P..AS K `- TEMPORARY LOCATION a, b' J PLANKS ' NECESSARY CMAYK •N SHORING ..—.- "__ RI . _. '_ _ , PIER 2 253 6.00 i -.`. O6 SNr F PLAN:PIER 2 L\'+.1, Sere.Me'- ` SECTION 9 I,<.4E. /n, CAP BEAM A SUPERSTRUCTURE NOT 540M1 FOOTING DETAIL a .<', ,, o O '�-- S Y B/I/14 I ...CI'w -- - _M— --ME— y �.s Nww maw.to c' ■■ ROmnwA.x.M NE 3l ST STREET BRIDGE 11114 YAW WA. SHEARER DESIGN ■■ �.x?W IPA My Cr maw + + Nw9pN e. D. _ 0,mama.`•T •Atm• • ....v. v SNORING DIAGRAM ,,.�.1, lovipi 1,1x Pm i iv . I 1 /1 .11 ; , i ii;/ . i cr?;I list1 ii sr1�1111 ! r z) . „ a al ii inn ile 1 it is iLi" iii e 2•/ r I,; � . f ti / �'',:2,-.",',.- a n 1 Ui/ s _ -+ 3 "N '...%z. 0 ° �Ii -2o OZ 7 . /' t G - �-Az A �/,,„loo �2 r/ 4 ` ,, � �{ {yj�Jy r �'�✓ d./ 0 C 7 =11 / O ii i �. [may) /; f� ✓' rn tilN `.�" o j lr( O n c1vaez`` \ Qi Sl i l�H N . mgm , ,0 I of 0 0 laaaadl �'k„'%,01' 1111111dt 1 / ;7 cilla ,,,,,, , '',.....< I 1 1 C) b PRiEp EepA �y�� A lis 1 a m `w, it ,1, / w `To`:J Vit ' / i s \\il/ li t;:IA i , --,! , 10 .. 0 i=1'III . II:fill' II iii 111 1. i IV 3I! 0 r! Il 4JiIioY i t I f =v e n �.'..,,',,5. I;.or.,r<Irk 1� ' C.D. NIILMANS 1.AwE WASMNGTOiI GARDt"N Of cut`. ADOITfON f0 SEATTLE ::0,6 W r \..1,e' 0 1„ C., ol 1 "su , a \ $.?"; \ " ei In TOPOGRAPHIC SURVEY—MAY CREEK i til i SITE: FOR: 1 Aal, n IAT 54GARDEN OF EDEN fl CITY OF RENTON _ _.__ ill; ti„ 1055 So. Grady N'°Y I VI; ;I Renton. NA 98055 i. A— -- N' ..• r r I ow0E1 SECTIONS 1 ' ..-.- - . ■ r am(TO.) 4=r ,..e. MIMS11111' w rE FLOOD MEM ntv.fill (w, iv- :' r TuIOW -.,? = INNIIIMII r .',./BEY. III ilimiriC .W. �. rte; g . � lIMEM 111111111110!: ift; l' ��j �' /L t l� j t Pd tt.E�T MACE IYdY TIMM SUM MUT.) Al PIM ONLY i ./� TYdi-TOM IT BEAR(PM) T 1 r.. CNY TIMBER SUB Nlil - - 3' l — — — n'l �T NOIOr4Y SLTOEIIDR N.- SECTION O RIES ANNIE J co f ic ' f f —' F T 1 itea T T T giii QD•.i9 / AlJ TIO .2r.„. :' • -TA g _____��- •��'t,7-_ ? O .. . • s .� ;*/# r---- 'tl,�•� it 111,,,,I..,!! i �IiI' .4. SI �i 1 0 - - Z.,Sate �---2411:01101n .�, (c{' e l s PEN 1 i PM l PIONS ._===\ Erin_ 1 - Fili _ Itrilr,4, '''''.17 - -' j 1 -- r j � If a ....�. i -' 1 L U " ':er---- 4'--r J'f' j r. 1 • �'/ •a r /ate wo. � y\\ �r_ TJi' r / a 11_Iliril r� "' ELEV.Me :Y)---Il ' �' `tri TIMtn PIES MAY CREEK BRIDGE /1 P� WEAN o (S K'BENT) a� . ., �(` .� VICINITY MAP I 1 •-OWL , _BEL `YOTTw 6►BELL 6.1 OMIT MIME NOT (M) ELEV.110' ELEVATIONSIIIINB101N RECEIVED MAY CREEK BRIDGE NO. I ` E S� EEBP SWAM FEB 2 21999 C. i l.E1i•-M I I e NEN.SitAN ON JONES AVE. CITY OF REN TON . •o0 w..••..1..i1.AL g ONi m..ww•1417•-11421 TunppuYoi Sysli.0 Dir. EXISTING CONFIGURATION A _ DATE, JANUARY XL 1999 1 I � J W CITY OF RENTONa Department of Public Works of SCOUR REMEDIATION AND EROSION CONTROL SU IcDu-E A: MAI u2ZEK. a 2+1Pc,e "c, Sc.44axi.E 3. O KGsooce Avc S.U, -pow '9 umeer. JUNE 1 , 1998 TITLE SHEET NO. ..1 COVER SHEET 1 VICINITY MAPS, GENERAL NOTES 2 + 1 s MAY CREEK BRIDGE 3 111114 OAKESDALE AVE. S.W. DRAIN DITCH CULVERT 4 A C MO��mp�p,WA H60/-1M2 � 4 _ _. �1 \fi1 -, Y '- • G " I .-- , .. _ 1.• ' ‘.7. ..-,...,-,,....... ..-41 ,iii .. �. F GENERAL NOTES -�/Rr/��j AL1 MARRIA AND�NRNANSNIP 9m.u.BE IN ACCORDANCE MTH M REDUIRE1NHIS n ` • 9! I 1. ' FLAI '-'-•�' ? DE RIE 1998 MSNTRGid SIM(OEPMTYENT DE IRAN�0IIA,Id SIMDMO - _, 1 -- I i ,� "IRA1 :—.4 SPECBIG,IONS FOR ROAD,BRIDGE AND MWICIPAL CO15MUCIION 0 u - _ _ r PROJECTIII •�•7 ME CEDM RIVER A10 MAY OSCE MIC CRUCIAL SIL.Yu1 AND STEELHFAD SPANNING 9>< MCC AL ROR45 SHALL BE PER CCO WITH MAKI ADHERENCE To MRY71 O U =j --,___..//,. .110 iv/'- SI \ 1! ..RL _ j• "Kill .i(v_ t+ NEOHINVENIS.AND coN5TRuCTION 1030095 AS DIRECTED RY SPANNING SEASONS. � -+.� /� _ L \ Al*ERAS OF THE BANG INPACRD BT CdSTRK,ION SHALL B REPAIRED TO IC •u K, iit \ �� _ SAEISTACTION OF INE ENGINEER BTM CONTRACTOR REPAIRS SINAI.INCLU E`�_ ._ �� i� (/ _ H ,C I)PlAOJ[NiAEMMAIDSTONE50IIAI,<BMRSOPXRISFSrRdNEHARP' ` ` LINE IM A WOORf TRMSI fid TO 14ET M R010M1 Z __ �.,RP •� r' •..'-". �� r 3)PUNTING OF CRASS OR%NWBBORY.OR 0110 RDIGENOLS PUNTS AS DIRECTED BY N 5 •____•- J1 PROJECT ._, ` in `S �A_ Y 1 l iT• J)U(EPAROF CH EgSnNG BANHI OUE TO EROSION THAT NORAD.IF WY UNCDINIEc,ED. .. ./ SITE R CADS(PRA(FUTU E DAMAGE TO N[BANK. Z y1�„.. i f1.�.7 �mB R SHALL BC EITHER MAOH1NE OR IUIIRPLATm.U(037 STORES SHALL BE La�� -A,1.. ' B.R S ( gi �_, € LOCATED AT BOTTOM OF SLOPE Al TOE.ATTER REPRO IS M POSIIICN((CAVACO DIRT a(� y I■■-`�, .f �� ` t' SIWl BC If9ElD TO Fitt wlos IN RE RIPIAP _ ( 5R.A�• SPI ,HR -A RHE CdiRACTON SHALL BC RESPONSIVE(M ALL IIIATIC COMM REQUIREMENTS Q -... - S THE PRO[Ci SIR SMALL BC IDA IN A CLEAN AID ROT GpDN7ON TO THE ( __–__•l•-.-�`f- ��11 I `. SATISFACTION OF THE MRCP. q, y ;,,,i4 N.w.oN. _ ....,cd ii f' I 1 Ir...w .. t -MAY CREEK BRIDGE /? OAKESDALE AVE SW VICINITY MAP DRAIN DITCH CULVERT VICINITY MAP SUMMARY AYRYEOF Ou NTITBRGE /1S sem A n3 IRM mil MI T ANA OAKSDALE AVE. DRAIN DITCH CULVERT MAY CREEK BRIDGE I Nmul7And Li I DIE PURPOSE OF THIS RORN IS TD REPAIR ERD510N OMNI AND PREMIX PERYAN011 SIPP0R1 THE PIARPO70 REF NES IOC IS TO USE RIPEN IO PROVIDE SIABILIIAlid ALIO PR01Ec,lON 2 TRATTIC CONTROL L.S. 1 OL n[BAND DIRECTLY IN WONT OF AND ADJACENT TO DE CAKR1S 0(50HAROE ENO,AND TO 0'ME WSIREAM atm ENBANIIVENI(CLOW THE RONNAY,EROSION Coma RDON)NE ( 1 REPAIR CIAWCNI LEVELS CS EROSION BENEATH 11E OIS0IARGE OND 0-INE PIPE CULT RIS RIGNI ACCENT,STABILIZATION OF THE BARK MI INE IlP51RCAM FACE(01K Rion A&154191, 3 CLEARING.01,16911CR ROAOSIR 0.011-11, u I /8 TIE CQNMACIOR MAS M OPTION a USING(7011 *10 IM RIDER 10 FACILI,AR PLAFSMENT AHD 10 IIIPROIF SiREM FLOW BY REP.ZSIRONING 0041151111•41 GE RHE MIIXL.EMBER AND A SRDCIERR:EXCAVATION CUSS B-BRIUOCS HNA ace9 A�� OF nitRico?ALONG THE TOE OF Of BAN( BRUSH DEBRIS THAT HAS COLLECTED AI 171E BR7OCE SIR. __.. ... I CON11ACTOR SHAY 1115IALL 011,11:0 STUNS AS POI MANUACTURER'S 10117101 RECDw1ENDAnbrs S IIOIT-100 L RIP0AP TON 176 1 AED-5HN1 APPLT EATER 70 EAOl 1RLLd STALK A5 PER MANUFACINER5 INSTRUCTIONS FOR f RMRA OCBIIS RELOCATION LS A P01100 OF IND MONTHS fOLLONING INSTAL.A1E01. sys ii Iit +�i rJ1 SUMMARY OF QUANTIIIES s VE�� 4 Ir OAKESDALE AVE SW - DRAIN DITCH CULVER I All 1.0111 APIQMT C I MOBILIZATION LS. 1 7 TRAFFIC CON1RCE L5. 1 3 OIARINC.GRUBBING A ROADSIDE CLEM-W LS 1 I 51R1K1RE EXCAVATION 0.ASS B- INCLUDES NAA 0110 40 6 Llaf-LOOS WRAP 1111 70 1 9 WILDS STARS EA. 55 — mg E �� VICINITY MAPS, GENERAL NOTES �11 c...w.R 0.B1RRwWS 44414•RR i 100 w..o..B0R.R. NA. SCOUR REMEDIATION I 9 aPw.a..ww 041111011ISB PACE 2 DE A DATE JUNE I, 7998 2 i I411'1:: I pADO NEM RIPRA'ALONG CYBANKYENI TO FILL VO10S SIMONY Cr wARIIIIES W PLACE LAMER ROC. ID'RARDS BOTTOM YOPN IKY NO. MAITIMY LAOIS ITER ACNICK APPROX.i.SN:IV SLOPE ANO SYOOM J IRANSITION MITN OPS1REAY RIPRAP INCORPORAR L.. SOIL 10 Eta TRACES SEMEN FIPRAR CICAVAiION I 1K 1011 LNA1r LOOSE RIMAP UOF Ta REQUIRED- _ 2 9 TDA EXCAVATION -.-- i —_ --- 1 1 ES UMBERf1RS oRELOCATION v yeE RIPRU RISi1NLM U VIA 1'10 Y AS NECESSARY RAIL PC61 1N < Q I ORDIYAY N1GN OYER I OM d ORDINARY 1 EXISTING Na WATER In SECTION STREAMED N� 9 In Z I NOT TO SCAFMt wiles n, ORDINARY DN AMBIT 0 I � .' 14M MINMAP I A • ISI v . J u 1y ' . ' I ERIEND 12"YAC I Muria LIE ti 0F + �, �;�, '?'1� i SECTION Z '..1 ` T ;i;1 1st: I NIT ID SCAT/0 • .,, I :;[ ,,i T.YWi ,q ) •ROAM Au TURIN ` 2 SPAN MIDGE SECTION It 'Z R I S DEBRIS IN Purls AND O 4. u4D0N M(pcE NOT TO SCALE ro�°EK°"6 3 AM RIMIAP 70 PREVENT NRTNEA 010SION REMIND — - ABYAYEMO t 700 RI 1 N ECAwr1Nw a Ta RLD IIKD �.L0Io-'-:tr, II', Itri Cc ADO R(PRAP AS NECESSARY TO .-•.T:. _ SECTION Q i flu VOIDS AND IWO1 C SLOPE -:i _ NIDE TO SCALE v f Of AO.NCENT RIPRAP WST EAN •,%I PLACE LARGER NOCK TDMAIDS EXISTING RIMM 001701 Of AVE AND 4NALLER C COKER TT CRANKI PXEXC`GAVATION 1401 REQUIRED EXISTING 11111IIIIILIIIIIIIIIIII TEM IIIIIIIIIIIIIIIIIIIIIIIIIII� II II)1I RIL 11 •DA NE 1DK0 TINDER ICBRIS IS 10 BE Ii,„ , 1 t NAMDPL/IQD OWISTIICAY HONG EACl1 OFOINNIT M of MATER ..n DAN(. ACEAO ANS DNR A XI 1'D LOGIN YAM 2R ABOVE Or SWAM REGUN APPROX 10 TD DORMSTREAY SRKAYBEO rim BRIDGE DAMAGE TO cusTI G lairs JI BRUSH OR CROMIN AONG BANKS IS Not TIMBER►NOK(tw) PERM TTm PLAN __ _ I 0 DIMS i 10 S 0 10 7C 10 \�'// '^ ELEVATION rioT Nor to SCALE ADJACENT PROPERTY OWNER.. PROJECT ADORCSS: I CITY OF RENTON CITY OF RENTON A MAY CREEK BRIDGE n INTERSECTION WITH JONES AVE MID MAY CREEK '�•�' DIRECTIONS: TOJISO ST(UST)ID � NIL MAY CREEK BRIDGE JONESONES AVE.(sW IN) t0 CROSSING OF JONES AVE AND MAY CREEK C...1R1rs.EnBln.wp B.rMw. Y 200 w..N..Re.n BIL.MM. SCOUR REMEDIATION d4...P1.,ww Rt601-1142 PACE 5 Of 4 DAN- JUNE 1, 11._9988 EXHIBIT B Chapter 34 Local Bridge Program Bridge Works Bridge Inspection software which is available for download at www.wsdot.wa.gov/localprograms/bridge/bridgeworks.htm. .42 Bridge Replacement Design Standards—Bridges shall be designed in accordance with Chapter 42 and the following criteria: 1. Live Load —Load and Resistance Factor Design (LRFD) HL 93. 2. Vertical Clearances—Clearance over roadways is a minimum 16.5 feet. Clearance over railroads is a minimum 23.5 feet. 3. Design-Year ADT— Will be determined per Section 43.21. 4. Bridge Length —The length of the replacement bridge can be affected by one or both of the following factors: a. The bottom of the superstructure will be 3 feet above the 100 year flood or as determined by field review. b. The abutment and pier locations(s) of a new bridge generally reduce the existing backwater elevation. In fish bearing waters, acceptable rise in the backwater elevation is 0.2 foot above the existing conditions, as referenced in WAC 220-110-070(1)(h). For non-fish bearing waters,the acceptable rise in the backwater elevation is 1 foot above the existing conditions. 5. Bridge Type—The bridge type selected will be the most economical type for the span length needed, based on sound engineering judgment and/or economics. 6. Bridge Foundation Type—The type and depth of the foundation elements will depend on the results of the geotechnical and hydraulic analyses and shall be considered scour safe (WB76-80 coded 8 or 9). Both a load rating and a scour analysis for a new bridge shall be provided for the official bridge file. The scour analysis will consist of a summary of the hydraulic design as justification for the scour safe code. .43 Bridge Rehabilitation Criteria—To qualify as a rehabilitation project, the total rehabilitation costs shall not exceed 70 percent of the replacement costs. Rehabilitation projects will be subject to the following requirements: 1. Structural deficiencies will be removed. 2. Structure will be brought up to current standards. 3. Completed bridge must load rate at or above an H-15 inventory rating. .44 Seismic-Paint-Scour-- Project eligibility and priority ranking is based on the Washington State Bridge Management System (BMS) element data. See Chapter 4 of the WSBIM for BMS information. .45 Eligible Bridge Costs—The following are eligible bridge costs: 1. Bridge Construction —All items typically detailed by bridge designers (concrete, rebar, piling, barriers, expansion dams, etc.). 2. Bridge Aesthetics—Limited to the treatment required in the approved NEPA documents. Typically, paints or pigmented sealers and fractured fin finishes on concrete structures will not be approved. WSDOT Local Agency Guidelines M 36-63.27 Page 34-7 April 2015 EXHIBIT C City and County Design Standards for All Routes Chapter 42 42.6 Roadway Geometrics The AASHTO publication A Policy on Geometric Design of Highways and Streets (Green Book) is the design standard accepted by FHWA for project funding. The designer should read all text associated with the standards and should also consider related tables and text.Additionally, design references are provided in the References for New Construction and Reconstruction, 3R, and 2R Standards and in Tables 1.1, 1.2, and 1.3 of this chapter. .61 Bridge Standards Design Elements References Bridge Width The minimum bridge width for two-way structures is the greater of: (1)the design roadway width, or(2)the existing roadway width. Loading HL 93 (for federally funded projects), others may use HS 20-44. Vehicular Railing AASHTO Crash Tested Rail, or Approved NCHRP 350 Crash Tested Rail. Pedestrian Railing AASHTO, NCHRP 350. Approach Railing AASHTO Crash Tested Rail, or Approved NCHRP 350 Crash Tested Rail. Vertical Clearance 16.5 feet minimum. .62 Other Standards Design Elements References Bicycle AASHTO Guide for the Development of Bicycle Facilities(RCW 35.75.060 and 36.82.145) and/or standards submitted by the local agency which have been approved by Local Programs. Signing MUTCD, as modified by the Washington State Transportation Commission per RCW 47.36.030. Americans with Disabilities Code of Federal Regulations 28 CFR Part 35, Interim Act— 1990 ADA Final Rules U.S. Department of Justice. The Architectural and Transportation Barriers Compliance Board WSDOT/ Standard F40 Series Current International Building Code, and Washington State Amendments. Sidewalks AASHTO Guide for Planning, Design, and Operation of Pedestrian Facilities Low Volume Roads 2001 AASHTO Geometric Design of Very Low Volume Local Roads (ADT<400) Page 42-12 WSDOT Local Agency Guidelines M 36-63.27 April 2015 EXHIBIT D Chapter 42 City and County Design Standards for All Routes a Project Type Cross Roads Fill/ Safety Shared Horiz. Vert. Lane Shldr Ditch Improve- Bike/Ped Design Elements ,-> Align Align Width Width Slopes ments Facilities New Construction AE AE AE AE AE 2 1 Re-Construction AE AE AE AE AE 2 1 3R AE AE AE AE AE 2 1 2R 1 Railroad (If roadway work included, use 3R line) Bridge Rehabilitation, Paint, Seismic, etc. Trails Pedestrian Facility Improvement Projects Other, Interpretive Centers, etc. 1 1 1 1 1 1 1 Parking Facilities A A A A A 1 1 D Design Level D 1 When provided, must meet current standards. A Design Level A 2 Refer to Safety Improvements on page 7 Mandatory Upgrade AE Agency Evaluate to Design Level A items 1 and all others are AE Local Agency Design Matrix Table 1.2 ti Project Type Bridges Lane Shldr Vertical Structural Bridge Rail Design Elements b Width Width Clearance Capacity —) New Construction D D D D D Re-Construction A A D D D 3R AE AE AE AE 1 2R AE AE 1 Railroad (If roadway work included, use 3R line) 1 Bridge Rehabilitation, Paint, Seismic, etc. Trails 1 1 1 1 1 Pedestrian Facility Improvement Projects Other, Interpretive Centers, etc. 1 1 1 1 1 Parking Facilities A A AE AE 1 Local Agency Design Matrix Table 1.3 WSDOT Local Agency Guidelines M 36-63.27 Page 42-9 April 2015 EXHIBIT E Chapter 42 City and County Design Standards for All Routes 42.5 Design Level D Standards for Two Way Roads and Streets Arterial Collector Principal Minor Curbed(4) Shouldered Curbed(4) Shouldered Curbed(4) Shouldered Design Standards DHV DHV DHV ADT ADT DHV DHV DHV DHV DHV All Below 200 DHV All Below 100 201 DHV 400 400 751 100 201 and to and and Over to to to and 200 Over 100 200 Over 750 1000 200 Over Right of Way Not less than required for all design elements. Roadway Width(1)(2)(7)(9) 24ft 36ft 40ft 24ft 32ft 36ft 40ft 24ft 26ft 28ft 34ft 40ft Lane width: 1. Exterior(2)X7) 12ft 12ft 12ft 12ft 12ft 12ft 12ft 12ft 10ft 10ft 11ft 12ft 2. Interior Thru(2) 11ft 11ft 11ft 11ft 11ft 11ft lift 11ft 10ft 10ft 11ft 11ft 3. Two Way Left Turn(2) 11ft 11ft 11ft 11ft 11ft 11ft 11ft 11ft 10ft 10ft 11ft 11ft 4. Exclusive Turn(2) 11ft 11ft 11ft 11ft 11ft 11ft 11ft 11ft 10ft 10ft 11ft 11ft 5. Parking(2) 10ft(3) 10ft(3) (5) Shoulder Width6)(7)(9)(2) 6ft 8ft 4ft 6ft 8ft 3ft 4ft 6ft 8ft Clear Zone/Side Slopes AASHTO(10) Ditch Slope(in slope) Slopes steeper than 4:1 should only be used when achieving a 4:1 slope is impractical. (1) For curbed, distance from face of curb to face of curb. For shouldered, distance from paved edge to paved edge of shoulder. (2) May be reduced to minimum allowed by AASHTO. (3) 8 feet may be acceptable when the lane is not likely to become a traffic lane in the foreseeable future. (4) Curbed section is appropriate for urban setting. (5) Industrial areas 8 feet to 10 feet. Residential areas 7 feet to 10 feet. (6) When guardrail is necessary, provide 2 feet of widening or longer posts to ensure lateral support. (7) For roads with traffic volumes of less than 400 ADT,the low volume road and street standards may be used. (8) Federal functional classification defined by WSDOT. I(9) For guidance for one-way streets, see AASHTO, and the current uniform fire code. (10)When using AASHTO guidance for clear zone determinations, the designer should take into account all AASHTO materials relating to clear zone and project circumstances. See the reference section of this publication. Note:Design Hourly Volume(DHV).The DHV is generally the 30th highest hourly volume(30 DHV)of the future year chosen for design. On the average rural road or arterial, DHV is about 15 percent of ADT. For urban areas, DHV is usually between 8 to 12 percent of the ADT or AADT For dimensions, see WSDOT Standard Plans, F40 series. For material contrast Detectable Warnings requirements, see proposed ADA guidance from the U.S.Access Board at (Truncated Domes) www.access-board.gov/ada-aba.htm U.S.Access Board at www.access-board.gov/prowac/draft.htm • Minimum Width—60 inches continuous clear width exclusive of the curb or 48 inches clear width exclusive of the curb with 60 inch by 60 inch clear passing spaces at 200-foot maximum intervals. • Surface—Firm, stable, and slip resistant. New Sidewalks • Crosslopes— 1:50 (2 percent) maximum. (when provided) • Running Slope—When within street or highway right of way, must be consistant with the slope established by the roadway. If outside street or highway right of way, must be 5% max. unless designed as a ramp (see ADA guidance). • Buffer—Separation from vehicular ways by curbs or other barriers. WSDOT Local Agency Guidelines M 36-63.27 Page 42-11 April 2015 EXHIBIT F '`It* fg -44 - 4/4.0°,#":*-":1: -.-:•0A• !YU,/ VO4* AllIE:fICNI11Af,E,ociation Di t- State Highway drici .,f••• lranwertation • pill • Guidelines for Geometric Design of Very Low-Volume Local Roads (ADT < 400) 2001 CHAPTER 4 DESIGN GUIDELINES This chapter presents design guidelines for specific aspects of the design of very low-volume local roads including cross section (traveled way and shoulder widths), horizontal alignment, stopping sight distance, intersection sight distance, roadside design, unpaved roads, and two-way single-lane roads. CROSS SECTION The key elements of cross section design for a roadway arc traveled way width and shoulder width. Cross section design criteria for lower volume roads generally address total roadway width (traveled way plus shoulders) rather than having separate criteria for lane and shoulder width. Many lower volume roadways have no painted cdgelincs and do not have paved shoulders of a material that contrasts with the traveled-way pavement, so there may be no clear demarcation between the traveled way and shoulders. Design guidelines for cross section in new construction projects and on existing very low-volume local roads are presented below. New Construction The design guidelines for cross section in new construction projects on very low-volume local roads differ between rural and urban areas. Each set of design guidelines is presented below. While the quantitative design guidelines for new construction address only total roadway widths, designers should also give consideration to the appropriate right-of-way width. In new construction projects, ample right-of-way should be obtained, whenever practical, to accommodate possible future widening of the roadway. Very Low-Volume Local Roads in Rural Areas Exhibit I presents the guidelines for total roadway widths for newly constructed roads in rural areas. The total roadway width criteria vary from 5.4 to 8.0 m [18 to 26 ft] with the functional subclass and the design speed of the road. These values were developed in research by Neuman (3) from several sources. The primary source for cross section widths was NCHRP Report 362 (5); other sources included TRB Special Report 214 (4), the United States Forest Service(USFS)(11),and the Transportation Association of Canada(12). 1' AASHTO -Guidelines for Geometric Design of Very Low-Volume Local Roads(ADT-<400) Metric Total roadway width(m)by functional subclass Design Industrial) speed Major Minor Recreational commercial Resource Agricultural (km/h) access access and scenic access recovery access 20 - 5.4 5.4 6.0 6.0 6.6 30 - 5.4 5.4 6.0 6.0 7.2 40 5.4 5.4 5.4 6.4 6.4 7.2 € 50 5.4 5.4 5.4 6.8 6.8 7.2 60 5.4 5.4 5.4 6.8 6.8 7.2 70 6.0 6.0 6.0 7.0 - 8.0 80 6.0 6.0 6.0 7.4 - - 90 6.6 - 6.6 - - - 100 6.6 - - - - - US Customary Total roadway width (ft)by functional subclass Design Industrial/ speed Major Recreational commercial Resource Agricultural (mph) access Minor access and scenic access recovery access 15 - 18.0 18.0 20.0 20.0 22.0 20 - 18.0 18.0 20.0 20.0 24.0 25 18.0 18.0 18.0 21.0 21.0 24.0 30 18.0 18.0 18.0 22.5 22.5 24.0 35 18.0 18.0 18.0 22.5 22.5 24.0 40 18.0 18.0 20.0 22.5 - 24.0 45 20.0 20.0 20.0 23.0 - 26.0 50 20.0 20.0 20.0 24.5 - 55 22.0 - 22.0 - - 60 22.0 - - - - - Note:Total roadway width includes the width of both traveled way and shoulders. Exhibit 1. Guidelines for Total Roadway Width for New Construction of Very Low-Volume Local Roads in Rural Areas The cross section width guidelines for major access roads, minor access roads, and recreation and scenic roads are based primarily on travel by passenger cars and recreational vehicles. Widths for industrial commercial access roads, resource recovery roads,and agricultural roads consider more frequent use by larger trucks and, in the case of agricultural access roads,use by wide agricultural equipment. These greater widths for industrialcommercial access roads, resource recovery roads, and agricultural access roads reflect the offtracking and maneuverability requirements and the greater widths of the larger vehicles using these roads. The ability of vehicles in opposing directions of travel to pass one another is an important design consideration for rural roads. Access past parked vehicles is not a major concern because parking on rural roads 18 Design Guidelines is not common. The increased cross section widths for industrial commercial access roads, resource recovery roads, and agricultural access roads should not be construed as a safety requirement. It should be noted that the roadway widths for agricultural access roads are applicable on roads used by agricultural equipment wider than a typical 2.6-m[8.5-ft] truck. The choice of the appropriate functional subclass is key to determining the appropriate roadway width. Where minimum roadway widths are used for a selected functional subclass, the designer should consider providing a wider roadway at sharp horizontal curves. By contrast, widths less than the minimums shown in Exhibit 1 may be appropriate adjacent to historic structures or in mountainous terrain. In determining appropriate roadway widths, the designer should refer to the discussion of design flexibility in Chapter 3. Designers should be afforded great discretion in the use of Exhibit 1, even for new construction. Small differences in the existing or proposed dimensions from those shown in Exhibit I may be completely acceptable. For example, on roads used by trucks or wider agricultural equipment, designers should have the discretion to consider the actual widths of vehicles expected to use a particular road and modify the width guidelines in Exhibit 1 accordingly. Very Low-Volume Local Roads in Urban Areas As in rural areas, the cross section width guidelines for very low-volume local roads in urban areas are related to basic operational requirements. Speeds are lower, trip lengths and lengths of local roads are generally much shorter,and available right-of-way width is much less than in rural areas. The major functional requirements for very low-volume local roads in urban areas include the ability for vehicles in opposite directions to pass one another, the need for vehicles to pass parked or stopped vehicles, the need to provide access for fire trucks and other emergency vehicles, and the need to accommodate occasional larger delivery vehicles. Cross section widths for urban major access roads and urban industrialrcommercial access roads should generally be the same as those shown for comparable rural roads in Exhibit 1. Greater widths are desirable where parking is permitted. Cross section width guidelines for urban residential streets are shown in Exhibit 2. These widths incorporate consideration of access for fire trucks and other emergency vehicles and apply to streets where parking is permitted on both sides of the roadway. Reduced widths may be appropriate where parking is restricted. These guidelines are based on the ITE Recommended Guidelines for Subdivision Streets(13). 19 AASHT0- Guidelines for Geometric Design of Very Low-Volume Local Roads(ADT 5400) Metric US Customary Development density Total roadway width (m) Total roadway width (ft) Low 6.1 to 8.5 20 to 28 Medium 8.5 to 10.3 28 to 34 Note: Low development density represents 2.0 or fewer dwelling units per acre; medium development density represents 2.1 to 6.0 dwelling units per acre. Exhibit 2. Guidelines for Total Roadway Width for New Construction of Urban Residential Streets The lower end of the range of residential street widths in the ITE guidelines presented in Exhibit 2 are applicable to subdivision streets with sufficient off-street parking (e.g., driveways and garages) so that on-street parking is used only occasionally by visitors and delivery vehicles. The higher end of the range of street widths is applicable where there is frequent parking on one side of the street. On streets with frequent parking on both sides of the street,street widths greater than those shown in Exhibit 2 may be appropriate. Design criteria for curbs and sidewalks on very low-volume urban roads and streets should be determined based on local policies and published guidelines for compliance with the Americans with Disabilities Act(ADA). Existing Roads The cross section widths of existing roads need not be modified except in those cases where there is evidence of a site-specific safety problem. Chapter 3 discusses the types of evidence of a site-specific safety problem that might be considered. When a site-specific safety problem that can be mitigated by a wider roadway is identified, the cross section for the portion of the roadway with the identified safety problem should be widened to at least the total roadway widths presented above for new construction. BRIDGE WIDTH The key elements in selecting an appropriate bridge width are the width of the adjacent roadway (traveled way and shoulder widths)and, for existing locations, the safety performance of the existing bridge. Determination of bridge widths for newly constructed bridges and existing bridges is addressed below. New Construction Newly constructed bridges arc bridges on new roadways where there is no existing roadx%ay or bridge in place. The widths of newly constructed bridges should generally be selected in 70 T Design Guidelines accordance with the bridge width criteria for local roads in Chapter 5 of the AASHTO Policy on Geometric Design of Highways and Streets (1). Those criteria state that, for bridges on local roads with ADT of 400 vch.day or less, the bridge width should be equal to the width of the traveled way plus 0.6 m [2 ft]. However, when the entire roadway width (traveled way plus shoulders) is paved, the bridge width should be equal to the total roadway width. Bridge width should be measured between the inside faces of the bridge rail or guardrail. Bridges greater than 30 m [100 ft] in length should be evaluated individually to determine the appropriate bridge width. Bridge usage by trucks and recreational vehicles should also be considered in determining the appropriate width. One-lane bridges may be provided on single-lane roads and on two-lane roads with ADT less than 100 vet day where the designer finds that a one-lane bridge can operate effectively. The minimum width of a one-lane bridge should be 4.5 m [15 ft] unless the designer concludes that a narrower bridge can function effectively (e.g., based on the safety performance of similar bridges maintained by the same agency). Caution should be exercised in design of one-lane bridges wider than 4.9 m [16 ft] to assure that drivers will not use them as two-lane structures. Simultaneous arrival of two or more opposing vehicles at a one-lane bridge should be rare, given the low traffic volumes, but one-lane bridges should have intervisible pull-offs at each end where drivers can wait for traffic on the bridge to clear. Existing Bridges Existing bridges can remain in place without widening unless there is evidence of a site-specific safety problem related to the width of the bridge. As described in Chapter 3, evidence of a site-specific safety problem may include not only crash history but also other indications such as skid marks, damage to bridge rail or guardrail, and concerns raised by police or local residents. Where an existing bridge needs replacement for structural reasons, but there is no evidence of a site-specific safety problem, the replacement bridge can be constructed with the same width as the existing bridge; this criterion applies to bridges that arc reconstructed on the same alignment and bridges that arc reconstructed on a more favorable alignment. HORIZONTAL ALIGNMENT For balance in roadway design, all geometric elements should, as far as economically practical,be designed to provide safe,continuous operation at a speed likely to be observed under the general conditions for that roadway. For the most part, this is done through the use of design speed as the overall control. In the design of roadway curves, it is necessary to establish proper relation between design speed and curvature and also their joint relations with superelevation and side friction. Although these relations stem from the laws of physics, the actual values for use in design depend on practical limits and factors determined more or less empirically over the range of variables involved. A key parameter that represents the friction demand for a vehicle traversing a horizontal curve is the side friction factor,which can be estimated as: 21 EXHIBIT G FHWA BRIDGE RAIL MEMORANDUM,MAY 30,1997:PART 1,2&3 COMBINED AND SORTED BY TYPE 902110 I 1WKt 9615427 M...' I $3mA 1 018064 NINA 1871.41156 W2w45EM1713T 781131E MEOW MEED MOLE M0MR/ /ER01950 CE RrM“R7 R.M“R.Y MY“R.+ 182519496. 4.,00E 14961140 0141 /161 Y1wS91 1115.11 09049E5 356 I 9.5490 LEYEE MOM MY.149140 1 ,,1/1161109 EI 2$82.. ! M.m..7 _ 54.“13 W-80(200 816100E EW L 5 i 't....7,,.Te:7..r wurm 27 }7504,!. b I r.. ' M14 1. 5 5039 cr 611 01 ( }910049.5. 1132 x5 { - !.vrlvNn.3945,45,'*'"•2Rw.Rr3pM"mrm.B.unr --- �114Cu 60 re 30 '191.1..9.y 10a.f Lam}- ... .e. x!6749.5.43 >l2 26 _ I 11 mA42.e0AM ipriio0e RAI. :...u.Tnu Sr.ways ars 12 2004054. 01 157 a V. IM1a 22410 0r 80��1 1599g -- I.' 4 41821183 St 1 fro Bar.3u.fain 32 193674 e. 09, 141 Yr -.. �n9 2 22501805 00 I. _ Ia x1500 0:4. 60 II x900950.4 47 17 1 142 15�C/.., II. 27 r« TW 0 i +1 104 . On9.n}s4.u4.2 thraEarn 21 1P3op0�C`+v.+ 622 7WI 6 199 Yw h.+ TE4 141 10 tit x-+ 30..1.4010 p.I.t,...Seem S+.W etr 5/S 10t Y« h-e 11.4 Aran b 113+.8n<u.1...44 30 21'x53y0 gCIlr. 707 113y0 II +4 2-1 . Correa T4,.4.4, 33 51006 011., 4 7 7113 Y« 94..! M14 11 a 00 24 63450 4.50 4P • anMm4421614,4 ' .16-61' 04.Cu 01 �6 Y« «M14 1416 1.10 2.13 9 Au.r3 I•aP^..3131 106x5 12950[[. py 74 Loran 10x2....24 en C.A... 932 02. 14 4 20 Y« s RLI TEa I9 IN.3w,3.A.m1.M05.film 32 572209560 40. 20 10 1-16 1.15 1 ..n,A....c I...13853.w1 I ]2 II 090 "4 15 1 " ���� 139! 40 15IS fr.“rRf7Rr]1596 i M1J ).x" 151Kr . moos ANL S.Y.e1e.I.R.6-A«.w32 m .:-.. mnu.Tn. 14«,.y Awi 111654 { x b t tlt] Itsr« M1a ,6666.6666 11 Ip 14 127 0 St xx mar K.1 1.71.960 x]80 vLa - u .4,.164,354 ..n...me W.w. It 0.4 480 x01 404 .die.ww10120. x4 }1x .9 S 4,.:.7,.21 as r I 24 7 wren.�.>xl.2261.03.1 t Pear 1.11“BM.MBddlp 91..10.44 066_6. 1.,.:._ . -, .,-,-,_ 6...[80.9,Y.o.t,6-494 Red ' .. 4 1.,2... 4 0016 „.16 4 1. ( Yr . 4 MOW 1Lxl 4 0 I i 1 4 5.111 05 1441 e.I..R4e.h.4400001156I0Y- _®_-- -•- 7p.13 33 t 1'5000.1 L) It Yea ' I MCIM/11. 2411 17 I .Mr rT 5 ewp�O eot.Niro,..RNi 413.cr eq _._. :044.Cr f1 22 7 Y« 14000 Cr 33 1x 1 +p 51 00090 b 01 15 1021811/110 2630 37 ]I 20000T1sW-41µe E}44 4 160 90.M.Dear!2 7"441111;l73$3'.* 5113 III Yee M1a- t 6q �y q 1 4 c.r.rj. x1...'•'"'"71"'^1 j7 Tates - 00 10 Y« h.1 TLx 1• 41t0\hW 4x 71 2,13 1.. r. 1110011« 06 Sal 1w4sw K4 `- ___._. _ -�- -. 19 eW Meum..194“3.. 11 156500.52 604 104 i , 0.. x56 21 wa .. 6+4 480 Md7 tet t4M..iy�r7+.10.10 «r Tf010m9.111. 4700 5 0.Y I 013 IS Yr TEa 56x S 04 x59 _ 33 ,5 935 03.9 &.. 534 6 117137 f]2 7 1-11 n5 44..4 bel 161 OY+or e. ss 11 _ 311114 61. 31• 16 11 T..0 1x14.4,...5132143.1.6*1118 --- 3i 10000 Cr OS 314 Yu 11.4 3. 1.13 2.11 «134103 CC w4urc.9..4«u21..w..m.1.'61 W X27 1P450<., x13; 485 h-1 1t.439 407 1.15 22 55554,4,5 x06 w8y8�8R� , *3$151Y7W Coo..7,5.4 .._. ....._....... ._ 31 Yee . ,.._,:..........._...__. - -:...e.....�.1.084415131. IC.Mor.i}p 9; 11100 C« 560 i�070I Y.. 1305 7].1100..1 p ti 31 1i.0 Cr.r1-61..61.1 01il1u.R.. 1� 11Po0fu 4977 111 Yes ! ICJ 1.9 II 11 1.10 04 12 0qry 4',Tat' 511 1456 1931.3073 i1.6424.T....WOO 1014.044 I 119 0 C. 111 73 Y« 9p..1Jh.. 1U 71 20 10 4.000 C.. 592 359 34 145 2-03 7011200..Yoe Tncp T..+r 491 15 (4.w4K41 39 x 596276..1 ow Ain1 an i9 Warr.wrr..63..44 W M 42 61943 097.2 411�7 x700]1 K- 9LJ ,1.64 24 II? 17 17x364.1.0.r .x 19700 C.. It 305 K•1 1315 04041 24 317 e427cnYMrw2:444'Dear..9.1.21.7 M 22006# 51N5044r2 510 I.A Ka M1J x13 .4..00 4} 402314.13 10 194 14018 1.4 }te ‘41r0'10%," 1PA3114, 693 31 44 ' KJ M14 39 M1x7C51.1..eun.0 42 55130922400. 553 411 11041 24 619 3o 41052C“O..De I1.s.R.4 Om.3 - "n'O°'P"i° �• 319 Tw41r10210.10151 43 349 4W 09.52 4x3 x. 1903.0r 2' 206• J - -�..-�... • ,�.r.�:�---^•...^..w "".`-'.. _ ,4x,6,-6,.=666,6-..-Y +.�.�66,:66 5.21143.7optt 2 571.1,400 296- I.. 666 11 1 x 31 10180^5 r 401 I7 17 40445 Gr M 1316 �ryc....,p2.*.w^....'7,61,1^..,.w!rl „mm12 I W 011. 111 M yr M1J 4.5 +.4 32 MOO 129140 433 24 4 5 x14 wren,lama u...r3.m 151 mmGr.132tMn1.....sr ISO war 10y a44 31 711. 057- 964 4 33 1249.1 100.) 20004 PRw. 1/0710/46 24444 1«1.41000877150 41 2-25 345 . 1000 51 Tear, /9 f 1 1se- Ow 2115 Med“Cur 041 mt.., 169 Yw I K4 1096 .48.16 36 32 54,09800 193p1 193 6441544 141 }19 400 1083.72 04 I1 244 1 616 0,0005 31 M.«Pt-i rta 15 19219.u0.W..1••4MluwvW Perry NoeltMSS en war 12 1 41555 C,. G. 221 Yr parr71.11.21137 L9 1051 2.21 3-13 340956.0w 25 22 q.a2 P4..84nA0?30_� Mr0yW048535Y..3c.wer..ISETC10491.4 35270702 903V0504An 0,Cv +009441611.Mf 101 121.5.A.1.M 704 4013 'e arta..2+4..4. ..1 2156 4155610:0..2 92 1 2 1571 443': 20 9 2.16111 3.23 0909 4 11 7 62 1 0;i..,. A13441644.5a1 195 399 W1Y ACT WW1 0064 104141360101M6S00M MST RASA *MA 31111* NOME t 1116041I 466610 111161 WISP 144111611110/1016 4..M.6 1151.141 1.p.MI .N1j1�N(p(1'i 1W31� INA ifR5A1RL! 1460 MOOED At Mil "WI.Mia MMY6RM03 M1/M11C16 15444461 maaa 51.96 Ycn....r��NC�1l P�11M�1616i1/Q1M6HI 31 '1..M 1."M•.11d 27 16YMty jY liy by rY n•! 675152 / 1.1 10•44 Ca44670 144454 oW14\4OWOaM6T.I11.011 lap R. 1 1//131900 Cie 551 1III YM 114 14)11 Cw 30 To 4•4 1202CwmM1/anwS11h443 a 5500MCar r/ 151 Yw h1 67 10 14 30 II tit 16CL� 55��J �( 431 14 2-2 4 1.44444L4M.4Mh16w4.[M44 22 tit:tw 5b( R�93 Vas /L•5 52.1 It yA i.l 14 41 0.44•4C4roa1.46.M9.4 a O1�YS1tM yY2S IT Yw 524 fit 5541 la N Y .O Crow.Maw w Owl 30 la:G.4 ES6il 2:;0566 VM N•1 734 y t4 24 1.44!4116.16.44 Carew Ia4.1 SR9t3.1 502 111 7. 52.6 5741 43 n 46030344 al a 6I f-n 2.10 A05.M*NwI4.00•f.w C..4n6I4p$44 30604096Iy 160W 1 Y 166.h w•.41..44..66W 8 4 IM' 41.141.+.6 4.50446 10451 17 Y4•GI 414 1 M 64116dw1 13131444403. 52'•3 iN 10 1.13 6.12)}10 `e..twrw�w a w 2014NCo 419 30 Vol 13.5 524 2.01.0Coo of a Y 22 665101.04 523 a 01.16 1.16 2.16 17/14071. 46 III 661104. 7,17207015 ♦p 16) 32.41.646414 Caw.9..044 ll.•Cm 591 in v.. M 1134.15 Y 32 ,11040040 Pay 1114 47 202 11434`.16 147 2.17 4, 43 344474•13444.040541•57 4 Y06d0qN��vow%' s. Si4 11] vw 17114461 644 113 YM It 1 11l ]a 1644 WI er[.ro4.445244./652134 o 1.46446.4467 011f0.t. �. 10 -.._ a14 5 Ni %3 �. d e Y Y a+1/ ]pe 414 414 2.11 21 id 4415 Y N6l.07.o6C44w.1M044M Yw,wl.M 326 yI016M��wwCYuYrr 15572]5 >/1 04wh-1 f1C110p 230 1t•! 4161 1.20 414 b30011K044 417 A4 I wM501i1N3WV220 52.4 41 12070h14 466 0 661L 43 00 M.4w4one 4444444.00e0S.mo66N Fan 54644 11.4 a 61114 11/00040700 261101411*1 171 60 0.15 }30 1..M wy.yw.n 601 6166411100307Tro1 131W(51/11061 ,90 60 2444161MI110W 0 S146141161 14 217 60 2491 M360N11.441 1331.114 94461 30 4 57 1 ,1‘.51144564 Com 33 50401474 511 is 524 1i 3.74 ) 6.. (4111 00631 41454135 31 7 1.. 1141411.360 816144 14 13 994 Can*10ry54.. 32 544 Ce 96 IN1 Noma 01.041. 11•G4 13 1� 7.. M 477 M M70 - 11444CSI 5 )13a600 . . O 22 An 42404 Top 521 II 66ls45440 1111014 11. 001 II 71 3060014 1.6 527 16 4510446 51 31 23170.1.. 410 II II 16 1-I5 4106011 I. III 11 I 677473 4044N 54 616 66 677413 4000.1. 629 14 6774.71 4/30014 54 112 1, 4030.10 y4 77 4P391 4704.047.145445 btt - 236 /W TW 171114.15 S• 3244141-34454 30 6 .1 6t{ 11 011714. ro405 f-f6 60 L/f.4149nw41u-661.1455.66 24 11009 400 512 15 Yw *64646 6 na 73 1347 2.11 m616.6o4M 40400411MM 1w . J l2.4am30'RI C444.0Mm.MN4.6.n dr4.M0...6et 1e 011.744 626 161 52.4 ''0 .n 141444661 bowel 454651, 30 1141634 436 30 h3 1.73 2.17 3-21 5460.1345244 AI a 65/1.JMrp BMW VIRAL 2WMw T7w 20 OY0 C4 0 7 r.. n4 1.3 1.1.1137470 5e,647 960•34 4 ; 07 36 4 C4 54 6 76441 11 1.13 1.. 0410•Cm j64 17 NM.WM,06074444 1.5!!0 C0 1.12 152 106 nJ 43 30 1454 04 446/54046 C4 1114 241 4 19 1.72 .77mN 464w.1vdr4•Mew. ro 27167 31.74 CI ii5/ v 4 ( 52.1 41 664446144 037.63,36..1 42 4510•Cr Ill 166 4343645 a 1.17 Y 60 V446.-71444V446.-71444A l 115 .w T6h 1.0440040 14•4410$4156. 4.1306 T.744441040,1no4 514 / v1. Tu96 >? 1-0 61 I15.44Ty..NT 1MN4MTI1 1 41010615244 Y• 140 Yu 1311.044 52.6 06 1.21 1.L 111 •4441.2111.4 1./11141O COIICf9O'!E I* MOS R/$ !K POrw Web P.••• 12000 C4 414 133 7.1 R4 53 33 4336870q000 CO 114y IS3 5173 M 1.11 IZ.1f 164. 1160•[4 E13, 2114 YM 134 144 1174115 67$•him SS4 234 5160.15 II 32 14010•Tota 4..4144 41 16 10016 I-11 II 040+6 TT0M 44451. 4473 163 5 90 15 4 42.47-664. 42 1445106.71.3,4 46, 152 414 703 73.0 15 �13Y 143 241 60003•1345M7N4.. 422 AN 20714140731500 9/346110460*I 234 154 14 31 96 14 65 30e.1.0.Caro..03461.1 33 6172.50410001644N.Y61 Tmp 521.01176441 70 Tww•N1N67360 1.3606 3.27 3114414040.464114.164704A 12 114567 3 56541 4 475 003566 WON MSOot RAM. 60 70wl.mWows wwwe 01.1 ri 6a�s 4761 50 4110 C44 *2 A r1. K-1 1l•1 II 95 24 3.1 67 Tm•4406151 o T7...wnd.L.461161T0N440wa 27 66061 opy �6 3Q , 4 7644$6152 o 7.w.4np104N46Tw.44 D.a 22 IN�0 C4 41 2132 I h-t 15.1 1000 2.10 32 60 rm.RM 43 enL..mom 1L....mat Dock a7 619606043, 6'40 1 is K•1 RJ 10160 2.12 33 614716•0445 44.1 44.74413!4452.52 tr. It�� 7Mj4h74 /1.2... t ! Q �6 �i ',11.,:i 3.11 34. 4.aw M 44644 1..a n:f«" Y4124 5 t "'5l ., iti 1117 I.2 323 72 5MM S..•6.0041am rad 03.4t x1 e1 nal W4G4 MI W 1 S1w -1 152.103 24 34 .y14µ4 7Tjj411. IR1pfi9 P9�5 - 23 11CaP03•T6w-6wm.6144.64144446.os 146452 ) 61.4 Nl.p 1 Rsi h-/ 11.196 2.24 }7 74 '10C4000 054-1445•4444.64.66.14 136 an Y 4 NOW to MW n 14106 2.3 34 0444747.. 524. 4 400 EXHIBIT H B lit, 1 inti ; fi Iii1 iii ! I1I ) ' 1, ! i ! ' ,i t _ ill t { Ii , , a 1 I ! �, I. 1= 4 3 I qi , ,_ , i .l, !, i t = ; , it j , i ::'''` 4!Po t i !' 1 t, , ! ! ! ! rl i . i ! I11 BH i161! ! 1l ; ! flciii i1 J. 4 !!! �, 11 !,! Sl 1 ! =j } tt, }1J• tsr1 e �`�ti,I:s l� R !• t i g ! 1 j 1i J ti1 ! ii s9;G' !� . • k- i i 1--.: 1.0t'.I.1 ,t I . !-i ! t Y ,, r i ii ! }t !! tt r I, r ! 'j I I1 IiiI11 - } 1: 1 ;,Iitt llli11„tllllIt 1, ri11 ! 1Jt a` s :jjI1}1f t!'11j 7rl I•� sill Ii , 1 I ! yr } 1 a g itia>llilttJiltiitrlilli !ii b hi.11 t tt e ; 1 I; 3 ! R ,,! ,, , . :Y ... r e t 1 0Abiiii 1 1 i i i Ui,l0i OH 10 I Het) ` 1 i I it ..ii _ 4yi yyC '} OR' ` i IIII= pill i Il Imo' o :,f ii t ii. Y 0 f�,1 111 -1-01111111r.'‘ �.�%'`'`1 0 L r& �.1 %� . ill Ioil r EN a . . *. ,----4,111,b,- 1 n ., _ ,, ,,. .„ „..,,,c, . ...,.. ,1 ' lir— ----- \ -..' 1 '''' i .- i \ Pr N 's ri R 1 yY' f + 1/1 ill it a tx'1 7� 1 w i 111 111 _ 'i _i td 4 t A 1j Q Y i i !Hili'.,[ `'I1 IjJJ!} 'il hill 11!°jj 1Hi 1 . 11,40 11 Ili !}!! 'D; 1I ll! i} aiil•' 1fitly S p l I lit. 1•J1II , ' �; t l !j 1 u,1111 ,1,i• }i ,!},fi tl ,}1 11 }Il== if, t,i 1# rt Nolo, r ;ill,, if ,_ t t Qy ,1' 1 ! I ,,�� r i ! l . !r[, l 1r •!i l b !il .'tl . Ht ;i l 1; i ; ;A , i , otil !1 • Ji ,tj ={ 'i ,,1 i i i. .i iJi 11AI •!1}�t,1 !1i• } jr lji !l�}i ,11 1l i� ,1!! f!• tl�! R;}; i,Ia! t1 ,•1i !1 � 1!tl I � it j i.i � 1 ' ` i il jllrt = r ' �tr 1 ill,i' 1 ?;}sl111i111;'} , Ike 1! �!1 .11. milli m !ii poi ort;j; ,1jit }i Ire: Ili NI t! 111 , ir ! 1! i,li Li ! 1 Rlri hip" =J It i, v. i=• .lit tlfiillliii 31},!'F :,•;l ;!l! + l•¢l 1111111 ;j11" 1;j1 !!li PLY i11! jc11• slit i�tf liil eieh111 I;ilili Ilfit eta, iii, : in in iiiiii.11} l}R Ri }a hili tl}1t .h L .. FLOODING SOURCE FLOODWAY 1-PERCENT-ANNUAL-CHANCE FLOOD WATER SURFACE ELEVATION SECTION MEAN WITHOUT WITH WIDTH REGULATORY INCREASE CROSS SECTION DISTANCE' AREA VELOCITY FLOODWAY FLOODWAY (FEET) (SQ.FEET) (FEET/SEC.) (FEET NAVD) (FEET NAVD) (FEET NAVD) (FEET) MAY CREEK A 0.14 34 158 5.5 24.6 24.6 25.1 0.5 B 0.16 60 239 3.6 25.4 25.4 25.8 0.4 C 0.24 42 99 8.8 26.9 26.9 26.9 0.0 D 0.25 42 110 7.9 29.3 29.3 29.3 0.0 E 0.31 31 121 7.2 32.6 32.6 32.8 0.2 F 0.39 40 150 5.8 36.1 36.1 36.6 0.5 G 0.46 28 87 10.0 39.4 39.4 39.4 0.0 H 0.52 23 123 7.1 43.6 43.6 44.2 0.6 I 0.57 45 165 5.3 45.4 45.4 46.1 0.7 J 0.63 31 89 9.7 48.9 48.9 48.9 0.0 K 0.78 33 133 6.5 58.8 58.8 58.8 0.0 L 0.94 79 143 6.1 68.3 68.3 68.3 0.0 M 1.09 33 113 7.7 80.0 80.0 80.2 0.2 N 1.25 39 128 6.6 89.0 89.0 89.0 0.0 O 1.36 32 89 9.6 96.7 96.7 96.8 0.1 P 1.39 40 172 4.9 99.2 99.2 99.6 0.4 Q 1.41 33 90 9.5 99.4 99.4 99.4 0.0 _ R 1.42 33 111 7.7 100.0 100.0 100.0 0.0 S 1.46 30 95 8.9 103.4 103.4 103.5 0.1 T 1.54 22 91 9.3 110.4 110.4 110.5 0.1 U 1.56 8 68 12.5 115.8 115.8 115.8 0.0 ✓ 1.61 43 283 2.9 117.8 117.8 118.7 0.9 W 1.74 27 81 9.9 124.5 124.5 124.5 0.0 X 1.83 38 170 4.8 128.6 128.6 129.3 0.7 Y 1.96 52 101 8.0 139.4 139.4 139.4 0.0 Z 2.02 42 130 6.3 144.0 144.0 144.1 0.1 'Miles Above Mouth D FEDERAL EMERGENCY MANAGEMENT AGENCY FLOODWAY DATA 03 KING COUNTY, WA a, AND INCORPORATED AREAS MAY CREEK ELEVATION IN FEET(NAVD 88) 8 0 0 o g o g 0 a \\ NORT LEAST 31ST STREET a NORT lEAST 31ST S-REET ina • I. a � a � N • a N LIMIT 3F DETAILED STUDY r 03 y• N 0 m 2 N 1 4t I a III N I III m aNi 5 rN 6 S O O O O O G .a FEDERAL EMERGENCY MANAGEMENT AGENCY FLOOD PROFILES opo KING COUNTY, WA MAY CREEK AND INCORPORATED AREAS EXHIBIT I Structural Estimating Aids Appendix 12.3-Al Construction Costs UNIT COSTS UNIT LOW AVERAGE HIGH AA Prestressed Concrete Girders -Span 50- 175 FT. Water Crossing w/piling SF $150.00 $175.00 $200.00 Water Crossing w/spread footings SF $140.00 $165.00 $190.00 Dry Crossing w/piling SF $120.00 $155.00 $180.00 Dry Crossing w/spread footings SF $110.00 $145.00 $160.00 Reinforced Concrete And Post-Tensioned Concrete Box Girder-Span 50-200 FT. Water Crossing w/piling SF $200.00 $250.00 $300.00 Water Crossing w/spread footings SF $175.00 $225.00 $275.00 Dry Crossing w/piling SF $160.00 $200.00 $250.00 Dry Crossing w/spread footings SF $150.00 $190.00 $230.00 Reinforced Concrete Flat Slab SF $130.00 $155.00 $180.00 -Span 20-60 FT. Prestressed Concrete Slabs SF $110.00 $130.00 $150.00 -Span 13-69 FT. Prestressed Concrete Decked Bulb-Tee Girder SF $130.00 $155.00 $180.00 -Span 40 - 115 FT. _ Steel Girder-Span 60-400 FT. SF $150.00 $200.00 $250.00 Steel Box Girder-Span 300-700 FT. SF $250.00 Steel Truss-Span 300-700 FT. SF $275.00 Steel Arch-Span 30-400 FT. SF *$300.00 Bridge Approach Slab SY $250.00 Concrete Bridge Removal SF $20.00 $35.00 $50.00 Widening Existing Concrete Bridges (Including Removal) SF $175.00 $200.00 $300.00 Railroad Undercrossing-Single Track LF *$9,000.00 (Steel Underdeck Girder) * $11,000.00 (Steel Thru-Girder) Railroad Undercrossing-Double Track LF * $14,000.00 Pedestrian Bridge-Reinforced Concrete SF $200.00 $300.00 $600.00 Reinforced Concrete Rigid Frame(Tunnel) SF *$100.00 Replace Existing Curbs & Barrier With LF $150.00 $200.00 $250.00 Safety Shape Traffic Barrier(Including Removal) Reinforced Concrete Retaining Wall (Exposed Area) SF $55.00 $75.00 $90.00 SE Wall-Welded Wire SF $20.00 $30.00 $40.00 SE Wall-Precast Conc. Panels or Conc. Block SF $30.00 $40.00 $50.00 SE Wall-CIP Conc. Fascia Panels (Special Design) SF $40.00 $50.00 $60.00 WSDOT Bridge Design Manual M 23-50.14 Page 12.3-A1-1 April 2015 Appendix A BRIDGE DESIGN MANUAL Prestressed Concrete Superstructure JANUARY 2015 Prestressed Concrete Deck Girders PRESTRESSED CONCRETE DECK GIRDERS 3' AX 0-MIN 5-0•MIN. HT 6'C'M N r 0'-C MAX ' DZ 5 MIN W 5'-O'WN 0'•C MAX 1 1 0 TNMAX 5'0'MIN 0'0•MAX 5'•O'MIN t' 0'0'MA5-0'MIN r r X D'0'MAX .1F U 3'-0•MIN 0'•C"MAI 1 w Y W 0'-O'MAX CI W L. A 2w „ 1 n n 4 / W _-. _ r l r 1 L _. r 1 r ) O 9' 1i' j 3'-2iir'J _3 2ik' ' I 3•-246-J L5'21I• ^3''zN1•+ L 3 2\/• ! 9-21I' I 3-2+I' ' a WF39DG WF45DG WF53DG WF61DG WF69DG WF77DG WF869G WF98DG WF103DG 5 FT STAN LENGTH• 115 FT 5 FT SPAN LENGTH. 130 FT 5 FT SPAN LENGTH• M5 FT 5 FT SPAN LENGTH.160 FT. 5 FT SEAN LENGTH. 170 FT 5 FT SPAN LENGTH. 165 FT 5 FT SPAN LENGTH•195 FT 5 FT SPAN LENGTH. 100 FT 5 FT SPAN LENGTH. 175 FT. 0 FT SPAN LENGTH c 100 FT 0 FT SPAN LENGTH• 105 FT 0 FT SPAN LENGTH. 125 FT 0 FT SEAN LENGTH• 135 FT. 0 FT SPAN LENGTH•150 FT 8 FT SPAN LENGTH. 160 FT 0 FT SEAN LENGTH• 160 FT 0 FT SPAN LENGTH• 155 FT 0 FT SPAN LENGTH. MC FT. N IY 5 C MIN W 5"-0•MIN. 0:MAT� 4 5'C MIN. ( D'-0•MAX I 1 GL 5'-0-MTN. ! 0'-C MAX I 1 Te 50'MIN. D'0'WX U 5'C WN. NAY T—� W O 5'0'MIN. r 0'-0•MAX 1 = 3'•0'MIN ! 0''0'MAX ! \ f I..- 5 D'MIN I 0'•O-MAX '1 x r 0'D'NAX �I _ ry 2 i. O O uFrrt , t ^� in • •I (/ 7 r 1 t'' J 1 r t/ 1 fit/ 9'.IM-_,4 1.2 21Y- 3'_--.1 3•-25r..1 ,..._3: i.-.216"_.141.-3 2 M- ! 9'-=1Y' I i.w_7-ZKL.i 0 3 WF36TDG WF42TDG WF5OTOG WF58TDG WF66TDG WF74TDG WF83TDG WF95T0G WF100TDG 5 FT SPAN LENGTH. 120 FT 5 FT SPAN LENGTH= 195 FT 5 FT SPAN LENGTH• 155 FT 5 FT SPAN LENGTH.160 FT 5 FT SPAN LENGTH• 195 FT 5 FT SPAN LENGTH- 210 FT 5 FT SIAN LENGTH-225 FT 5 F1 SIAM LENGTH.200 FT 5 FT SEAN LENGTH• 190 FT O D FT SPAN LENGTH L 100 FT 0 FT SPAN LENGTH. 115 FT 6 FT SPAN LENGTH. 135 FT 6 FT SPAN LENGTH. 150 FT 0 FT SPAN LENGTH. 165 FT 0 FT SPAN LENGTH• TOO FT 8 FT SPAN LENGTH•200 FT 0 FT SPAN LENGTH• 190 FT 0 ft SPAN LENGTH= I90 FT N Cr J tlk •.•11 MIM $JOINT I]JOINT NOTES: i r MIN. r"--.777•7:1'MAX. --"11 N I TYPICAL 5/AD GIRDER i'-r MIN. 5'-0'MAX ' I CONFIGURATIONS1 1 SPAN LENGTHS SHOWN ARE DASEO ON CONCRETE 4 P MIN r 6'0'MAX 1— MAX SPAN COMPRESSIVE STRENGTHS OF 75 Iv AT TRANSFER W 6 ^"MAX '1 �� '�- H W VOWS LENGTH- AND 100 k.i AT FINAL W c".'---1 �i O NUM. DIA. (OIG TO E DRG x. 2 DECK DULD iEE AND NIDE FLANGE DECK GIRDER SPAN Ip ill I - X'1 1' f2' i'.O• O 90' WITH 3- SHOWN ARE POR NON COMPOSITEG DECK MENDERS WITH 9"J1MA OVERLAY c.''...1 k, 45 1 3 A MINIMUM 5•CAST-IN-PLACE COMPOSITE OCIDGE DELL V 12' _- �� i .. 21• i'-0- 2 157• 6O' SHALL 6E PROVIDED FOR SLAVS AND WIPE FLANGE THIN W DECK GIRDERS CI 2e- i'-D- 2 15 f- 05' W35DG W4IDG W53DG W65DG SLAB GIRDER 2 f6• 75• ITT SPAN LENGTH. 90 FT STAN LENGTH• 105 FT SPAN LENGTH. 125 FT SPAN LENGTH. 115 FT 96" 5'-0• 2 24.05- 90 Z \ EAN t•1:\NTNWMPS\finders\Seely.OIRs\MLI NIXL Girder II.sNW. p p...— 'IF";� sum To rstoOL NL I. . wrn BRIDGE •••• STANDARD �� N '"" AND � sten PRESTRESSED CONCRETE GIRDERS -z„T ON YM _- =Weft STRUCTURES �I/ of TE D E" OFFICE PRE5TRE55E0 CONCPETF LIEGE GIRDER5 NF..G1r,.l. aM[ .LYNTI w A11G-- _ sun EXHIBIT J NE 31ST STREET BRIDGE REPLACEMENT ELEV.104 (APPROX.STREET SURFACE PER SURVEY) ELEV.101.8 ELEV.100.0 (APPROX.LOW CHORD V (APPROX.BASE FLOOD PER FIRM, PER AS-BUILT) — UPSTREAM,SECTION R) ELEV.94.6 (APPROX.STREAM CHANNEL PER FIRM) 32 FT(APPROX.DIST.BTWN FACE OF ABUT.) EXISTING STREAM CHANNEL SECTION AT BRIDGE EXISTING HYDRAULIC AREA=170 SF EXISTING AREA OF OPENING=230 SF NOTE:VERTICAL DATUM NAVD 88. CL BRG.& CL BRG.& ROUND PILE ROUND PILE 58 FT(PROPOSED) i f 1 FT(TYP) ELEV.104.7 (PROPOSED STREET SURFACE) ELEV.102 I I.' IL(PROPOSED LOW CHORD) ELEV.100.0(ASSUMED BASE FLOOD) — 2 1.5 FT(TYP) i 1 ELEV.94.6 i 1.5 FT(TYP) (APPROX.STREAM CHANNEL ! roe 1 � PER FIRM) ! 10 FT(APPROX.) 32 FT(APPROX.CHANNEL WIDTH) 10 FT(APPROX.) 3 FT(TYP) 13 FT(TYP) 77).° PROPOSED STREAM CHANNEL SECTION FOR NEW BRIDGE PROPOSED HYDRAULIC AREA=240 SF(141%INCREASE) SHEET PILE FOR SCOUR PROPOSED AREA OF OPENING=340 SF(148% INCREASE) PROTECTION(TYP) NOTE:VERTICAL DATUM NAVD 88. J -J ce d' L3 t; L1. W 0 aBRIDGE u LL m LL m 10' APPROX. 10' APPROX. OVERLAY r • WEARING 4 • SURFACE 4 s o OO QWQ OUO QWQ Q VOIDED SLAB GIRDER (TYP.) TYPICAL BRIDGE SECTION C v PRELIMINARY v4' PUBLIC WORKS DEPTARTMENT NE 31ST STREET BRIDGE , TRANSPORTATION DIVISION REPLACEMENT PROJECT JUNE 2015 1VTC EXHIBIT K PRELIMINARY DRAFT GEOTECHNICAL REPORT MAY CREEK BRIDGE REPLACEMENT RENTON,WASHINGTON HWA Project No. 2007-015-21 August 10, 2007 Ir Prepared for: Parametrix, Inc. Y ilii) HWAGEOSCIENCES INC. TABLE OF CONTENTS . ; Page 1. INTRODUCTION 'a ' • ‘...., 1 1.1 GENERAL. ; 1 1.2 PROJECT DE$C1 W ION. 1 1.3 SCOPE OF SERVICES AND AUTHORIZATION 1 2. FIELD AND LABORATORY TESTING 2 2.1 EXPLORATIONS 2 2.2 LABORATORY TESTING 2 3.SITE CONDITIONS 2 3.1 GENERAL GEOLOGY 2 3.2 Soils 3 3.3 GROUND WATER 3 4. CONCLUSIONS AND RECOMMENDATIONS 3 4.1 OVERVIEW 3 4.2 SEISNIIC CONSIDERATIONS 4 4.2.1 General 4 4.2.2 Soil Liquefaction Susceptibility 4 4.3 FOUNDATIONS 5 4.3.1 General 5 4.3.2 Driven Pipe Pile Foundations 5 4.4 TEMPORARY SHORING AND DEWATERING FOR PILE CAP EXCAVATIONS 5 4.5 EARTHWORK 6 4.5.1 Temporary Excavations 6 4.5.2 Structural Fill Material and Compaction 6 4.5.3 Wet Weather Earthwork 7 4.5.4 Drainage and Erosion Considerations 8 5. CONDITIONS AND LIMITATIONS 8 5. REFERENCES 10 Table of Contents(Continued) LIST OF FIGURES(FOLLOWING TEXT)' Figure 1. VicinityMap p Figure 2. Site and Exploration Plan Appendices Appendix A: Field Exploration Figure A-1. Legend to Symbols and Terms Used on Explorations Figures A-2-A-5. Logs of Borings B-1 through B-4 Appendix B: Laboratory Testing Figures B-1 -B-3. Grain Size Distribution Test Results Prelumnary Droll Report coo ii HWA GEOSCIENCES INC. PREPIVII'1`IARY DRAFT 6E0TECHNICA14 REPORT IVIAV dR.EEK BRIDGE R1 PLACEMENT RENTON,WASHINGTON 1. INTRODUCTION 1.1 GENERAL. This report presents the results of a preliminary geotechnical engineering evaluation for May Creek Bridge Replacement Project. Our role in the project is to identify geotechnical conditions that will have an impact the project,and to provide design and construction recommendations for proposed structure. This preliminary report is intended to support the type size and location (TS&L)study currently underway. As you move into the plans,specifications,and estimates(PS&E)phase of this bridge design,we will work with you interactively and develop detailed geotechnical recommendations. 1.2 PROJECT DESCRIPTION We understand that the existing bridge over May Creek needs to be replaced to bring the deck above the 100-year flood elevation. The replacement bridge will have a longer span ( than the existing bridge,and the approach fill embankments will be increased in height by approximately 3 feet. The selected bridge type is a 60-foot long,single-span,bridge supported on pre-cast concrete girders. It is our understanding that the proposed bridge is to be constructed in two phases to keep the roadway open during construction. Constructing the bridge in this way will require temporary shoring to facilitate foundation excavations. We understand the new bridge is being designed in accordance with AASHTO LRFD (Load and Resistance Factor Design)methodology. 1.3 SCOPE OF SERVICES AND AUTHORIZATION The scope of work completed for the project included test borings, field and laboratory testing,and engineering analyses to develop geotechnical recommendations for the proposed facility. Our proposed scope of work,dated October 6,2006,was formally • authorized and our contract executed by Ellen Watson,of Parametrix,on January 26, 2007. A August 10,2007 HWA Project No. 2007-015-21 2 FITLD AND LABORATORX.TESTING 2.1 EXPLORATIONS i ' �`�+, :.;I s-. Soil and ground water conditions were explored by advancing four exploratory borings, two to 39 feet below existing ground.surface and two to l 1.5 feet below the existing ground surface. The borings, designated BH-1,BH-2,BH-3, and BH-4 were drilled on February 6`h and 7th of 2007,by Holt Drilling of Fife,Washington,under subcontract to HWA. An HWA geotechnical engineer supervised drilling and logged the borings on a full-time basis. Borings B11-1 and BH-2 were advanced on the East side of the existing bridge; and borings BH-3 and BH-4 were advanced on the Western side of the existing bridge. Borings BH-1 and BH-4 were advanced at the proposed new bridge abutments. Borings BH-2 and BH-3 were advanced about 75 away feet from the proposed eastern and western bridge abutments,respectively. Boring locations are shown on the Site and Exploration Plan,Figure 2. Logs of the borings and laboratory test results are presented in Appendix A and B,respectively. 2.2 LABORATORY TESTING Laboratory tests were conducted on selected samples obtained from the explorations to characterize relevant engineering and index properties of the project soils. Laboratory tests included determination of in-situ moisture contents and grain size distributions. The tests were conducted in general accordance with appropriate American Society of Testing and Materials (ASTM)standards, and are discussed in further detail in Appendix B. The grain size distribution test results are presented in Appendix B;the natural moisture contents are plotted on the boring logs in Appendix A. 3.SITE CONDITIONS 3.1 GENERAL GEOLOGY Our interpretation of subsurface conditions of the site is based on: • Geologic maps by Booth(2004)and Waldron. (1962), • Test borings drilled at the site for this evaluation. The project site is situated in the center of the May Creek drainage basin. Fluvial deposits(alluvium) cover virtually the entire floor of this basin. The presence of near vertical soil cuts along the edge of the basin, indicate the alluvium is underlain by dense to very dense glacial deposits. Preliminary Draft Report ena 2 HWA GPASCIENCES INC. August 10,2007 HWA Project No. 2007-015-21 3.2 Sous ; • . = _ f l Our explorations indicapte that the soils at tho bite ponpiir2 st ea lager of embankment fill over alluvial deposits. iThe'alluvial deppsits are cpininised of loose to medium dense fine to coarse sand. Borings BH-1 and BH-4 encountered approximately 11 feet fill consisting of loose to medium depse,brown,sandy gravel. This-fill was underlain by loose to medium dense,sand with thin interbeds of silt. Standard Penetration Test(SPT) blow counts suggest that this sand layer is a result of alluvial deposition. Dense to very dense glacial deposits were observed along the slopes of the basin; however,glacial deposits were not encountered within the depths explored in our borings. 3.3 GROUND WATER Ground water was encountered about 7.5 feet below the existing roadway surface during our field explorations. A slotted standpipe piezometer was installed in boring BH-1 to monitor ground water conditions. Ground water level readings are presented in Table 1 below. We encountered similar ground water conditions on both sides of the creek in our borings. The ground water level is expected to vary with the water level in May Creek and with local rainfall. Table 1. Piezometer Readings Boring Approximate Ground Approximate Ground Water Elevation Designation Surface Elevational —" February 6,2007 March 21,2007 B-1 104 96 98 (I)Ground surface elevations are approximate based on the site topographic base map provided by Parametrix. The top of monument elevation was not provided. 4. CONCLUSIONS AND RECOMMENDATIONS 4.1 OVERVIEW Due to the susceptibility of the alluvial deposits and the shallow depth to ground water at the site,spread footings are not practical in our opinion. We therefore recommend that foundations be used to support the new bridge structure. In our opinion, closed ended steel pipe piles will provide the best deep foundation alternative. In order to maintain one lane of traffic open at all times, temporary shoring will be required to facilitate Preliminary Draft Report eon 3 HWA GEOSCIENCES INC. August 10, 2007 HWA Project No.2007-015-21 excavations necessaryto install the piles and pile caps. We anticipate driven steel sheet piles will be suitable fbr teinporary shoring f9r this;project. 4.2 SEISMIC CONSIDERATIONS 4.2.1 General According to the AASHTO(2004)Bridge Design Specifications, seismic design requirements for a single-span bridge structure are less rigorous than those for multi-span bridges. The design Acceleration Coefficient(A) for this site, associated with an earthquake event with a 10 percent probability of being exceeded in a 50-year period (which corresponds to a recurrence interval of approximately 475 years), is 0.321g. The project site is considered Seismic Performance Zone(SPZ)4, and the deep alluvial deposits at the site are considered Soil Profile Type II,per AASHTO (2002) design methodology. Therefore, the Site Coefficient(S)is 1.2 for this site. 4.2.2 Soil Liquefaction Susceptibility Soil liquefaction is a temporary loss of shear strength,that may be accompanied by subsequent volume reduction that can occur in loose,saturated, cohesionless soils in response to earthquake shaking. To evaluate the liquefaction potential at this site,we utilized the"simplified procedure"originally developed by Seed and Idriss(1971) and updated by Youd, Idriss, et al. (2001). The procedure is an empirically-based approach in which the cyclic shear stress required to initiate liquefaction is compared to the equivalent cyclic shear stress induced by the design earthquake. The cyclic shear stress required to initiate liquefaction is estimated based on empirical curves,which relate the density(as coirn'rronly inferred in the field from penetration test data) and fines content (determined based on laboratory and/or visual/manual testing)of the soils being analyzed. The equivalent cyclic shear stress is determined based on the magnitude of the design earthquake. For our analyses,the 475-year design event, a magnitude 6.5 earthquake with a PGA of 0.321g,was assumed. Our analyses identified zones of saturated,loose and cohesionless,soils—typically between about 12 and 14 feet below ground surface-that are susceptible to soil liquefaction during the design earthquake. Earthquake induced ground settlements are estimated to be up to about 2 inches at this site,based on empirical volumetric strain relationship data. However,such settlements are expected to be of a similar magnitude on both sides of the creek,because the soil conditions are similar. PreHminaiy Dmf Rcport con 4 HWA GEOSCIENCES INC. August 10,2007 HWA Project No. 2007-015-21 4.3 FOUNDATIONS 4.3.1 General Based on the subsurface conditions encountered,shallow foundations are not considered feasible for the May Creek Bridge piers,due to the de-,watering that would be required to penetrate below scour depth, and the liquefaction susceptibility of the underlying alluvium. In our opinion,closed ended driven pipe piles will be the most practical and cost-effective deep foundation alternative for bridge support. Further discussion of pile foundations is provided below. 4.3.2 Driven Pipe Pile Foundations Closed-end steel pipe piles are suitable for bridge support at this site. Advantages of steel pipe piles include relatively high capacities, favorable deflection characteristics under lateral loads, and the relative ease of length adjustment during installation. Closed-end pipe piles can be readily inspected for damage from the surface, and they can be filled with concrete and reinforcing steel so as to provide fixed structural connection to a pile cap or grade beam. In our opinion, 16 to 24 inch diameter, '/s-inch-thick wall,steel pipe piles are feasible for this bridge. The nature of the road soil is such that a flat,closed ended,pipe pile may reach refusal before achieving desired embedment. To avoid premature refusal,we recommend the piles be equipped with externally flush, conical, steel drive tips. Axial and lateral pile capacities and estimated pile embedment depths will be provided in a subsequent report, once foundation geometry and type are finalized. 4.4 TEMPORARY SHORING AND DEWATERING FOR PILE CAP EXCAVATIONS Foundation construction may require temporary excavations below creek level. In our opinion,temporary excavations can be supported and ground water effectively controlled using interlocking steel sheet piles. The advantage of using sheet piling over other temporary shoring methods is that the interlocking steel sheets are relatively water tight and construction dewatering may be accomplished from within the shoring, without significantly lowering the ground water or creek level outside the shoring.Recommended design earth pressures for temporary braced shoring will be presented once the bridge abutment and pile cap configuration is determined. The contractor should be responsible for design of the temporary shoring system design. Successful installation and removal of the temporary shoring system should be responsibility of the contractor. If sheet piling is installed,it may be extracted or cut below ground surface and left in place after the abutment piers are placed and backfilled. Preliminary Droll Report con 5 HWA GEOSCIENCES INC. August 10,2007 HWA Project No. 2007-015-21 Steel sheet piles will need to be di venthrough dense sand and gravel road fill and into dense alluvial sand. The eontractrio should be prepared to encounter hard driving conditions and should self a eel'shteet pile section with sufficient web thickness to 4, handle high driving stresses:`.. • Construction dewatering if required,can be be accomplished from within the relatively water-tight shoring,to limit drawdown exterior to the shoring. One effective and reasonably economical method of controlling ground water would be to install the sheet piles, excavate in the wet, and tremie pour a concrete slab ("mud-slab"). Once the mud- slab has cured,the water above the mud slab could be pumped out of the excavation. The mud slab would need to be sufficiently thick to resist the upward hydraulic gradient due to ground water on the outside of the sheet piling. Leakage through joints in the steel sheets and along the mud slab/sheet pile interface should be relatively low and should be capable of being handled using sumps and trash pumps. Alternatively,and particularly in the event of heavy seepage conditions being experienced, dewatering wells could be installed on the inside of the shoring. If this is contemplated/necessary, the contractor should be required to retain a dewatering specialist to design and operate the dewatering well system in a manner that will allow the footings to be constructed satisfactorily. 4.5 EARTHWORK 4.5.1 Temporary Excavations Maintenance of safe working conditions, including temporary excavation stability, is the responsibility of the contractor. In accordance with Part N of Washington Administrative Code(WAC) 296-155,latest revisions, all temporary cuts in excess of 4 feet in height must be either sloped or shored prior to entry by personnel. The existing alluvial sand and gravel,when dewatered,generally classify as Type C soil,per WAC 296-155. Where shoring is not used,temporary cuts in Type C should be sloped no steeper than 1'1H:1Y(horizontal:vertical). Flatter side slopes will be required where ground water seepage occurs. 4.5.2 Structural Fill Material and Compaction Although new bridge plan and profile drawings have not been provided,we anticipate the approach fill and bridge will be raised upwards of 3 to 5 feet above the current existing grade. Imported structural fills will be required. Imported structural fill material should consist of Gravel Borrow,as specified in Section 9-03.14(1) of the 2006 Standard Specifications(WSDOT, 2006). Portions of the excavated on-site material may be re-used as structural backfill. However,peat and organic-rich soil was encountered below the approach embankment Proluninnry Draft Report eon 6 HWA GEOSCIENCES INC. August 10,2007 HWA Project No. 2007-015-21 fill in one of our borings (B-2). Organic-rich and silty or clayey soil will be unsuitable as structural fill, and thu3 materiel-should be selectively remoyed from any excavated soil intended to be re-use4 as`aatruet iral fill. The geoteclinical_engirieer should evaluate the re-use of on site matetial€o r°s'aase-by-Case basis during Coiistrttction. For material stockpiled onsite ftor re-use as trench backfill, as well as for imported Gravel Borrow structural fill,representative samples should be retrieved and laboratory tests performed,including grain-size analysis,moisture content and Modified Proctor moisture-density determinations. During temporary storage,the soil should be protected from becoming saturated by appropriate use of plastic sheeting during wet weather conditions, or to prevent excessive drying during hot and dry conditions. When the material is to be placed,it should be moisture conditioned to within 3 percent of the optimum moisture content. All structural fill for this project should be placed in horizontal lifts of uniform thickness, and compacted to at least 95 percent of the maximum dry density(MDD),as determined by ASTM test method D1557. Non-structural backfill,if required(e.g.,fill placed in landscaping areas),should be compacted to at least 90 percent of MDD. 4.5.3 Wet Weather Earthwork General recommendations relative to earthwork performed in wet weather or in wet conditions are presented in this section. These recommendations should be incorporated into the contract specifications. t ` • Earthwork should be performed in small areas to minimize exposure to wet weather. Excavation or the removal of unsuitable soil should be followed promptly by the placement and compaction of clean structural fill. The size and type of construction equipment used may need to be limited to prevent soil disturbance. • The ground surface within the construction area should be graded to promote run-off of surface water and to prevent the ponding of water. • The ground surface within the construction area should be sealed by a smooth drum roller, or equivalent, and under no circumstances should soil be left uncompacted and exposed to moisture infiltration. • Excavation and placement of fill material should be undertaken under the observation of a representative of the geotechnical engineer,to determine that the work is being accomplished in accordance with the project specifications and the recommendations contained herein. Preliminary Draft Report con 7 IIWA GEOSCIENCES INC. August 10,2007 • HWA Project No. 2007-015-21 4.5.4 Drainage and Erosion Considerations The native alluvial soils di*e'asil''erodible when exposed and subjected to surface water flow. Surface waterruno£ can be controlled during construction by carefiul grading practices. Typically,these include the construction of shallow earthen berms and the use of temporary sumps to collect runoff and prevent water from damaging exposed subgrades. All collected water should be directed under control to a suitable discharge system. Erosion can also be limited through the judicious use of silt fences and straw bales. The contractor should be responsible for control of ground and surface water and should employ sloping,slope protection, ditching,sumps,dewatering, and other measures as necessary to prevent erosion of soils. In this regard, grading,ditching, sumps, dewatering, and other measures should be employed as necessary to permit proper completion of the work. 5. CONDITIONS AND LIMITATIONS We have prepared this preliminary draft geotechnical report for Parametrix, Inc. and the City of Renton for use in design of a portion of this project. The conclusions and interpretations presented herein should not be construed as a warranty of existing subsurface conditions. Experience has shown that soil and ground water conditions can vary significantly over small distances. Inconsistent conditions can occur between exploration locations and may not be detected by a geotechnical study of this nature. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein,HWA should be notified for review of the recommendations of this report, and revision of such if necessary. Sufficient geotechnical monitoring, testing, and consultation should be provided during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes should conditions revealed during construction differ from those anticipated,and to verify that geotechnical aspects of construction comply with the contract plans and specifications. Within the limitations of scope, schedule and budget,HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the fields of geotechnical engineering and engineering geology in the area at the time the report was prepared. No warranty, express or implied, is made. The scope of our work did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil,surface water, or ground water at this site. Preliminary Draft Report coo 8 HWA OEOSCIENCES INC. August 10,2007 HWA Project No. 2007-015-21 HWA does not practide or consult in the field of safety engineering. We do not direct the contractor's operations, an4 we;,. ,_4 otbe responsible for the safety of personnel other than our own on the site. As 001 1i -,safety of others is the responsibility of the contractor. The contractor§hanhfnotify the owner'if he/she considers any of the reconunended actions:presented herein unsafe. 0'0 We appreciate the opportunity to provide geotechnical services on this project. Should you have any questions or comments,or if we may be of further service,please contact either of the undersigned at(425) 774-0106. Sincerely, HWA GEoSCIENCLtS INC. . AI 144- Erik O. Andersen, P.E. Donald J. Huling Senior Geotechnical Engineer Geotechnical Engineer Preliminary Draft Report eon 9 HWA GEOSCIENCES INC. August 10,2007 HWA Project No. 2007-015-21 :;' 4 * 5 r] FEI J NCDS` AASHTO,2004,LRFP Bridge Design Specifications,3rd Editidp. Booth, B. Derek,Aaron;P:'Wisher,-2004, Geologic Map of Kink County, University of Washington, Earth and Space Science Department. Frankel, et a1.,2002,Documentation for the 2002 Update of the National Seismic Hazard Maps, USGS Open File Report,02-420. Seed,H.B., and Idriss,l.M., 1971,Simplified Procedure for Evaluating Soil Liquefaction Potential,Journal of Geotechnical Engineering Division, ASCE, 97(9), 1249- 1273. Waldron, H. Howard, Liesch,A.Bruce,Mullinaux,R. Donal, Crandell, R. Dwight, 1962, Preliminary Geologic Map of Seattle and Vicinity,U.S. Geological Survey,Map 1-354. Washington Department of Transportation(WSDOT),2006,Standard Specifications for Road, Bridge, and Municipal Construction,M 41-10. Youd, T.L.,Idriss, I.M,et al.,2001,Liquefaction Resistance of Soils: Sumniaty Report from the 1996 NCEER and 1998 NCEER/NSF Workshops on Evaluation of Liquefaction Resistance of Soils,Journal of Geotechnical and Geoenvironmental Engineering,Geo-Institute of the American Society of Civil Engineers(ASCE), Vol. 127,No. 10 (October, 2001), 817-833. Preliminary Draft Report eon 10 HWA GEOSC1ENCES INC. / TOPOI map printed on 08/03/07 from'Washington 122.13.000'W 122.12.000'W 1 1a Tr suN!^s11■11■A\T!n-i-.1.-=:=... .,""..,..!.,;:r40'®!6"=Hpl,\YOtgl ,, ` , ,...!,'/.!-.,..-:-...,4)).ptom . .Ras.i, 11.4...r1 _ C� �9 wll ear T■'�' �(t���j T+�a , r7,.....4, -.,,'-r, fr, 'rr3tC.r�:fi.:,:.:.?<,_ <t . �� / rSltll} i r1 e '''...,-.::1:,-,:,.. .otI V 1 'n�CI11.:!, ',!`...,,k, , i. 4irt IP , pg '19.,.., 1 e 4\il.,ii i W II r r 5 fir gs 'If iEn r�it �.W,_ _..._.�,• 1 � ',...'1,-' r^.-+t7 1,r /` q,..,(:„.,;',:::1 •{i r' 11: 2. Qa a C��l � ' ri�� l' n•� 74+ � II To tib`1, \ �', �� ; r ' r lit Iiiilliell r�ill�i(�i 1!,.ji: 11 'Ik{'� S �� l,.�loo A 2' il ,r. I..c _ r ,:t.... ..•t" 4 ♦ - rtir ,, A.n - . Ce _ Pall � Cl..rt "E: .st"vim r' 67 ..0;c:4-,.' 4.. j�`. ;"i',.: fir' a _ !,..-.i,7,5 ,.' ,=•:, .4,v4:-..- .:.---.:-...:',.,:- :-...,::;:-i-:.;.: r,...k,,t.,:,,,,,:,,_ 1 t Ntlibiti4 k4t4i:i:.!:::;':-?..,F1/47/ ' ' 41/1111 1 ,, i'' ' .:4 ' , -,A ,,,,.,...„,,,,,,,,f,,,,,Tip, / rtir, ;IL"' i ; 1--M•ki"..;/fyird ' j k• hik , .-,41 itw,,,,olli 11,44 c. N tr��'(��f „' A 1 iAt' 115!” �l'11 , -; �T�" • r ,'',+l r ! 7 11 .t ( `tin's �/ft' I MI • .�•`y'.,.�,arrs „.."/ `�.�iT 1��11I z. �. !,1 of �M. , .k I �i �,\'''''Z'''‘-'n �� n�Ii*ft�11'ea. 6 �rl� ;, � J , rr '.I�r '�, sir lr1L.1 R _ �t ; 1 J l�a rl �LEI� I ill /q :.r ��' ) h� �.. Via- dli-ese ., -:. •'.' , a .`-. ."41.:4;1‘*t.kwaratoffirma '\\i.,-NI '11'f��lli�1>•l��14 lirtirnrilwi,i !'..K •a�� V o N1.4R`j�l� llinitijirpo' ,,Aiiiiri. , MI 1 bit Ilik, , . ..,.,,,,\t 4„:. , ,... .4 .' ,\\1),,Iiii. tillikilam' Njilir.04,'-Z."11-1410.1. 'i,,v 1 rams iirl, '' i 1111 'It; .. Aril 7ra .; ° '\\‘‘\ ,111:, 1!, ... iiiiIg Ill' . ' ;r1 -1114/111111Pir 'Lb' - . '9; /4% 4.? ,),:. gisi 8 . iti .4 tio....z• . * • Army t....4 , ,, , •,..70irmilor//, 944 alj 1 , / �In i Grin alWa Alm. le i mi unmet,w\, -.. \ril. N"\\v•klifilliii Iligkikirlatill/Till c magr'N ' ‘41331 i tri, , z 4, IL '\\ Aill41111 hlwitqlk)iti!illi it: .. • i i"--011Val —:\ ..... n II kit,4ar-m....": I a.. ad ill!. 6 ��14T.1�, �, �� �' '0:14,. 11 i)ijr1)3 � •. X11 .__. .t ie.rarar�n■NNM=�r�rir,.(4.....* �°Allx.,,,4,---...-.----.... a •�r.a. V1�l�LM1ia•/Isiilt��lae� 122.13.000'W q 122.12.000'W s 2.11.0000 W Tli AN Vir PdNraRea TOPOI OX01Mad oro0riekHe (r w..w•sre) VICINITY MAP MAY CREEK BRIDGE fini. HWAGEOSCIENCES INC. RENTON,WASHINGTON i 1 0 - 20,3 \ ) 0 0 0 C 0 0 100 0 0. r� At / r°cr � - 0 o I PA `� STORM DRAIN MH011 izojil 0 1 ® J.'',Z1.... GRATE la 0 ...,,. .., riot 014. BH-3 366gs. T qb b —_ .. ii. 1147 la o, E, GRAVEL 'a' ;��'` ►� : BH-4 ;.—vj TD2 tiD.k /%jr - .,, TAL L R Zlif di GUARDRAIL . �rfp /_ WING WALL k F O O ,01 }� 'Jyi�~� CP9 h los q0 6 ala , t isit 1 �. BH Z $ L../58.3.3 �28'29'09- ,�, 4 qb 4 % /�� O ' —"�� 31 OF PAVEMENT / r 11k..10 10 4. 01 �o a o w 1:7 N r 1* ^ ,4- 0' 10' 20' AO' IEGEND MAY CREEK BRIDGENNAN frr COL nim 14'. SITE AND aeon w DU 1#1-1 HWAGEOSC!NCESINC REPACEMENT 4 EXPLORATION WE �2 NORMAL DE9GNAno“ANO APeRconr 41E LOCATION RENTON,WASHINGTON PLAN WE,n,,.,,0„�F / 02.21.07 2007-016-21 MMMnOJECTWODEPMWMayECT-W=4WD NCm=Eitel CA001t]on CMCI -' REVERED(XIX L APPENDIX A FIELD EXPLORATION APPENDIX A FIELD EXPLORATION The field exploration program consisted of four borings designated BH-1 through BH-4 at the locations shown on the Site and Exploration Plan,Figure 2. The borings were drilled on February 6Ih through 7th,2007,by Holt Drilling, Inc. of Fife,Washington using a Mobile B-59 truck-mounted drill rig. The borings were drilled from the existing roadway pavement(BH-1 and BH-4)or shoulder surface(BH-2 and BH-3) to depths between 11.5 and 39 feet below the ground surface. At selected intervals within each drilled boring, Standard Penetration Test(SPT) sampling was performed using a 2-inch outside diameter split-spoon sampler and a 140-pound automatic hammer. During the test, a sample was obtained by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches. The number of blows required for each 6-inches of penetration was recorded. If a total of 50 blows were recorded within a single 6-inch interval, the test was terminated, and the blow count recorded as 50 blows for the number of inches of penetration. This resistance,or N-value,provides an indication of the relative density or granular soils and the relative consistency of cohesive soils. At the completion of BH-1,a two-inch(2") slotted PVC standpipe monitoring well was installed in accordance with Ecology standards for monitoring well construction. The monitoring well was finished with flush-mounted surface monuments. Well completion details are indicated on the individual boring log. The ground water level in the piezometers was measured on March 21,2007,and the readings are indicated on the boring logs. All of the borings were drilled and backfilled in accordance with Washington Department of Ecology(Ecology)requirements. Each of the explorations was completed under the full-time observation of an HWA geotechnical engineer. Representative soil samples obtained from the explorations were placed in plastic bags and taken to our Lynnwood,Washington, laboratory for further examination and testing. Our engineer recorded pertinent information including soil sample depths, stratigraphy, soil engineering characteristics,and ground water occurrence as the explorations were excavated. Soils were classified in general accordance with the classification system described in Figure A-1,which also provides a key to the exploration log symbols. The summary logs are presented on Figures A-2 through A-5. The stratigraphic contacts shown on the individual logs represent the approximate boundaries between soil types. The actual transitions may be more gradual. Preliminary Draft Report eon A-1 HWA GEOSCIENCES INC. RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines Approximate AAprosimaN At. Allerberg Limns: PL•Plastic Lime Density N(beanie) Relative Deneih ) Consistency N @ .Iows/h) Undrained Sheer Liquid Lime Siron01h(P39 CBR California Bearing Ratio Vary Loose 0 to 4 0 - 16 Vary Son 0 to 2 <250 CN Consolidation Loose 4 to 10 16 • 35 Soh 2 to 4 250 - 500 DD Dry Density(pct) Medium Dense 10 to 30 35 - 85 Medium BUM 4 to 8 500 - 1000 D6 Direct Sheer Dense 30 l0 50 85 • 86 BUM 8 to 15 1000 - 2000 GS Grain Size Distribution Very Dense over 50 85 - 100 Very SIB 15 to 30 2000 • 4000 K Permeability Herd over 3D '4000 MD Moisture/Density Relationship(Proctor) USCS SOIL CLASSIFICATION SYSTEM MR Resilient Modulus PID Photolonizellon Device Reading MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer Approx.Compressive Strength(lel) e6G Specific Gravity Coarse Gravel end Clean Grovel s'e GW WaN•graded GRAVEL IC Triaxial Compression Grained Gravelly Sob (Ns or no fines) �� TV Torvene a c GP Poorly-graded GRAVEL SdbApprox.Shear Strength(IA More then p C 60%of Correa Gravel with a c GM SOWGRAVEL UC Unconfined Compression Fraction Retained Fines(appreciable > onNo.4 Slave amOuMdMes) GC ClsysyGRAVEL SAMPLE TYPE SYMBOLS Band end '. SW Wee-graded SAND 2.0"OD Spit Spoor(SPT) Dean Sand Sandy Soils 011ie or no Mas) (140 Ib.hemmer with 30 in.drop) More then $P Poadygroded SAND 50%Retained Shelby Tube 50%or More $M Silty SANG I—� on No. of Coarse Sand wit0.h a1 1 3.1/4'OD Split Spoon with Braes Ringo 200 Sieve Fraction Passing Fines(appreciable Ll Sl:eNo 4 Slays amountd lbws) es) SC Clayey SAND O Small Beg Semple ML SILT Roe SIU iti Large Bag(Bulk)Sample Grslned and Liquid Um!! CL Lean CLAY ( Lass Men 6D%Solis Clay � [ICoreRun # _ OL Organic SILTJOryeNc CLAY V Non•etandard Penetration Test (3.0"OD spill spoon) YMH ElestIc SILT 50%or More SUI Liquid Limit Passing and 50%orMore 4 CH Fel GROUNDWATER SYMBOLS No.200 Sieve Clay ��, 7Groundwater Level(measured at Size ems Chronic SILT/Organic CLAY Uma oI drilling) I Nighty Organic Soh e"t1�i PT PEAT T Groundwater Level(measured In well or ,r_ _ open hole atter wafer level stabilized) i COMPONENT DEFINITIONS COMPONENT PROPORTIONS COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS Boulders Larger then 12 to <5% Clean Cobbles 3 in to 12 In Gravel 3 in In Na 4(4.6mm) 5.12% Slightly(Clayey,Silly,Sandy) Coarse gravel 3 in to 3/41n Fine pivot 3/4 In 10 No 4(4.5mm) Send No.4(4.5 mm)to No.200(0.014 mm) 12-90% Clayey,Silty,Sandy,Gravelly Coarse sand No.4(4.5 mm)to No.10(2.0 mm) Medium send No.10(2.0 mm)to No.40(0.42 mm) 30-50% Very(Clayey,Slily,Sandy,Gravelly) Fine sand No.40(0.42 mm)to No,200(0.074 mm) SIU and Clay Smaller than Na.200(0.071mm) Components ate arranged In order of Increasing queMNes. NOTES: Soli dassifc.Uone presented on exploration togs are based on visual and laboratory observation. Soil descriptions ere presented In the Ioiiowing general order. MOISTURE CONTENT Danskykonslsfency,calor,modifier(deny)GROUP NAME,additions fo group name(II any),moisture DRY Absence of moisture,dusty, cvnfent Proportion,gradation,end stipulate),of constituents,adddlonal comments dry to the touch (GEOLOGIC INTERPRETATION) MOIST Damp but no viable water. Please refer to the discussionIn the report text as well es the exploration logs fora more WET Visible tree wrier,uwaly complete description of subsurface conditions. we 4 below water table. ) LEGEND OF TERMS AND MMay Creek Bridge SYMBOLS USED ON Replacement HWAGEOSCIENCES INC Renton, Washington EXPLORATION LOGS PROJECT NO.: 2007-015-21 FIG); A-1 LEGEND 2007015.GPJ 2127/07 DRILLING COMPANY: Hot Drifting,Inc. SURFACE ELEVATION: 104.00* feet DATE STARTED: 2/812007 DRILLING METHOD: Hallow Slam Auger DATE COMPLETED: 2/612007 SAMPLING METHOD: SR LOGGED BY: D.Huling LOCATION: See Figure 2 co W SStandard Penetration Test O (140 lb.weight,30drop) .., ,,,i) _ W 0 A Blows per foot 12 iN I ri6 11 1 t4C) t) i Y i/ 011 DESCRIPTION10 20 30 40 50 0— -vi \e Asphalt - ' 011 GM Medium dense,olive brown,sandy GRAVEL moist,angular \ V, ... - 11. 111 - ow gravel. ,• - .1 ir GM ICSBCI N s., 7-204 .. -1 a 4 i Medium dense,light brown,sandy medium GRAVEL,motel - 1 to dry,subrounded gravel,cobbles present • --.5 [EMBANKMENT FILL) N S-2 7.7-3 It' • . _ • ( i Mier notes:Possible voids present et 4 feel below ground - - surface.Possible cobbles encountered. _ Fragments of wood encountered at 7 feel E S-3 4-13-13 -.• . • ... • 1 10''''' . As above,grades gray N S-4 3840-33 GS - r _ i. .: • - •::• .. SM Medium dense grading to dense with depth,grey,poorly N S-6 4-5.5 GS • a - graded medium sand with thin interbeds of slit wet. 15-, '••:*.: (ALLUVIUM] XI S-6 6-8-9 - • VI 8-7 7-9-11 A ....,. _ 20 - .:.• 0 ... .• N S-8 8-11-18 GS A —20 - •. ... _ 25— g S-9 10-12 A-13 ' - . .... —25 • ....: _ - ....% - • • . . NS-10 7-15-16 . . • • . . - • - 30— :::.:: .-- —30 •• - i ..... ; NS-11 7-15-18 • - ....:. • • Mr 35— .•..:: . .. .• - :'... : 1 . ..... . • wii.: 6 ▪ . ..••. NS-12 11-23.25 • • - .• • - Boring terminated at 39 feet below ground surface. . . . . . 40•-• : —40 Monitoring wet Installed with send filter from 29 to 39 feet _ below ground surface.Gropnd water measured al approx. - Ovation 98 feet on March 21,2007 - - - - - 45— — - 45 0 20 40 80 80 100 Water Content(%) Plastic Limit F--11111---I Liquid Limit Natural Water Content NOTE: This log of subsurface conditions apples only at the specified location and on the date Indicated and therefore may not necessarily be Indicative of other times and/or locations. BORING: May Creek Bridge B H-1 MI Replacement liWAGEOSCIENCES INC. Renton,Washington PAGE: 1 of I PROJECT NO.: 2007-015-21 FIGURE: A-2 PM 2007015.OPJ 8/9107 DRILLING COMPANY: Hob Drilling,Inc. LOCATION: See Figure 2 DRILLING METHOD: Hallow Stem Auger DATE STARTED: 2/6/2007 SAMPLING METHOD: SPT DATE COMPLETED: 2/6/2007 SURFACE ELEVATION: 104 t feat LOGGED BY: D.Fluting VcrStandard Penetretlon Test do t (140 lb.weight,30"drop) -1w ♦ Blows per foot w i DESCRIPTION in a 1 0 00 10 20 30 40 50 1 0 0` Medium dense,gray,sandy GRAVEL,molal. `0 .81 SP .. I5/8"mtnya C$eC1 r SM Medium dense,brown,SAND with silt and sub-rounded - gravel,moist. 1.... .... .... ....t.... _ !EMBANKMENT FILL] S-1 4-10-11 GS 'sem. oma/.` GP Dense,gray,sandy GRAVEL with coarse cobbles,molal, 6 (-� broken cobbles found ki sample. •. •.... ........J .... _6 o y S-2 8.19-16 3O p — SP Medium dense,brown,medium to coarse SAND with sill SM and sub-rounded gravel,wet. — S-3 8 7-9 • A • [ALLUVIUM) t _ •...y .... —10 10^ S-4 7.8.6 GS As above,grades gray I I Boring terminated at 11.5 fest below ground surface. Ground water encountered at 7 feet below ground surface - during drilling. 15— 0 20 40 80 80 100 15 For a proper understanding of the nature of subsurface conditions, this Water Content(•ti) exploration log should be read in conjunction with the text of the Plastic unit 1-41)--I uquld anal geotechnical report. i Natural Water Content NOTE: This log of subsurface conditions appear only al the specified IoceUon end on the date Indicated and therefore may not necessarily be Indicative of other times and/or locations. s BORING: May Creek Bridge BH-2 gell Replacement HWAGEOSCIENCES INC. Renton, Washington PAGE: i of 1 PROJECT NO.: 2007-015-21 FIGURE: A-3 BORING 2007015.GPJ aiaiD7 DRILLING COMPANY: Holt Drilling,Inc. LOCATION: See Figure 2 DRILLING METHOD: Hallow Stem Auger DATE STARTED: 2/0!2007 SAMPLING METHOD: SPT DATE COMPLETED: 216/2007 SURFACE ELEVATION: 104*teat LOGGED BY: D.Huling W Eli I µO1 Standard Penetration Teat l�-- Q (140 Ib.weight,30"drop) N A Blows per fool R1 1 D DESCRIPTION A aO b 0 0 1. 20 30 40 6011 0 0� t'' Medium dense,sandy GRAVEL,moist. _0 0_a� (5/8"minus CSBC) _ SP Loose,light brown,poorly graded SAND with trace sill, r•••• ••••I t I moist,oxidation stains. (EMBANKMENT FILL) S-1 4.2.2 • 3v GP Medium dense,reddish brown,sandy GRAVEL,motel, 6-. • • Abundance of oxidized Iron in loll. •• L^ ^5 ) C S-2 10-12-12 oa( •p` _ )o C ,a! a IJ5 As above,grades wet , S-3 9.12-9 3o C t ..•• .... .... .........•.... _ ,a( )o C _ 1a( . ' SW Loose,reddish brown,well graded medium SAND with slit, 10— • SM wet,organics present In sample. 3-4 6-4-3 GS —10 (ALLUVIUM) Boring terminated at 11.5 feet below ground surface. Ground water encountered at 7.5 feet below ground surface • - at time of drilling. ' 15— 0 20 40 80 SO 100 15 For a proper understanding of the nature of subsurface conditions, this Water Content(Y.) exploration log should be read in conjunction with the text of the pleaticLimlt I-43-1 Liquid Limit geotechnical report. Natural Water Content NOTE, Thls log of subsurface conditions applies only at the specified location and on the dale Indicated and therefore may not necessarily be Indicative of other times and/or locations. BORING: May Creek Bridge BH-3 Ontl Replacement HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT NO.: 2007-015-21 FIGURE; A-4 BORING 2007015.0N 819/07 DRILLING COMPANY: Roll Drilling,Inc. LOCATION: See Figure 2 DRILLING METHOD: Hallow Stern Auger DATE STARTED: 2/7/2007 SAMPLING METHOD: SPT DATE COMPLETED: 2/7/2007 SURFACE ELEVATION: 104 t feet LOGGED BY: 0.Huling ffi w U_ W Standard Penetration Teat u Ki A (140 lb.weight.30'drop) -' to 1 g A Blows per fool i m. VS. . a IT DESCRIPTION 0 10 20 30 40 50 ° ap 14"ASPHALT! r L...s....i....l....t....i....i....i....i.... w0 - a CS' Loose,light brown,sandy,aubrounded GRAVEL.molal. _ Op (EMBANKMENT FILL) : 0` g.1 2-2-3 !, .i. .i. .i. .i. .i : i. .s. .. :Q� ....j. j. ._ 5— )pOO M S-2 0.1-1 >� ' 1. •t t _5 - j64 g0 Possible cobbles. N S-36-5-4 • •i -4f- •j• •j• •i• •j• •j• •j• •j •• = • 3'4 10— stj Drillers Note:Auger plugged with wood at 9 feel. V S-4 9-11-9 i. .i. .s. .*..a. .i. .i. .ii.... •�10 - . SP Medium dense,brown,poorly graded fine to medium BAND s,,,,i,,,,s i••••i••••1••••i••••s.••• ✓ SM with sill,wet,evidence of horizontal layering and periodic ®S 5 4.4.4 GS £•• - organics. (ALLUVIUM) s - la ` 15-- -i S.8 2-7.9 •. ,j• •j. ,j�•.j• •j• •j• .j• •j. .i• •• — - N S-7 5410 20 f•: . SM Dana,way sit SAND,wet, S-8 10-10.13 : • : c g y. h ® .i i • ji...• (. - #▪ ;• S-9 8-12-14 08 '• A . i w ® ••••i••••i••••i. •i• - —25 / 25- ''''!""!'"'!"- -'1i . •i. .t.''"!''''!-- C W5.10 12-14-17 .. .1. .P•..j....j. .j..,. ..j. .j. .j.... • 30— .. .i. .t. .i. .i. .i. .i. .i i.... ,_� - S-11 10.17-18 j....j....j....j•..y....j...A...jj.... •. 1 35 ,. •j• .j. ,j• •j• •j• •j• .j. •j• •j. •• —33 .. .i. .•..i. .i. .i. .i.. .i. .i. .. NS-12 9-16-18 t t : t Boring terminated at 39 feet below ground surface. • • • = 40 40— Ground water encountered at 7.5 feel below ground surface - at time of drlHing. I i.... ....i....i....i....i....i....i....i....ir.... - 45— -45 20 40 For a proper understanding of the nature of subsurface conditions,this ° Water Conten(•/.) eo 100 � exploration log should be read In conjunction with the text of the Plastic UmIt F---•—{ Liquid Um11 geotechnical report. Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the data'ticketed and therefore may not necessarily be indicative of other times end/or locations. BORING: May Creek Bridge BH-4 GM Replacement HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT NO.: 2007-015-21 FIGURE_ A-5 BORING 2007015.GPJ 111547 f APPENDIX B LABORATORY TESTING [I 1 APPENDIX B LABORATORY TESTING Representative soil samples obtained from the borings were returned to the HWA laboratory for further examination and testing. Laboratory tests were conducted on selected soil samples to characterize relevant engineering properties of the on-site materials. The laboratory testing program was performed in general accordance with appropriate ASTM Standards as outlined below. MOISTURE CONTENT: The moisture content of selected soil samples were determined in general accordance with ASTM D 2216. The results are shown at the sampled intervals on the appropriate summary logs in Appendix A. PARTICLE SIZE ANALYSIS OF SOILS: Selected samples were tested to determine the particle distribution of material in general accordance with ASTM D 422. The results are summarized on the attached Grain Size Distribution reports, Figures B-1 through B-3, which also provide information regarding the classification of the sample and the moisture content at the time of testing. i4 Preliminnry Drnft Report con B-1 HWA GEOSCIENCES INC GRAVEL SAND SILT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4" 3" 1-1/2" i 5/8" 3/a" #4 #10 #20 #40 480 #100 #200 100iI --t-- 1 1 I t 1 I 1 I 90 I I I r —r i II I I I ! I I 1 80 _ _�—I— I I 1 = I I I I C7 . Lt.! 70 _ I I I I 1 1 1 >- 60 I-- I ,i _L_.__ I I I 1 I I I 03 1 1 I 1 1 1 cc W 50 - I I I I I 1 1 T LT- I I I I— t 40 r i I 1 I W U 30 I -- —1 ` 1 1—1 1 , w I I 1 I 20 H — 1 ' , I I I I I 10 I I I I I I I �'---, I I I I I I I 0 I I L I 1 I_ I I 1 I _ 50 10 6 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBOL SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM 02487 Group Symbol and Name %MC LI PL Pt Gra%vel Sen %d Fines % • BH-1 S-4 10.0-11.5 (GW-GM)Olive gray,well graded GRAVEL with slit and sand 10 51.0 41.3 7.7 • BH-1 S-5 12.5-14.0 (SM)Olive gray,silty SAND 23 2.4 84.5 13.0 A BH-1 S-8 20.0-21.5 (SM)Dark gray,silty SAND with gravel 17 22.1 64.7 13.2 PARTICLE-SIZE ANALYSIS pa May Creek Bridge OF SOILS 1 Replacement METHOD ASTM D422 I-IWAGEOSCIENCES INC. Renton, Washington PROJECT NO.: 2007-015-21 FIGURE: B-1 HWAGR5Z 2007015.GPJ 0IW07 GRAVEL SAND SILT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4' 3" 1-112" • 5/8' 318" #4f #10 #20 #40 0 #100 #2001 1 1 . 1 S I / r#51 100 T I I I I I I 90 ....____t______. I I I 1— ' I I i I 80 I— I S I 0 70 L_____ _ I 1 , LT I t I .__.L _ I 1 1 1 _ —. _ _ m I 1 I I I I,I I i I I cdW 50 I , - I I 1 i DI I-- 40 i I T I 11 I 4 z 1 w Ue 30 , � 1-t— 1� t w t 20 I- , 'CL , 1 I 10 1--1— - I I I 110 I I I I 1 — __I L I 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBOL SAMPLE DEPTH(R) CLASSIFICATION OF SOIL-ASTM D2487 Group Symbol and Name %MC LL PL PI Gravel Sand Fines % % ! • B11-2 S-1 2.5-4.0 (SP-SM)Dark brown,poorly graded SAND with silt end gravel 10 38.8 50.3 10.8 • 1311-2 5-4 10.0-11.5 (SP-SM)Olive gray,poorly graded SAND with silt and gravel 17 29.8 80.2 10.0 • BH-3 S-4 10.0-11.5 (SW-SM)Brown,well graded SAND with slit 24 4.3 84.1 11.7 PARTICLE-SIZE ANALYSIS affl May Creek Bridge OF SOILS Replacement METHOD ASTM D422 HWAGEOSCIENCES INC. Renton, Washington PROJECT NO.: 2007-015-21 FIGURE: 3-2 HWAGRSZ 2007015.GPJ 81107 GRAVEL SAND Coarse Fine Coarse Medium Fine SILT CLAY U.S. STANDARD SIEVE SIZES 3" 1-1/2" 3/ 4• 5/8" 3/8" #4 #10 #20 #40 #60 #100 #200 o 1 • • 5 S S I 100 I 1 i -- i i I I 1 90 I I I I I 1 1 I I I I I I _ - 1 I 80 ?I-- I —I---I--t I— I C� 70 w ›- 60 L I I I . I °n I ` I W 50 ZI I ICZ I Z A0 I I I 1 1 1 W fr 30 I—I—� _ r + W Q. 20 I- —I I 10 -----I —I . 1 I I 0 1 _I 1 - 1 - II - I I I III - - - 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBOL SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM 132487 Group Symbol and Name %MC LL Pt_ P1 Gravel Sand Fines • BH-4 S-5 12.5-14.0 (SP-SM)Brown,poorly graded SAND with silt 24 2.7 89.0 8.3 ■ BH-4 S-9 22.5-24,0 (SM)Dark brown,silty SAND 24 2.3 83.9 13,8 May Creek Bridge OF SOILS PARTICLE-SIZE ANALYSIS 0 1 Replacement METHOD ASTM D422 HWAGEOSCIENCES INC. Renton, Washington PROJECT NO.: 2007-015-21 FIGURE: B-3 HWAGRSZ 2007D15.GPJ 863107 EXHIBIT L MERCER j \ ISLAND i .+. """""" Illali \ i It Milli ■ IllI : 7TL ASE 4iiee wash0111.04' ,.'" MAY CREEK VICINITY : `me i n, i SENTLE . ")..',..:,,,: :.:fin - ® �... 1 .....% *..... • t t ♦ �� 1x,.•..., l 1. Ikt ? ••• 6 •/ .. / +i_-' ® Ili 1 a,.ti 1 1 1 1 i Nyi 14 T ,.: ' j t �, ., %til .1 • a: i‘,11,b.. 1 11 .1i I zj f i ' • % TUKWILA ' _,• j `.., 1 1. at I. l»-,r •.r . .00.,.��~ .� •• t r 1 .4.1.4,...,1 a GSI• • t w> `� •-! 3I '•. • .Tate' ♦.....r.. . .ate".1 1.1! ...Mr • • sa ii i Legend . . freeway , „ i --- Arterial Street • 0 .— — Local Street a EXISTING ROUTES , .:..-• • i _ �. Mufti-use trail.Regional ti i / � Multi-use Dad,lDul • ere len.• 1. j �� Bicycle lane i i ^— Signed shared roadway KENT a ' 4/..i ��.• Pedestr.an-any trail a ,a w PROPOSED ROUTES e r Na.t11r............_y •I'•..Multrusetrait Regional 1 "--Multi—use traiLtocai i.. �( —-'-":.. r lissBicycle Lane T Ir "►.. signed shared rwdway T ••••n.. Pedestrian-only trail ..a future rails,trans corridor -.pew.- ( • Interstate Fwy t Stale Hwy _ _.. 4v r i, ll .Y .. . Park Scho i +- ...®.wkl 1 iota V Amenity i lawn OpportunityLocation Site 1f y ■ Water TraillaunchkandingSie --r"'�i.aged _-''f I ,:C '1C n Trails and Bicycle Master Plan Trails and Bicycle Improvements Plan• E Ki r1D MAY 2009 MAY CREEK VICINITY 07. 2 • > • < -I0 SE108th st a gk3 ILT:AIIIIII . >11 II C \It) 46 • 0 88 - a 0 all • ::-/ 6 -5erth PkNle li0 •a,• gf 1 • lel • Windtree • .. 1 • a May Creek Park •a May !— * •,„Creek 1 • , ,,t; i *. Cenway S A • -.., a Greenway- — •- • ,,--, *a .. .y.08mo ' Mu I .1 fit;- •,,J.,-,-,;„ •• • • Kennyd . ,' 1.°41 w• 04° . innihiSitr ." '•••... • 0 • 10.0. .. .. .40 .• 1 Pi NE 2 Elemeni: y ari lit iii aHoney Creek ,H. Keitnydale ' * Greenway Eie . Lions Park i i • , 14p.inhi 0 LOCATION OF NE 31sT STREET BRIDGE REPLACEMENT ' ' " • LOCATION OF PROPOSED PEDESTRIAN ONLY TRAIL RENTON TRAILS&BICYCLE MASTER PLAN Table 2.DIVISION-SEPARATED ROUTE INVENTORY AND RECOMMENDED IMPROVEMENTS Approx CURRENT PROP.TYPICAL TRAIL/ROUTE NAME FROM TO Length CROSS SECTION CROSS-SECTION NOTES In Mips PARKS DIVISION-PRIORITIZED BY PROJECT la TWO RIVERS TRAIL: Fort Dent Park Monster 0.25 Soft-surface trail, SEPARATED MULTI-UP&BNSF ROW FORT DENT TRAIL Road SW rough,under USE TRAIL,PAVED between Tukwila/Ft. CONNECTOR railroad trestle Dent Park/ Interurban Trail and Renton. Path follows Black River to its confluence with Green River lb TWO RIVERS TRAIL: Black River Naches 0.9 Soft-surface trail, SEPARATED MULTI-Trail parallels railroad BLACK RIVER TRAIL Riparian Forest Avenue SW rough USE TRAIL,PAVED ROW Trailhead/ Monster Road SW 1c TWO RIVERS TRAIL: Black River SW 7th St 0.2 Local street SEPARATED MULTI- NACHES AVENUE SW Riparian Forest USE TRAIL,PAVED Trailhead 1d TWO RIVERS TRAIL:SW Oakesdale Burnett 1.3 Minor arterial with SEPARATED MULTI-Add bikes lanes 7th STREET Avenue SW sidewalks USE TRAIL,PAVED through"road diet" to create SEPARATED trail? le TWO RIVERS TRAIL: South 7th Houser Way 0.17 Collector with some SEPARATED MULTI-Reconfigure on- SHATTUCK AVENUE Street South sidewalks, USE TRAIL,PAVED street parking to SOUTH perpendicular accommodate bikes parking on west side 1f TWO RIVERS TRAIL: Shattuck Burnett 0.3 Local street without SIGNED SHARED HOUSER WAY SOUTH Avenue South Avenue sidewalks ROADWAY South 1g TWO RIVERS TRAIL: Burnett Avenue Main 0.3 Local street+RR SEPARATED MULTI-New cross-section to HOUSER WAY SOUTH South Avenue tracks and sidewalks USE TRAIL,PAVED allow RR use (RAILROAD ROW) South between Burnett and Main(long term?) 2 SPRINGBROOK TRAIL Black River SW 43rd 2.85 Separated multi-use SEPARATED MULTI-2 segments to be Trail/Monster Street trail,paved USE TRAIL,PAVED completed Road SW AND SOFT SURFACE 3 MAY CREEK TRAIL Lake Cougar 3.8 Soft-surface hiking SEPARATED MULTI-Missing link Lake Washington Mountain only trail USE TRAIL,SOFT Washington. County Park SURFACE Hiking/walking only. Creek crossing required. 4 PANTHER CREEK TRAIL Cleveland Lake Street 2 No existing trail SEPARATED MULTI- 1.7 to City Limits,2.8 Richardson Park USE TRAIL,SOFT to Springbrook Property SURFACE Watershed Park. Could be included as part of 1-405 redevelopments. Include connection to Edlund Property. 5 HONEY CREEK TRAIL Honey Creek/ Union 1.25 Separated multi-use SEPARATED MULTI-Hiking/walking only. May Creek Avenue NE trail,rough surface USE TRAIL,SOFT Creek crossing confluence SURFACE required. 67 EXHIBIT M . : �n .. .. : 4 j f". .3 H 1..tt1 •,.ti i 3.}J •• • , -:w p. --s„,„„. .., . : l =..il0� • J ,o4,. ...?,_ ui 1..., .•ti I ... # 4 ya . i . t i....: ` i 1'g,wdRa 01 ry .9 VIgS •,. .• 4 "1...." . ;• m 01 a v 414 r) 1 \Ai f. , i.. .... i ,o,L, , t .-- ‘. ..... „ ....-r, _ , . , ...... _ i i----- - .--.- 1 ----.--..::„ .0e 1,1 , , i dit4 Ns� i i v :-e-w- ,41k.„--, s.•r IA f-tie l dlvt l: ! «. LA I.1: • 6.. 1 til P 1 /II F. .._ ail Z Q `CGa,4. IMPw ed til uj a OW K1 1 t 1 a441.. . ....lam T A . j Illi.j.. .. N ' 0 itgg$ itoel I11 * **Mt 0 ` t M d 4 ,r n Ilk V .•,s. _ i ' f ` C!o''?�r' t -..–.-—_.--__— -_ r . i , \\\:,,,.. ._ ...r.... 1 0 ;; , I , , ,,, . ,. ; _....7. i, _ _ . _ .,, ) ; , _ 1 , . , _ _ _ _ _ , , i .. _ . ... . f.: e's ) e }; 1 . _ i *. . -1'- ;: i 1 , ,,) ., 4., . _ ,.. , ....„.... - 15. 6 ► 1 E t i P,i � p � i;: -,y M /C f,r.... 1 1 . z, 1 4 4 1 1. ----- :11/1111 . r 4 r. 4.