Loading...
HomeMy WebLinkAboutTIC 2020-02-03 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee ❖ Cynthia Delostrinos Johnson, Chair •'• Verna Seal ❖ Kate Kruller AGENDA Distribution: City Attorney C. Delostrinos A. Youn Johnson Clerk File Copy V. Seal 2 Extra K. Kruller D. Quinn Place pkt pdf on SharePoint: L. Humphrey Z Trans & Infra Agendas H. Hash H. Ponnekanti e-mail cover to: F. Ayala, H. Kirkland A. Le, C. O'Flaherty, A. G. Labanara Youn, B. Saxton, S. Norris, B. Still L. Humphrey MONDAY, FEBRUARY 3, 2020 - 5:30 PM FOSTER CONFERENCE ROOM (6300 BUILDING, SUITE 100) Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) Neighborhood Traffic Calming Program (Scott Bates) a) Forward to 2/24/2020 Pg. 1 Consultant Agreement for On -Call Services Special Consent Agenda b) 2019 Overlay & Repair Project (Scott Bates) b) Forward to 2/24/2020 Pg. 13 Project Completion and Acceptance Special Consent Agenda c) Tukwila Urban Center Pedestrian Bridge (Peter Lau) c) Forward to 2/24/2020 Pg. 17 Project Completion and Acceptance Special Consent Agenda d) Public Works Fleet & Facilities Building (Hari Ponnekanti) d) Forward to 2/24/2020 Pg. 21 Geotech Engineering Consultant Contract Special Consent Agenda e) 42nd Avenue Bridge Replacement (Adam Cox) e) Discussion only Pg. 29 Project Update and Next Steps 3. MISCELLANEOUS 4. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Monday, March 2, 2020 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: BY: Henry Hash, Public Works Director Scott Bates, Traffic Engineering Project Manager CC: Mayor Ekberg DATE: January 31, 2020 SUBJECT: NTCP On -call Engineering Services Contract Project No. 82010301 On -call Design Consultant Agreement ISSUE Execute a contract with KPG, Inc. (KPG) to provide on -call engineering and design services for the Neighborhood Traffic Calming Program (NTCP). BACKGROUND On Jan 1, 2019, Tukwila established the Neighborhood Traffic Calming program to address neighborhood safety concerns through a variety of methods. The NTCP potential project list is a compilation of past concerns as well as newly reported issues. Some of the concerns can be addressed by in-house staff; some require additional engineering study or design which requires consultant support. DISCUSSION Staff has addressed many of the concerns and issues to date, but several more complex issues require additional study and/or design work before they can be addressed. Staff has selected KPG from the MRSC Roster to provide an on -call engineering contract, scope, and fee estimate. Additional consultants may be asked to do the same in the future, depending on the City's needs and KPG's availability. This on -call services agreement will allow staff to address specific needs through a pre -determined fee structure without entering into individual agreements for each task. Work will be assigned on an as -needed basis and the City does not guarantee any minimum amount of work. The consultant will be authorized by issuance of written task order. Each task order will identify the scope of work to be performed, the period of performance and the not -to -exceed amount. Total amount of this contract shall not exceed $80,000.00. FISCAL IMPACT Funding for the On -call Engineering services agreement will be provided by the 2020 NTCP design budget. KPG Contract 2020 NTCP Design Budget $80,000.00 $80,000.00 RECOMMENDATION Council is being asked to approve the contract with KPG, Inc for on -call engineering services in the amount not -to exceed $80,000.00 for the Neighborhood Traffic Calming Program and consider this item on the Consent Agenda at the February 24, 2020 Special Meeting. Attachments: Consultant Selection Scoring Matrix Page 8, 2019-2024 CIP Consultant Agreement v.1pw englprojeclsla- rw & rs projecWs afic calminglntcp design 2020Unfo memo ntcp 2020 kpg oncall design contract.docx 2020 NTCP On -call Contract for Traffic Engineering Design Services 0 U. Y Y Traffic Engineering Design Experience with the City. 3 3 5 Knowledge of FHWA, State, and Tukwila Standards and Procedures 5 4 5 Traffic Calming Experience 5 4 5 Experience with Similar Projects. 4 4 5 Traffic Control Design Expertise. 4 4 4 Experienced Design Project Manager. 4 4 4 Small Scale Project Experience. 3 3 4 Staffing availbility for short notice requests. 4 4 5 ADA Design Experience 4 4 5 Public Outreach Experience. 3 3 4 Survey Crew In -House. 3 4 4 TOTALS 42 41 50 For each category, highest score is 5 (with the lowest or worst score 1) Consultant with the highest score is ranked the best. Staff: Scott Bates Selection Date: 1/7/2020 Selected Consultant: KPG, Inc. Selection Justification: The selected firm has demonstrated relevant on -call traffic engineering design experience on multiple past federal and locally funded projects including the 2019 City Traffic Calming program. KPG has provided excellent design results on City Overlay and Drainage projects as well. They have exceptional familiarity with City Public Works systems, WSDOT and FHWA standards. Based on overall score KPG prevailed. CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Traffic Calming/Residential Safety Improvements Project No. 90210301 Programmatic approach to addressing neighborhood traffic concerns through a variety of methods. DESCRIPTION: Residential street improvements with sidewalks, safety improvements, and bike facilities. JUSTIFICATION: Neighborhood revitalization by improving residential streets. Future candidates are listed in the citywide comprehensive update and safety -based prioritization of STATUS: residential street improvements, sidewalks, and bike lanes. MAINT. IMPACT: Varies, depends on treatment(s) used. COMMENT: Residential improvements have included 42nd Ave S, 53rd Ave S. Speed cushions installed at S 160th St. FINANCIAL Through Estimated (in $000's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 9 80 80 80 80 80 80 80 569 Land(R/W) 0 Const. Mgmt. 0 Construction 38 320 320 320 320 320 320 320 2,278 TOTAL EXPENSES 1 47 1 0 400 1 400 1 400 1 400 1 400 1 400 1 400 1 2,847 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 47 0 400 400 400 400 400 400 400 2,847 TOTAL SOURCES 47 0 400 400 400 400 400 400 400 2,847 3 2019 - 2024 Capital Improvement Program 8 CONSULTANT AGREEMENT FOR ON -CALL ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and KPG, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform on -call engineering services in connection with the project titled Neighborhood Traffic Calming Program. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December, 31, 2020 unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December, 31, 2020 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibits "A" and "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $80,000 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers, in the form of Exhibit "B" hereto, to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at anytime by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this CITY OF TUKWILA Allan Ekberg, Mayor Attest/Authenticated: City Clerk, Christy O'Flaherty day of 120 CONSULTANT By: Printed Name: Title: Approved as to Form: Office of the City Attorney Exhibit "A" Scope of Work The purpose of this on -call contract is to support the City of Tukwila with transportation analysis, engineering and design services to assist with the Neighborhood Traffic Calming Program. This work will be conducted on as -needed basis up to the budget allowances assigned for this project. The Consultant will not proceed with a task until authorized by the City. The anticipated scope of services includes, but is not limited to: • RRFB evaluation, analysis and design • Site specific traffic calming device evaluation, analysis and design • Illumination analysis, including brief summary report (if required) • Surveying, if required (use of GIS maps shall be preferred) • Signage and channelization design • Sidewalks, median islands and pedestrian facilities repair design • Drainage facilities modifications and TESC plans (if required) • Bicycle facilities improvements • Associated landscaping improvements design • Structural design for elements such as pole foundations and retaining walls (if required) • Geotechnical engineering support (if required) • Construction documents (plans, specifications and cost estimate) • Services during bid advertisements • Other engineering services as directed by the City Work on on -call contracts will be on as -needed basis, and the Consultant understands the City does not guarantee any minimum amount of work. The Consultant will be authorized to perform work under this contract by issuance of a written task order executed between the City and Consultant. Each task order will identify the Scope of Work to be performed, the period of performance, and the not -to -exceed amount. Budget The Consultant will perform the work described herein on a direct labor costs and material basis at a not -to -exceed budget of $80,000 in accordance with the direct hourly rates shown below: Principal $231/hour Engineering Manager $209/hour Senior Engineer $183/hour Sr. Project Engineer $165/hour Project Engineer $139/hour Design Engineer $117/hour Engineering Technician $99/hour Technician $92/hour Engineering Assistant $76/hour Survey Manager $209/hour Survey Crew II (W/Equip) $215/hour Survey Crew I (W/Equip) $166/hour Project Surveyor $139/hour Survey Technician $117/hour Survey Assistant $76/hour Urban Design Manager $165/hour Project Landscape Architect $127/hour Landscape Technician $92/hour Senior Transportation Planner $150/hour Transportation Planner $99/hour CAD Manager $150/hour Senior CAD Technician $117/hour CAD Technician $99/hour Business Manager $150/hour Senior Admin $114/hour Office Admin $92/hour Office Assistant $76/hour Reimbursables will be billed at actual costs. Mileage billed at the current approved IRS mileage rate. Staffing will be determined by the Consultant based on specific project needs. The Consultant shall provide notification and receive written approval prior to exceeding the approved project budget. Expenses and sub -consultants will be paid by invoice with no mark-up. im To: City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Contractor: Mailing Address: _ Specific Program: Contract Period: Amount Requested This Invoice: $ Invoice Number: Authorized Signature EXHIBIT "B" Billina Voucher Telephone: Reporting Period: Date of Invoice: Budget Summary: Total Contract Amount: $ Previous Payments: $ Current Request: $ Total Requested This Contract to Date $ Total Contract Amount: $ "i `m City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Scott Bates, Traffic Engineering Project Manager CC: Mayor Ekberg DATE: January 31, 2020 SUBJECT: 2019 Overlay and Repair Project Project No. 91910401, Contract No. 19-087 Project Completion and Acceptance ISSUE Accept contract as complete and authorize release of performance bond. BACKGROUND The Notice to Proceed for Contract No. 19-087 with Tucci and Sons, Inc. of Tacoma, Washington was issued on June 24, 2019 for the 2019 Overlay and Repair Project. This overlay project provided hot mix asphalt (HMA) paving at seven locations throughout the City, a portion of the parking lot at Fort Dent Park and pavement repairs for the Andover Park East water main break. The street improvements included: pavement grinding; asphalt paving; removing and replacing concrete curbs, gutters, sidewalks and ADA ramps; adjusting surface utilities to grade; and installing roadway channelization. ANALYSIS Construction was physically completed on November 20, 2019. Two change orders were executed for a total of $10,390.00. The budget for the 2019 Overlay & Repair construction was $1,351,102.72 and included a 5% contingency, which was not utilized. Under -runs were primarily due to fewer quantities needed during the roadway excavation, haul and repair phase of the project. Construction Contract Amount $ 1,286,764.50 Additions/Change Orders 10,390.00 Under -runs (73,355.07) Total Amount Paid $ 1,223,799.43 RECOMMENDATION Council is being asked to formally accept and authorize the release of the performance bond, subject to standard claim and lien release procedures, for the 2019 Overlay and Repair Project construction contract with Tucci and Sons in the final amount of $1,223,799.43, and consider this item on the Consent Agenda at the February 24, 2020 Special Meeting. ATTACHMENT Notice of Completion Contract No. 19-087 W:1PW Eng\PROJECTSIA- RW & RS Projecls'Annual Overlay 8 Repair Programs12019 Overlay & Repair Program(91910401)IConstruclionlContraclorlClose Out to TClln(o memo 2019 Overlay Closeout 120119.docx 13 BTATg D bFp e p .] S 6 s may. �N'� fRH9 Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: 12-2-2019 Contractor's UBI Number: 278021315 Name & Mailing Address of Public Agency Department Use Only City of Tukwila Assigned to: 6200 Southcenter Blvd Tukwila. WA 98188 Date Assigned: UBI Number: 91-6001519 Notice is hereby given relative to the completion of contract or project described below Project Name Contract Number Job Order Contracting 2019 Annual Overlay & Repair Program 91910401 119-087 ❑ Yes VNo Description of Work Done/Include Jobsite Address(es) Hot Mix Asphalt (HMA) Overlay at seven sites all within the City of Tukwila Federally funded transportation project? ❑ Yes V No (if yes, provide Contract Bond Statement below) Contractor's Name E-mail Address Affidavit ID* Tucci and Sons kld@tucciandsons.com 1984252 (intent only) Contractor Address Telephone # 4224 Waller Rd Tacoma, WA 98443 253-922-6676 If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. VRetainage Bond ❑ Contract/Payment bond (valid for federally funded transportation projects) Name: Travelers Casualty and Surety of America jBond Number: 107055298 Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted 4-25-2019 6-17-2019 10-3-2019 Were Subcontracters used on this project? If so, please complete Addendum A. Wyes ❑ No Affidavit ID* - No L&I release will be granted until all affidavits are listed. Contract Amount Additions ( + ) Reductions (- ) Sub -Total Sales Tax Rate n/a Rulel-t (If various rates apply, please send a breakdown) Sales Tax Amount $ 1,286,764.50 $ 10,390.00 $ 73,355.07 $ 1,223,799.43 TOTAL $ 1,223,799.43 LVVip-: inese two totals must oe Comments: Rule 171, sales tax included. Liquidated Damages $ 0.00 Amount Disbursed $ 1,223,799.43 Amount Retained $ 0.00 TOTAL $ 1,223,799.43 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Scott Bates Email Address: Scott. Bates@tukwilawa.gov Department of Revenue Wasb1op n Stame Departmern of Works Section Labor & Industries CPublic (360) 704-5650 Contract Release PWC@dor.wa.gov (855) 545-8163, option # 4 ContractRelease@LN I. W A. GOV REV 31 0020e(10/26/15) F215-038-000 10-2014 Title: Program Manager Phone Number: 206431-2193 Employment Security Department Registration, Inquiry, Standards & Coordination Unit (360)902-9450 publ icworks@esd.y 3.90v Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavit ID* Able Industries 603542604 884125 Blackline Inc 601000623 890793 C&E transport corp 602408510 884223 Carli Trucking by Looker LLC 604280337 884025 Evergreen Concrete cutting 601605667 894249 G&G Corp 601381635 Janke Trucking 602862253 885312 Krupp LLC 602889069 888086 Moby's Sweeping 603358194 894042 Mowatt incorporated 603210502 884860 Northwest traffic 602140049 O'Bunco Engineering 602045762 897085 Pac-West Grinding 603493970 893562 Strong Trucking inc 601777166 884706 Wilson Concrete Construction 602168956 For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/15) F215-038-000 10-2014 15 16 City of Tukwila Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director;' . BY: Peter Lau, Senior Program Manager CC: Mayor Allan Ekberg DATE: January 31, 2020 SUBJECT: Tukwila Urban Center Pedestrian/Bicycle Bridge Protect Project No. 90510403; Contract No. 16.093 Project Completion and Acceptance ISSUE Accept construction contract as complete and authorize release of the retainage bond. BACKGROUND Allan Ekberg, Mayor The Notice to Proceed for Contract Number 16-093 with SB Structures, LLC of Seattle, Washington was issued on August 15, 2016. This project constructed a new steel, twin -tied arch, 350-foot long pedestrian/bicycle bridge over the Green River with associated concrete approach structures. Other site features built as part of this project included bridge lighting, trail lighting, landscaping, and storm drainage structures. DISCUSSION The construction project was physically completed on January 16, 2019. The extended time for project closeout after the physical completion were due to the one-year plant establishment requirement for the project, and the contractor's and subcontractors' delays on filing the Affidavit of Wages Paid form to the Washington State Department of Labor and Industries. FISCAL IMPACT The construction budget for the Tukwila Urban Center (TUC) Pedestrian/Bicycle Bridge Project was $7,228,406.19. Ten change orders were executed for a total credit of ($28,587.38) and unit price over -runs of $52,146.90 were mainly due to unexpected site changes and utility conflict resolutions. A retainage bond is being held by the City. Final project costs were under budget, and funding was received by the Washington State Regional Mobility Grant and park impact fees. Expenses Construction Contract Amount (pre-tax) $6,285,520.60 Change Order Nos. 1 to 10 ($28,587.38) Unit Price Over -runs 52,146.90 Total Contract Amount $6,309,080.12 RECOMMENDATION Council is being asked to formally accept and authorize the release of the retainage bond, subject to standard claim and lien release procedures, for the Tukwila Urban Center Pedestrian/Bicycle Bridge construction contract with SB Structures, LLC in the final amount of $6,309,080.12, and consider this item on the Consent Agenda at the February 24, 2020 Special Meeting. ATTACHMENT Notice of Completion, Contract #16-093 Photos WAPW Eng\PROJECTSIA- RW & RS Projects\TUC Ped Bicycle Bridge (90510403)1Construction\#.700 -Post Construction & Closeoutllnfo Memo for Ped Bridge closeout 1-21-20.docx 17 s'rwrt x 8fr� /HNJ .c�Y Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: January 21, 2020 Contractor's UBI Number: 602615583 Name & Mailing Address of Public Agency Department Use Only City of Tukwila Assigned to: 6200 Southcenter Boulevard Tukwila, WA 98188 Date Assigned: UBI Number: 179000208 Notice is hereby given relative to the completion of contract or project described below Project Name Contract Number Job Order Contracting Tukwila Urban Center Pedestrian/Bicycle Bridge 990510403 116-093 ElYes MNo Description of Work Done/Include Jobsite Address(es) Construction of a steel, twin -tied arch, 350 feet long pedestrian/bicycle bridge over the Green River with associated concrete approach structures. Also included bridge lighting, trail lighting, planting, and storm drainage structures. Federally funded transportation project? ❑ Yes Rf No (if yes, provide Contract Bond Statement below) Contractor's Name E-mail Address Affidavit ID* SB Structures, LLC iloch.l@scarsellabros.com 1907722 Contractor Address Telephone # P.O. Box 68847, Seattle, WA 98168 1253-872-6750 If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. VRetainage Bond ❑ Contract/Payment bond (valid for federally funded transportation projects) Name: Bond Number: Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted June 20, 2016 August 15, 2016 January 16, 2019 Were Subcontracters used on this project? If so, please complete Addendum A. Yes ❑ No Affidavit ID* - No L&I release will be granted until all affidavits are listed. Contract Amount Additions ( + ) Reductions (- ) Sub -Total Sales Tax Rate 0 (If various rates apply, please send a breakdown) Sales Tax Amount ' No sales tax - Rule 171 $ 6,285,520.60 $ 52,146.90 $ 28,587.38 $ 6,309,080.12 0.00 tvtit c: t nese two totals must ue Liquidated Damages $ 0.00 Amount Disbursed $ 6,309,080.12 Amount Retained $ 0.00 TOTAL $ 6,309,080.12 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Peter Lau Email Address: peter.lau@tukwilawa.gov Department of Revenue Public Works Section washingnxi state oM amnenr �r Labor & Industries (360) 704-5650 PWC@dor.wa.gov Contract Release (855) 545-8163, option # 4 ContractRelease@LNI. WA. GOV REV 31 0020e (10/26/15) F215-038-000 10-2014 Title: Senior Program Manager Phone Number: 206-431-2454 Employment Security f— Department Registration, Inquiry, Standards & Coordination Unit (360) 902-9450 publicworks@esd.wa.gov 18 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L&I release will be eranted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavit ID* Adam & Smith, Inc. 600251865 846089 Barnhart Crane and Rigging Co. 602576449 748900 Belarde Construction 601114553 856832 Best Parking Lot Cleaning, Inc. 601901928 825927 Central Steel, Inc. 600514550 774098 Conco Cement Company 601716374 858350 Conco Pumping, Inc. 601716374 855851 Concrete Technology Corp. 278033412 688931 Corliss Resources, Inc. 602237779 857310 Delmar Concrete CTNG&CRNG, LLC 603490906 798949 Evergreen Concrete Cutting, Inc. 601605667 784092 Harris Rebar Seattle, Inc. 601327419 774102 Jenkins Pipeline Services, LLC 603180313 862344 Jobsite Stud Welding, Inc. 602326327 738907 Lanktree Land Surveying, Inc. 603213049 815121 Malcolm Drilling Co., Inc. 600535337 770963 Miles Sand & Gravel Company 171004760 773030 Miles Sand & Gravel Company 171004760 856596 Ness Cranes 602493962 838755 North Pacific Indsrl Ctngs, LLC 602974337 717636 Olson Brothers Pro -Vac, LLC 602170975 839853 Purcell Painting & Coatings 602440422 831857 Ralph's Concrete Pumping 578085430 765405 Ralph's Concrete Pumping 578085430 772946 Sapp Trucking, LLC 603507755 837720 Scarsella Bros., Inc. 578035242 857046 Skyline Landscape, LLC 603018209 855697 Snell Crane Service, Inc. 601626799 837471 Streich Bros., Inc. 278049619 767965 Totem Electric of Tacoma, Inc. 278043550 778477 Trade -Marx Sign & Display Corp. 601169201 838371 Ventilation Power Cleaning, Inc. 578089188 837845 Wrecking Ball Demolition, LLC 601878379 668428 For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/15) F215-038-000 10-2014 IN City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Henry Hash, Public Works Director BY: Hari Ponnekanti, Deputy PW Director CC: Mayor Allan Ekberg DATE: January 31, 2020 SUBJECT: Public Works Fleet & Facilities Buildinq & Minkler Improvements Project Nos. 91630601, 91930606 Project Update and Consultant Agreement ISSUE Approve a geo-tech consultant contract and provide an update on the PW Fleet and Facilities tenant improvements and Minkler Shop Upgrades. BACKGROUND On 12/2/19, Council approved the PW Fleet and Facilities tenant improvements project budget in the amount of $9.5 million dollars and the Minkler Interim Improvements budget in the amount of $500,000. The total budget for PW Fleet and Facilities is $35,700,000.00 with funding split 50/50 with the General Fund and Water/Sewer/ SWM Utilities. DISCUSSION PW Fleet and Facilities Tenant Improvement 1. Demolition of the two outbuildings is complete. See attached progress pictures. 2. Approve the attached geo-tech contract for evaluating seismic design for tenant improvements with Hartcrowser Associates in the amount not to exceed $80,000. Minkler Shops Interim Improvements 3. Saybr's (JOC) re-evaluating the project scope and cost estimates. PHASE 1 FINANCIAL IMPACT Expenditures 2019/2020 Budget Land & Master Plan (2017-2019) $ 26,102,880.84 SHKS Design Am No. 2 570,768.00 Geo-tech Engineering Services 80,000.00 Estimate - Soft Costs 2,229,232.00 Estimate - Construction 6,700,000.00 Funding - General Fund $17,850,000.00 Funding - Utilities 17,850,000.00 Estimate Minkler Interim Improvements 500,000.00 500,000.00 Total $ 36,182,880.84 $ 36,200,000.00 RECOMMENDATION Council is being asked to approve the contract with Hartcrowser Associates for geo-tech engineering services in the amount not -to exceed $80,000.00 for the Public Works Fleet and Facilities Building and consider this item on the Consent Agenda at the February 24, 2020 Special Meeting. Attachments: Photos Consultant Agreement WAPW EngTROJECTSW BG Projects101 Public Safety PlanIPW Shops First Phase (91630601)IInfo Memo for PW F & F Update 01312020.docx 21 N_"� amp 4 CONSULTANT AGREEMENT FOR GEOTECHNICAL ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Hartcrowser, Associates hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform on -call engineering services in connection with the project titled City Of Tukwila PW Fleet and Facilities Building Tenant Improvements Project. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December, 31, 2020 unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December, 31, 2020 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "A, provided that the total amount of payment to the Consultant shall not exceed $80,000 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers, to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 23 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 24 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 25 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at anytime by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Hartcrowser, Associates 3131 Elliott Avenue, Ste 600 Seattle, WA 98121 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 26 DATED this CITY OF TUKWILA Allan Ekberg, Mayor Attest/Authenticated: City Clerk, Christy O'Flaherty day of 120 CONSULTANT By: Printed Name: Title: Approved as to Form: Office of the City Attorney 27 28 TO: FROM BY: CC: DATE: City of Tukwila Allan Ekberg, Mayor Public Works Department- Henry Hash, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Henry Hash, Public Works Director Hari Ponnekanti, City Engineer Mayor Allan Ekberg January 31, 2020 SUBJECT: 42nd Ave South Bridge Replacement Project No. 91810404 Project Update and Next Steps ISSUE Provide an update and seek direction on the next steps for the 42nd Avenue South Bridge Replacement funding and potential options moving forward. BACKGROUND The City applied to the Federal Bridge Replacement Advisory Committee (BRAC) through Washington State Department of Transportation (WSDOT) Local Programs for grant funding in April 2019. The City was informed in November that the 42nd Ave South Bridge Replacement Project was not selected. At the December 3, 2019 Transportation and Infrastructure meeting, the Committee directed that additional analysis be performed to weigh the options moving forward. Currently, the 42nd Ave S Bridge has a sufficiency rating of 7.56. The sufficiency rating formula is a method of evaluating highway bridge data by calculating four separate factors to obtain a numeric value which is indicative of the bridge sufficiency to remain in service. The sufficiency rating considers a number of factors, only about half of which relate to the condition of the bridge itself. The sufficiency ratings for bridges are part of a formula used by the Federal Highway Administration when it allocates federal funds to the states for bridge replacement. Some of the factors to calculate the sufficiency rating are: 1) Structural Adequacy 2) Serviceability and Functional Obsolescence 3) Special Reductions Although the 42nd Ave S Bridge has a sufficiency rating of 7.56, there are no known major structural deficiencies. A more in-depth structural analysis will provide further information about the condition of the bridge. ANALYSIS The Public Works Department proposes three options moving forward. Option 1 Continue to monitor the bridge conditions, continue the bi-annual (routine) and fracture critical inspections through King County inspectors, and reapply for the BRAC grant. 29 W1PW EngTROJECTSW RW & RS Projects142nd Ave S Bridge Replacement (91810404)Iln/oMemo_42nd Ave Next Steps 01312020.docx Informational Memo Page 2 Option 2 Perform a more in-depth structural inspection using non-destructive testing to better understand how the bridge steel is performing internally. The inspection will include ultrasonic thickness measurements of gusset plates and steel members that exhibit areas of corrosion and pack rust. The inspection will also include a mag-particle inspection in areas of concern to identify if cracks in the steel members are present. There is a possibility that one lane or both lanes of traffic (up to two weeks) will need to be closed during the inspection to allow the inspector access with a bucket truck or Under Bridge Inspection Truck (UBIT). The results of the in-depth inspection will illustrate what is happening internally with the steel at the critical locations. Staff will return to Committee with the in-depth inspection report. Option 3 Begin 30% design to have a "shovel ready" bridge project to better position the City to receiving funds from other sources. Having the 30% design allows the City to have a physical product to present to potential funders, including a future statewide transportation package, direct allocation from the State capital budget, Freight Mobility Investment Board (FMSIB), State Transportation Improvement Board, and Federal grants. Also, having the design illustrates the City's commitment to this project if/when the City reapplies for the BRAC grant. FINANCIAL IMPACT Staff estimates that the in-depth inspection costs described in Option 2 will be up to $39,000 and is available in the current 2019/2020 Annual Bridge Inspection budget. For Option 3, the current approximate cost to perform the 30% design is $1.5 million and would take at least six months to complete from the date the contract is awarded. Funding will need to be allocated. The City has the opportunity beyond the Federal BRAC grant to explore other possible funding partners or other funding sources to accelerate the replacement of the bridge. 2019/2020 2019/2020 Projects Expenditures Bridge Budget Annual Bridge Inspections $ 44,800 $ 335,000 TranTech Bridge Support 107,384 S 1961h/200th Bridge Repair 477,679 335,000 42nd Ave S Bridge Inspection 39,000 Total $ 668,863 $ 670,000 42"d Ave S Bridge Design 30% $ 1,500,000 $ 320,000 Solid Waste Utility Tax 680,000 Total $ 1,500,000 $ 1,000,000 RECOMMENDATION Staff will continue with Option 1 and recommends Option 2 with the $39,000 in-depth analysis and Option 3 to begin 30% design of the 42nd Ave S Bridge. If Committee agrees, staff will return with the in-depth analysis results, estimated to be available in the third quarter of 2020. Concurrently, staff recommends working with the Finance Committee to determine how the City can fund the 30% design. Attachments: Pages 15 and 17, 2019 CIP 42nd Avenue South Bridge Structural Assessment Report 08109700 Tukwila 42nd Ave S Bridge Funding Submittal 20190424 BRAC FFY 2019 Local Bridge Awards 30 W:\PW Eng\PROJECTSW- RW & RS Projects\42nd Ave S Bridge Replacement (91810404)\InfoMemo_42nd Ave Next Steps 01312020.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: 42nd Ave S Bridge Replacement Project No. 91810404 DESCRIPTION: Design and construct a replacement structure for the existing 42nd Ave S Bridge near the Tukwila Community Center. JUSTIFICATION: The current bridge has a sufficiency rating of 7.6 (out of 100), is load restricted for AASHTO Type 3 trucks and is structurally deficient. Truck speed was reduced to 15 mph in 2018. STATUS: New project for 2019 - 2024 CIP. In 2017, Bridge Replacement Advisory Committee (BRAC) funding was submitted, but not awarded. If there is a BRAC funding round in 2019, staff will apply for those grant funds. MAINT. IMPACT: New bridge. BRAC funding would be at 80% match for up to $12.5 million. Project partners may include BNSF COMMENT: Railroad as they have over 1,800 trips a day on the 42nd Ave S Bridge and it is the only ingress/egress available for their intermodal yard. FINANCIAL Through Estimated (in $000's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 1,600 1,600 Land (R/W) 1,000 1,000 Wetland Mitigation/Monitoring 250 250 250 750 Const. Mgmt. 750 750 1,500 Construction 5,500 5,400 10,900 TOTAL EXPENSES 0 0 0 1,600 1,250 6,500 6,400 0 0 15,750 FUND SOURCES Awarded Grant 0 Proposed Grant 1,280 800 5,000 4,920 12,000 Fund Balance -Bond 450 1,500 1,480 3,430 Mitigation 0 City Oper. Revenue 0 0 0 320 0 0 0 0 0 320 TOTAL SOURCES 0 0 0 1,600 1,250 6,500 6,400 0 0 15,750 Project Location 1 7 sl S !a a N = C ■ • `S1 t �% 1 _ A LL aA a \ N S � 7 St 1 L � Ste SLa 1 as L_ ' m � $ 3D St ■ 31 2019 - 2024 Capital Improvement Program 15 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: Annual Bridge Inspections and Repairs Project No. 9XX10402 DESCRIPTION: Ongoing program of bi-annual inspections, repairs, painting and rehabilitation of the 22 City bridges. Federally required program identifies safety or repair needs in the early stages to minimize hazards and JUSTIFICATION: costs. The number of bridge inspections necessary each year can vary year to year. Inspection frequencies vary from bridge to bridge and King County has provided some inspection services. STATUS: Construction projects will be determined from inspection reports and noted deficiencies/problems. MAINT. IMPACT: Reduces maintenance costs. COMMENT: Ongoing project, only one year actuals are shown in the first column. FINANCIAL Through Estimated (in $000's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 141 45 45 45 55 55 65 65 65 581 Land (R/W) 0 Const. Mgmt. 1 40 40 40 50 50 60 60 60 401 Construction 32 250 250 250 300 300 325 325 325 2,357 TOTAL EXPENSES 174 335 335 335 405 405 450 450 450 3,339 FUND SOURCES Awarded Grant Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 174 335 335 335 405 405 450 450 450 3,339 TOTAL SOURCES 174 335 335 335 405 405 450 450 450 3,339 Project Location: Entire System i w 6 r7 r-� 32 2019 - 2024 Capital Improvement Program 17 J 47 i rti . ■ f f r � + tl o dr IL �i + 'Artip )6 + ■ f 44i r a. i t �'t• ram• r r* JOIN .11 F { r ` a IL r i � i E I a + ' , t'F 7.F I JFWa., • ; h' - MW The City of Tukwila Public Works August 2017 it ?i q6 Y i ■ 42nd Avenue South Bridge Structural Assessment Executive Summary The 42nd Avenue South Bridge is a 3-span 280-foot-long bridge built in 1949. The bridge is composed of a 220-foot-long fracture critical steel thru-truss main span with 30-foot- long concrete T-beam approach spans at each end. The existing bridge is both Structurally Deficient and Functionally Obsolete. A three-tier structure assessment has revealed that there are critical structural elements within the 42nd Ave bridge structure that have deteriorated into poor conditions. The examples of these are the short plinth columns at the bridge approaches, truss gusset plates, and main span deck structure. The bridge is currently nearing the end of its service life and requires strengthening, repainting, deck work, a seismic retrofit, and scour protection, if it were to remain in service. The cost of this work would be prohibitively expensive and would exceed the cost of a new bridge. The proposed new structure will have the added advantages of being a redundant concrete bridge with very low life cycle maintenance costs to the Bridge Program or to the City of Tukwila. A cost estimate for the proposed replacement bridge is presented in Appendix C. Furthermore, it is recommended that until the bridge can be replaced, the interim inspection frequency remains at a six-month interval with special attention being paid to the critical structural elements identified in the structural analysis presented here. A monitoring plan has been developed and will be implemented by the City of Tukwila until bridge funding can be secured and the bridge can be replaced. 34 Table of Contents Page 1. Introduction..............................................................................................1 2. Structural Assessment............................................................................ 2.1 Tier 1 - Bridge Inspections........................................................2 2.2 Tier 2 - Structural Analysis, Piers 2 and 3 Column Damage ............ 3 2.3 Tier 3 - Updated Load Rating Analysis.......................................4 3. Concluding Remarks...................................................................4 APPENDICES A Current Inspection Report B Current Load Rating Summary C Bridge Replacement Estimate 35 1. INTRODUCTION The 42nd Avenue South Bridge is a 3-span 280-foot-long bridge built in 1949. The bridge is composed of a 220-foot-long fracture critical steel thru-truss main span with 30-foot- long concrete T-beam approach spans at each end. The existing bridge is both Structurally Deficient and Functionally Obsolete. The plans for the existing bridge are available under the "Records/Plans" tab in the WSDOT Bridge Inspection Application. The bridge is located within the City of Tukwila on a sharp bend of the Duwamish River that produces turbulent high velocity flows at the truss abutments. These frequent flows have caused scour damage at the bridge abutments and at the north approach roadway. Because the bridge foundation depths are unknown and there is active scour, the City has implemented a scour Plan of Action (POA) for high flow events. Additionally, existing riprap at Pier 2 is either washing away or is falling into a scour hole developing on the river side of the pier. The bridge is the only access for the BNSF intermodal yard located at the end of South 124th Street as other routes into the yard prohibit trucks. As a result, the bridge has been subjected to an unusually high percentage of truck traffic constantly crossing the bridge around the clock. The City of Tukwila has struggled for years to maintain the bridge. Maintenance projects includ a major paint project in the mid- 1990's and a significant project to rebuild the north bridge approach after erosion, caused by scour, threatened the existing roadway. This problem is currently resurfacing even after the City installed a sheet pile wall to protect the approach. A dramatic illustration is the sinking of the north approach guardrail posts with a section of the rail currently at almost ground level. There is also the ongoing problem of keeping the bridge clean enough to perform valid inspections. Cleaning the bridge adds significant cost to the already expensive fracture critical inspections as well as adding equipment scheduling complications. In addition to the substructure problems, the deck and floor system are in distress as evidenced by significant loud floor system creaking and deck panel banging under traffic. These problems have been reported by bridge inspectors and Tukwila 36 Maintenance for years. These noises cannot be associated with specific damage at this point but are worrisome in a fracture critical bridge subjected to extreme fatigue stresses by the heavy truck traffic. The bridge is currently nearing the end of its service life and would require strengthening, repainting, deck work, a seismic retrofit, and scour protection, if it were to remain in service. The cost of this work would be prohibitively expensive and would exceed the cost of a new bridge. The proposed new structure will have the added advantage of being a redundant concrete bridge with very low life cycle maintenance costs to the Bridge Program and to the City of Tukwila. 2. STRUCTURAL ASSESSMENT The structural assessment activities performed as part of this study have a three-tier approach that is described in detail in the following sections: 2.1 Tier 1 - Bridge Inspections The 42" d Avenue South Bridge has been inspected on an increased frequency (a reduced frequency duration) since 2014. The frequency change started at 12 months and is now set at a six-month interval for Interim Inspections. These inspections focused on monitoring the damaged short concrete plinth columns supporting the approach span girder bearings at piers 2 and 3 and bridge gusset plates. Since 2014, the bridge has also undergone several in-depth and routine bridge inspections with the most recent being in spring of 2017. The observations and data obtained from these inspections has been utilized in a new comprehensive load rating per WSDOT and AASHTO recommended Load Factor Rating requirements that includes gusset plate and Emergency Vehicle (EV) ratings. The new load rating is described in further detail in the following sections. The in-depth and interim inspections, some of which were performed with UBIT special access and after bridge cleaning to ensure a valid inspection, indicate that approximately one third of the truss structure is now in BMS Condition State 3 and that the Substructure Overall Condition rating is at a 4-code because of critical damage to the concrete plinth columns at Piers 2 and 3. Please see Appendix A for the latest Inspection Report. The resulting Sufficiency Rating has dropped in steps as the inspection and analysis has progressed, reaching its current level of 7.56 SD. The new load rating indicates that posting of the bridge for legal loads, single hauling vehicles, and emergency vehicles is necessary. The City is currently implementing the NBIS load posting requirements. 4 37 2.2 Tier 2 - Structural Assessment — Piers 2 and 3 Column Damages The City of Tukwila has initiated a structural evaluation of the short concrete approach span, girder support columns at Piers 2 and 3. The deterioration of these columns was listed as one of the main reasons for the reduction of the Substructure Overall Code to 4 (i.e., Poor Condition) as reported in the 2015 bridge inspection report. This engineering analysis is supporting information to justify the request for bridge replacement funding from the WSDOT administered Local Bridge Program. The results of the structural analyses are summarized below. Eight short plinth columns support the concrete T-beams of approach Spans 1 and 3. The girders sit on a rocker bearing installed on top of each plinth. These bearings are completely frozen by pack rust and deterioration. In addition, the rocker bearings for the truss span at Pier 2 appear have been frozen or locked in the expansion direction for years. Each column has six number seven vertical shear friction bars at their interface with the pier wall. First, the plinth columns were analyzed for temperature and vehicular breaking force induced stresses. These results showed that the demand forces are not large enough to create the observed damage. Next, seismic forces were analyzed and were shown to be large enough to yield the interface of the short columns and the piers wall as the forces are transferred through the semi rigid link caused by the frozen bearings. This condition is accentuated at the obtuse corner (i.e northwest corner of the Pier 3). . Column Plinth 3A at The existing bridge design, which includes an extreme skew of 38°, puts these columns at additional risk from seismic events as well as from normal temperature and traffic forces as torque forces are developed and added to the high shear forces. The interface cracking has been documented since 2001 (upper photo) and the cracks are currently opening and starting to spall. In addition, there has been documented evidence for many years of the deterioration of the reinforcing steel as evidenced by rusty AWL leaching. These problems may have been initiated during the April 29, 1965 South Sound Earthquake and were likely compounded by the February 28, 2001 Nisqually earthquake. However, the damage is aggravated daily by the constant truck traffic and seasonally due to normal temperature 3 38 forces. This constant cyclical bombardment of Column 3A make it a failure risk for Span 3. Since the rocker bearings located on the plinths are all completely frozen, there is a semi -rigid link allowing these high magnitude forces to be transmitted through Span 3 to the North Abutment, Pier 4. Again, due to the bridge's large skew, a concentration of force is toward the northwest side of the abutment as illustrated by the damage at this location. This concentration of force may play a role in the continued settlement issues of the north bridge approach roadway at the steel sheet pile wall repair mentioned above. 2.3 Tier 3 - Updated Load Rating Analysis A gusset plate load rating update was performed in November 2014 that did not consider the coding changes made during the condition assessments performed in the Spring of 2015. A new comprehensive Load Rating Report was completed in August 2017 as part of the funding analysis as well as to evaluate the bridge for emergency vehicles. The new load rating indicates that the deck and gusset plates have ratings that are below 1.0 with respect to the legal trucks and that the gusset plates control. TranTech has ranked the gusset plates by their criticality and has identified the failure mechanism of each plate. This information will be used to focus the gusset plate inspection during future interim and routine bridge inspections. The rating outcome has further reduced the bridge's capacity and the resulting Sufficiency Rating. A copy of the Summary Sheet from the new load rating is attached in Appendix B. 3. CONCLUDING REMARKS A three-tier structure assessment has revealed that there are critical structural elements of the 42" d Ave bridge structure that have deteriorated to poor conditions. Examples are the short columns at the bridge approaches, truss gusset plates, and main span deck structure. Rehabilitation of this structure would be prohibitively expensive and a bridge replacement is recommended. A cost estimate for this bridge replacement is presented in Appendix C. Furthermore, it is recommended that until the bridge can be replaced, the interim inspection frequency remains at a six-month interval with special attention being paid to the critical structural elements identified in the structural analysis. A monitoring plan has been developed and will be implemented by the City of Tukwila until bridge funding can be secured and the bridge can be replaced. 4 39 TRANTECH 6 I'Enginee ing PLC 40 ■ BRIDGE INSPECTION REPORT Status: Released Printed On: 8/17/2017 Agency: TUKWILA CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Route Under Inspector's Signature GDG Cert # G0014 Cert Exp Date 5/12/2021 Co -Inspector's Signature Page 1 of 8 Mile Post 1.04 Mile Post 2 2 9 8 6 5 4 9 5 N 4 1 M 10 7 7 6 Structural Eval (1657) Deck Geometry (1658) Underclearance (1659) Alignment (1661) Deck Overall (1663) Superstructure (1671) Substructure (1676) Culvert (1678) Chan/Protection (1677) Pier/Abut/Prot (1679) Drain Cond (7664) Drain Status (7665) Deck Scaling (7666) Scaling Pct (7667) Deck Rutting (7669) Exposed Rebar (7670) Curb Cond (7672) 27 23 0.77 16 14 0.46 5 3 A 8 U N 6 5 6 7 9 Operating Tons (1552) 0.65 Op RF (1553) Inventory Tons (1555) 0.39 Inv RF (1556) Operating Level (1660) Open/Closed (1293) Waterway (1662) Scour (1680) Soundings Flag (2693) Revise Rating (2688) Photos Flag (2691) Measure CImc (2694) Sdwk Cond (7673) Paint Cond (7674) Approach Cond (7681) Retaining Wall (7682) Pier Prot (7683) 2 No Utilities (2675) 1 Bridge Rails (1684) 0 Transition (1685) 0 Guardrails (1686) 0 Terminals (1687) 0.00 Asphalt Depth (2610) 6.00 Design Curb Ht (2611) 40.0 Bridge Rail Ht (2612) 1949 Year Built (1332) 0 Year Rebuilt (1336) Y Subj to NBIS (2614) Alpha Span Type: Inspections Performed: Freq Hrs Date Rep Type 12 6.0 4/26/2017 Routine 24 6.0 4/26/2017 Fract Crit UW Special 24 1.0 2/26/2016 Interim UWI Damage Safety Short Span In Depth Geometric 5 STrus Sufficiency Rating 7.56 SD High Risk BMS Elements Element Element Description Total Units State 1 State 2 State 3 State 4 12 Concrete Deck 6,816 SF 6,811 0 5 0 35 Concrete Deck Soffit 6,816 SF 6,812 0 4 0 110 Concrete Girder 256 LF 256 0 0 0 113 Steel Stringer 1,100 LF 1,050 0 50 0 126 Steel Thru Truss 440 LF 286 0 154 0 133 Truss Gusset Plates 40 EA 20 0 20 0 152 Steel Floor Beam 332 LF 282 50 0 0 205 Concrete Pile/Column 18 EA 10 0 8 0 212 Concrete Submerged Pier Wall 74 LF 71 3 0 0 215 Concrete Abutment 76 LF 66 0 10 0 234 Concrete Pier Cap/Crossbeam 149 LF 149 0 0 0 266 Concrete Sidewalk & Supports 1,100 SF 1,100 0 0 0 311 Moveable Bearing (roller, sliding, etc) 10 EA 2 0 0 8 313 Fixed Bearing 2 EA 2 0 61 0 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd BRIDGE INSPECTION REPORT Page 2 of 8 Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. No. TUKWILA-14 SID 08109700 Br. Name 42ND AVENUE SOUTH BR Carrying 42ND AVE SO Route On 01037 Mile Post 1.04 Intersecting DUWAMISH RIVER Route Under Mile Post BMS Elements (Continued) Element Element Description Total Units State 1 State 2 State 3 State 4 330 Metal Bridge Railing 568 LF 456 100 12 0 340 Metal Pedestrian Railing 284 LF 284 0 0 0 357 Pack Rust 50 EA 46 4 0 0 361 Scour 4 EA 2 2 0 0 362 (Discontinued) Impact Damage 1 EA 1 0 0 0 402 Open Concrete Joint 216 LF 0 0 216 0 408 Steel Sliding Plate 48 LF 0 0 48 0 901 Red Lead Alkyd Paint System 17,000 SF 11,800 4,000 1,000 200 Notes 0 ORIENTATION Beginning of bridge at south abutment (nearest traffic signal at Interurban Ave). 1 FRACTURE CRITICAL INSPECTION This includes visual inspection of truss tension members, bottom chords, floor beams, diagonal and vertical members. See Fracture Critical Report in Files Tab. 3 UBIT 60 UBIT can deploy through both sides of truss. However, the bridge deck is narrow with low portals and sways. Suggest closing the bridge for next UBIT inspection due to the bouncing motion of the UBIT caused by the high volume of truck traffic on the bridge. Also added congestion to main arterial Interurban Ave S from the in inadequate approach distance on 42nd Ave S to south portal of the bridge. TRANSIENTS Activity under Span 3. Garbage accumulated, litter and needles on top of cap 3. 11 EV2 RF = 0.62 EV3 RF = 0.42 LOAD RATING Gusset Plate at L2U1-East controls. A new load rating has been performed (August 2017) and the bridge requires load posting for AASHTO 2 and 3, SHV 5,6,&7, and EV 2 and 3. The City is in the process of implementing the posting requirements. 12 CONCRETE DECK (SURFACE) Open joints at floorbeam. Exposed aggregate in wheel lines and slight rutting. Moderate scaling, pop -outs and mudball voids scattered throughout surface. Longitudinal cracks concentrated near ends of bridge, some porosity. North bound lane: 4"-6" pavement spall. South bound lane: 6" loose pavement near double yellow line. 35 CONCRETE DECK SOFFIT Diagonal hairline leaching cracks near steel stringers. Deck fillets are spalled in several locations along top flanges of floorbeams. Many short exposed rebar in edge overhangs due to lack of cover and poor consolidation of concrete. Scattered hairline transverse rusty leaching cracks in soffit. Moderate sized pockets of poor consolidation - spans 2-4 thru 2-7. 110 CONCRETE GIRDER Four lines of CIP concrete T-beams in Spans 1 and 3. Webs have hairline vertical and diagonal cracks. 1A - Vertical crack near Pier 2 End diaphragm @ Pier 3 - hairline vertical leaching cracks Span 3 griders are coverd with soot 113 STEEL STRINGER Five lines of stringers (5x220=1100 LF). Square cope at connection to floorbeams, no cracks observed. Rusty top flanges. Mud staining on outside stringers. Rust blisters on a few copes. El BRIDGE INSPECTION REPORT Page 3 of 8 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Route On 01037 Route Under Mile Post 1.04 Mile Post Notes (Continued) 126 STEEL THRU TRUSS GENERAL: See 2017 FCR for detail on fracture critical members. Lower panel points were dry cleaned prior to inspection. Upper panel points and those connecting members are covered in guano droppings, active nests in upper chords and owls nest at L4E. Debris building up in bottom chord. See note #133 Gusset Plates PACK RUST: Pack rust is starting to develop in all built-up members but hasn't reached the point of popping rivet heads. - Up to 1/8" pack rust in seams of tension and compression diagonals. - Pack rust between bottom lateral gusset plates and bottom chord has caused bulging up to 3/8" at most chord joints. - Pack rust between interior cover plates and bottom chord channel has caused warping of cover plate up to 1/4". - Bottom laterals have seam rust and pack rust up to 3/8" along tops of members. - Bottom chords two channel beams from L2 to L8 E&W addition plates riveted to webs, pack rust forming between channel webs and plates distorting up to 1/8" between rivets. - Upper chords seam rust along channel/plate seams throughout. PORTALS & SWAYS: SOUTH PORTAL, U1 W-U2E: High load traffic damage to south portal and sway frame. North flange of south portal is bent north 3" over 2 ft length. Bottom flange of sway is pushed up 2" over 8" length. Top flange of sway has a sine -wave shaped crimp, 1" over 7" length. Center of sway is bent 1'-0" to north. -SWAY M1 W-M2E: Impact damage to sway, pushed 5" to north with flanges buckled. SWAY M2W-M3E: Minor impact damage. U5W: Paint blister and minor pack rust along edge of top chord. L7W: 2 rusty rivet heads on bottom plate. L7-U7E: Paint failure at SW. L7-L8W: Pack rust on lower chord. L8W: Pack rust 1/8" on bottom plate. L9W-U9W: Pitting up to 1/8" near top of bottom gusset plate. L9W: Gusset plate 7/16" thick. Pack rust 1/8" on bottom plate and 1/4" V.P. 133 STEEL GUSSET PLATES 20 gusset plates per truss line. High bird activity. Bottom lateral gusset plates at bottom chord have pack rust causing bulging up to 3/8" at most chord joints. Interior cover plates at bottom chord channel have pack rust causing warping of cover plate up to 1/4". Interior rivet heads have blistered paint or lack paint, many are heavily rusted. 5LE bottom plate has two deformed rivet heads. 152 STEEL FLOOR BEAM Two skewed end floorbeams and ten transverse floorbeams (2x33.6+10x26.5=332 LF). Dirt and mud at connections to truss. Laminar rust along top flange with minor section loss (<2%). 205 CONCRETE PILE Five concrete piles each at Piers 1 and 4, with cap and backwall. Rough concrete and a few hairline cracks at cap interface. 1C: 10" spall with exposed rebar. 4A, 4B, 4C: Hairline horizontal cracks at about 1 ft. spacing. CONCRETE COLUMNS: 28" tall concrete columns support the sliding plate bearings at Piers 2 & 3. 2A: Horizontal crack at cap interface, exposed rusty rebar, corners are spalled off, NW corner of bearing is unsupported. 2B: Horizontal crack at cap interface, exposed rusty rebar, large spalls in NW corner of bearing is unsupported. 2C: Horizontal crack at cap interface, exposed 4" section of rusty rebar 2D: Hairline crack at cap interface, SE corner is spalled off (18" high by 4" deep) 3A: Horizontal cracks at cap interface 3B: Horizontal cracks at cap interface 3C: 12" of horizontal rebar exposed on south side 3D: Hairline crack at cap interface 212 CONCRETE SUBMERGED PIER WALL Hairline vertical cracks in pier walls. Many 1-1/2" shallow form tie holes in both walls. Pier 2: water abrasion along north face. Pier 3: Three 12" x 12" x 1" deep areas of abrasion in south face. 215 CONCRETE ABUTMENT Both backwalls have a few hairline vertical cracks throughout. Graffiti at face of abutment. Pier 4: gap under backwall from pile 4A through 4D, minor erosion/sloughing. NW wingwall: open diagonal crack above top of cap to ground line (1.75" gap at top) with 2 ft x 8" x 6" deep spall with 5" exposed rebar. NE wingwall: 8" x 6" x 3" deep spall. Two steel plates attached on the east side of north abutment wall at the NE corner bridge rail. MONITOR NOTES 2/25/2016 Pier 2 concrete columns - no change noted. Pier 3 concrete columns - Heavy graffiti on north face of column of all columns and pier cap. Change noted in column 3A; north face - cracks at base along interface with pier cap, full width. Cracks are narrow to open, some new chips and small spalls along crack line. Column is tilted to the north 1.5 degrees. Abutment 4 - west corner at wingwall interface. 2016: Gap is 1.75" at top horizontal face. Concrete piles with transverse cracks - no change 43 Status: Released BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA Page 4 of 8 CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. No. TUKWILA-14 SID 08109700 Br. Name 42ND AVENUE SOUTH BR Carrying 42ND AVE SO Route On 01037 Mile Post 1.04 Intersecting DUWAMISH RIVER Route Under Mile Post Notes (Continued 234 CONCRETE PIER CAP Hairline vertical cracks in perimeter, tops are covered with mud, moss and transient debris. Pier 2 - spall with exposed rebar NW, north & SE face. Pier-3. Caps have open form tie holes. Pier 4 : 4A, 4B & 4C top of beam cap spall across width of stringer. 266 CONCRETE SIDEWALK & SUPPORTS Surface: Transverse cracks at panel points, open up to 1/8", small spalls starting to form. ACP at south approach to sidewalk is steep (Repair #12316). Vegetation growing along edge next to east truss line. Soffit: Many hairline transverse cracks leaching on underside. Form anchors still in place on soffit along channel web. Supports: Steel knee braces support sidewalk in Span 2. Top clips at truss are separating due to pack rust. 311 MOVEABLE BEARING Rocker Bearings- Truss: Both bearings 2-1A & 2-1 B are tipped 5° expanded, temperature was 44' F. Rocker Bearings - approach spans. Eight skewed steel bearings, each bearing has two hing bars. Bearings are mounted on concrete plinths at Piers 2 and 3. Pack rust between sole plates and hing bars on all bearings. Hing bars at 2A, 2D, 3-1A and 3-1D, are bulging up to 1/8" from pack rust, all eight bearings are frozen. SEE NOTE 1676 SUBSTRUCTURE - for details on the concrete plinths. 313 FIXED BEARING Two pinned shoe bearings at Pier 3, minor rust on edges. 330 METAL BRIDGE RAILING Retrofitted thrie beam has minor traffic scrapes throughout. Rail has loose connection at U5L5 in east truss and rattles under traffic. Curbs cracked open 1/8" over truss floorbeams. Tack welds broken on west rail, widespread. 340 METAL PEDESTRIAN RAILING Rail panel section loose at bottom tube connection to post, east sidewalk north of centerline of the river, between L4 & L5. 357 PACK RUST Seam rust and pack rust - most 1 /4" or less on built-up members throughout truss. 361 SCOUR, FIELD Pier 2 is located on the outside of a sharp meander bend in the Duwamish River. Riprap along Pier 2 has a scour scallop, about 8 to 10 feet in diameter at the center of pier, two relic piles are exposed in the scalloped area. During inspection flow increased velocity with the changing tide. The main thalweg flow is near the left bank at Pier 2; back eddies were noted along the center and downstream face of Pier 2. Riprap is scattered and missing along the downstream face of Pier 3. Gravel bar visible upstream of pier 3, right bank to mid channel. Riprap has scatted areas upstream and downstream along both banks. 2015 soundings show 2.5' deepening near Pier 2. Little change to gravel bar forming near Pier 3. SOUNDINGS: are taken from upstream rail at truss panel points: Year LO L1 L2 L3 L4 L5 L6 L7 L8 L9 L10 2015 18.5 30.5 41.5 44.5 40.5 36.0 29.7 28.5 26.5 23.5 16.0 2014 119.0 130.5 139.0 142.0 139.5 134.0 128.5 128.0 126.5 123.5 115.0 2013 118.8 130.2 141.0 142.0 142.0 135.0 130.0 127.5 126.0 123.8 116.0 2007 118.5 130.5 140.0 143.5 143.0 137.5 131.0 128.5 127.0 125.5 115.0 Update soundings every two years or more often if lateral migration is suspected. Monitor riprap at low tide and low flow periods. 1 362 IMPACT DAMAGE Traffic impact damage to truss south portal and sway members. 402 JOINT FILLER Open joints over floorbeams; most of fabric fill is worn away, allowing mud and water to pump through onto floorbeam top flanges (Repair #12306). 44 Status: Released BRIDGE INSPECTION REPORT Printed On: 8/17/2017 Agency: TUKWILA Page 5 of 8 CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Notes (Continued Route On 01037 Mile Post 1.04 Route Under Mile Post 408 STEEL SLIDING PLATE Joints are full of dirt. D-spalls and delaminations along edges of both joints. Water leaks through joint onto truss main piers. MEASUREMENTS: are taken at center line of each joint. YEAR TEMP TIME PIER 2 (WEST) PIER 3 (EAST) 2016 62 ° 09:00 1-0" 1-1/2" 2015 48° 09:20 7/8" 1-1/2" 2013 48° 11:00 15/16" 1-3/8" 2011 50° 15:30 15/16" 1-3/8" 2009 65° 10:00 1-0" 1-5/8" 2007 50° 08:00 1-1/2" 1-5/8" 2005 65° 10:00 1-01, 1-3/8" 901 RED LEAD ALKYD PAINT SYSTEM Top coat of paint on top chord has flaked off in many areas. There are a few rust spots where failed paint has exposed bare metal. Seam rust is bleeding through along edges of built-up members. Moss growth on some diagonal/vertical members. 1663 The Deck Overall code was downgraded based on deck and floor system deterioration. The deck panels are non -composite and are loose and banging on the floor system under traffic. In addition, the floor system is creaking and groaning under load. These problems are not revealing themselves in recordable damage but the loose deck panels and lack of continuity was taken into account in a new load rating update. 1676 SUBSTRUCTURE Code reduced to 4 due to condition of concrete plinths under rocker bearings at piers 2 and 3. Pier 2 plinth 2A, and 2B have open cracks at interface with pier cap. All plinths have large spalls with exposed rebar along edges, several are spalled under bearing plates. Pier 3 plinth 3A and 3B have open cracks at interface with pier cap. Several plinths have spalls with exposed rebar. Unknown pile tip elevation of piles supporting Piers 2 & 3. Channel thalweg is near pier 2, riprap is scattered. 1680 SCOUR , OFFICE Scour analysis done in 2014. Since pile tip elevations are not available, the scour code = "U". The channel is centered under L3-East and is slightly aggradating at piers 1, 2 and 3. Calculated contraction scour is 0.6 feet, local pier scour ranges between 6 feet and 13 feet depending on angle of attack. Plans indicate bottom of footing at -7.0, top of rail is estimated per plans at 28.0. 1685 TRANSITION Bridge rail transition at Pier 1 west side is missing approach guard rail. 1686 GUARDRAILS SE Traffic impact damage to approach rail flex beam. NW Approach rail is below standard height at settlement area, 18in to top of rail. 1687 TERMINAL Terminals not slotted. Attenuator is located at NE corner. 2675 NO. OF UTILITIES Two utilities are suspended from east edge under sidewalk: One 12" diameter steel waterline with mechanically restrained joints. One 6" diameter gas pipe. 2694 CLEARANCE Vertical clearance at portals and sway braces 3" from curb: East truss: E-MO - W-MO = 15'-3 1/8" E-M2 - W-M1 = 15'- 0 1/4" E-M3 - W-M2 = 15'-0" E-M4 - W-M3 = 15'-0" E-M5 - W-M4 = 15'-0 7/16" E-M6 - W-M5 = 15'-0 3/8" E-M7 - W-M6 = 15'-1 3/8" E-M8 - W-M7 = 15'-0 1/8" E-M9 - W-M8 = 15'-0 1/8" 7664 DRAINS Drains are plugged throughout. 45 BRIDGE INSPECTION REPORT Page 6 of 8 Status: Released Printed On: 8/17/2017 Agency: TUKWILA CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. No. TUKWILA-14 SID 08109700 Br. Name 42ND AVENUE SOUTH BR Carrying 42ND AVE SO Route On 01037 Mile Post 1.04 Intersecting DUWAMISH RIVER Route Under Mile Post Notes (Continued 7681 APPROACH ROADWAY Longitudinal and transverse cracking in ACP in both approaches. South approach - slight settlement. North approach - settlement at sheet pile wall and in southbound lane for 50 ft north of approach, longitudinal cracks and fault cracks around settled area, approximately 1" settlement. 7682 RETAINING WALL Sheet pile wall to retain NW approach fill, no defects noted. Repairs Repair No Pr R Repair Descriptions Noted Maint Verified 12306 1 B JOINTS SPAN 2: (MAH Revised 4/10/2015) 3/25/1998 Open Joints: Clean out open joints over floor beams thoroughly and fill with a flexible sealant, priority 1 due to corrosion at top flanges of floorbeams from leaking joints. 12316 1 B SIDEWALK: 4/12/2007 North approach - rework the sliding plate expansion joint so it is smooth with sidewalk. Deck - patch spalls near panel points, seal open cracks. 13469 1 B RAIL: 4/8/2013 SW transition is missing approach guard rail and terminal. SE guardrail is bent and deformed. NW guardrail has sunk down below acceptable standards. REPAIR - replace missing guard rail and terminal at SW corner, replace damaged rail at SE corner, reset NW rail and posts to bring rail up to standard height. 13471 1 B PAINT: 4/8/2013 Paint has failed in many locations on top of top chords of truss. Pack rust is forming in seams of all built-up members. Moist dirt and pigeon guano are trapped in truss panel points and will cause premature paint failure. Algae growing on many members. REPAIR - Thoroughly pressure wash clean truss of all dirt/algae/guano, prepare surface, paint bridge to encapsulate pack rust and protect truss members. Add bird deterrent at all panel points, upper and lower chords. 13473 1 B EXPANSION JOINT: 4/8/2013 Steel sliding plate expansion joints allows water and dirt to fall onto top of caps at Piers 2 and 3. The edges around the joints are chipped and spalled. REPAIR - Replace steel sliding plate expansion joints with either a strip seal with steel header or modular joint. 13474 S S SCOUR: 4/16/2013 Current scour code is coded "5" which means that foundation is stable for calculated scour depths. Need copy of pile tip elevations from city for bridge file. 46 Status: Released CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER BRIDGE INSPECTION REPORT Page 7 of 8 Printed On: 8/17/2017 Agency: TUKWILA CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Repairs (Continued) Repair No Pr R Repair Descriptions Noted Maint Verified 13475 2 B STRUCTURAL SUBSTRUCTURE: (RPH Revised 4/8/13) Concrete 4/16/2013 columns supporting sliding bearings at Piers 2 and 3 have horizontal cracks at cap interface, exposed rusty rebar, spalls and delaminations. Pier 2 - Cap has spall, with rusted rebar and open cracks up to .05mm. Pier 3 - heavily abraded at waterline. Pier 4 - columns 4A-C have horizontal cracks. Abutment backwall is undermining along west half. West wing wall has large open crack and spalls. REPAIRS: P2 and P3 bearing columns - recommend design seismic retrofit steel collar and construct around bearing columns, anchored to cap, then fill tight with epoxy. Pier 2 - cap clean exposed rebar and patch spalls, epoxy inject cracks. Pier 3 - clean and patch abraded areas of pier wall Pier 4 - FRP wrap columns 4 A-C. Reinforce west wingwall. Add quarryspall along abutment 4 and under span 3 to retain fill and discourage transient activity. 13476 2 B SCOUR: (RPH Revised 7/22/2014) Small scour scallops in left bank 4/17/2013 armor in front of Pier 2. Riprap is sparse and scattered through mudbar in front of Pier 3. Monitor the downstream inside face of Pier 3 at low water. REPAIR - Replace missing riprap along banks and in front of piers. 13478 1 B SWAY BRACES: 4/10/2015 Heat straighten south portal and sway E-M3/W-M2. Sway bracing measures 15'-0" three inches from curb. Vertical clearance signs are required for measured clearances less than or equal to 15'-3" Install warning signs at both portals with posted height 3" less than lowest measured clearance. Recommend raising portals and sways due to the high volume of truck traffic and existing damage to sway members. 13479 2 B BEARINGS: 4/10/2015 Main span rocker bearings at pier 2 are frozen in expanded position, fixed bearing at pier 3 are offset. Clean and reset main span bearings. Approach span bearings - slide bearing at pier 2 and 3 are corroded - possibly frozen. Replace sliding plates with elastomeric dynamic isolation bearings. 13480 2 B DECK 4/10/2015 SOFFIT - widespread honeycombed areas, spalls with exposed rebar east side of soffit. SURFACE - worn to aggregate, spalling along joints. Patches of light scaling. REPAIR: Chip any delamintaed concrete from exposed rebar, clean and seal exposed bar and patch spalls. Sack honeycombed areas throughout soffit. Shotblast deck surface, patch spalled areas and apply epoxy overlay. Inspections Performed and Resources Required Report Type Date Freq Hrs Insp CertNo Coinsp Note Routine 4/26/2017 12 6.0 ZZ G1414 TTT Fracture Critical 4/26/2017 24 6.0 ZZ G1414 TTT Resources Hours Min Pref Max Freq Date Need Date Override Notes UBIT 6.00 SDOT UBIT 60 USED 47 BRIDGE INSPECTION REPORT Status: Released Printed On: 8/17/2017 Agency: TUKWILA CD Guid: 4305b7a6-8599-4765-87ce-c492bac836bd CD Date: 7/27/2017 Program Mgr: Roman G. Peralta Br. No. TUKWILA-14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Route Under Page 8 of 8 Mile Post 1.04 Mile Post Inspections Performed and Resources Required (Continued) Report Type Date Freg Hrs !asp CertNo Coinsp Note Flagging 6.00 LOCAL AGENCY Flagging provided by City of Tukwila - contact Steve Carstens at 206-431-2446 Interim 2/26/2016 24 1.0 MAH G1103 BLR Inspect short concrete columns supporting bearings at piers 2 and 3. See Monitor Note 695 for details Resources Hours Min Pref Max Freq Date Need Date Override Notes Special Bring ladder to reach columns and bearings. Equipment Equipment 4/26/2017 24 6.0 ZZ G1414 TTT Resources Hours Min Pref Max Freq Date Need Date Override Notes UBIT 4.00 SDOT UBIT-60 USED Flagging 4.00 Flagging provided by City of Tukwila - contact Steve Carstens 206-431-2446. Informational 7/27/2017 GDG 00014 Updated load rating information with 2017 rating results. Downgraded Deck Overall to account for loose deck panels and floor system noise under traffic. These issues have were noted in inspections since 2014 were not noted. This change was made with the concurrance of the previous bridge inspector. 48 Washington State A Department of Transportation 1001 2009 Bridge ID Facilities Layout WSBIS Local Agency Inventory Report 2132 1019 1286 1021 2023 1156 2181 2183 2185 1188 1196 Structure ID Bridge Number Bridge Name N � City Location U o � 3 Latitude Longitude << o -0 m 08109700 TUKWILA-14 42ND AVENUE SOUTH BR 04 4 17 1320 .03 MI N OF INTERURBAN AV 10 23 04E 47° 29' 23.10" 122' 16' 49.00" 1232 1256 1274 7281 7283 1276 1285 1288 1289 1293 1292 2295 7296 Sufficiency Rating• Feature Intersected Facilities Carried Region r cn r cc FIPS o - - 0 Z = 2 m r = DUWAMISH RIVER 42ND AVE SO NW 11 0 72625 3 N A 4 Printed Date 7.56 Item 2710 SR 8/17/2017 SD Item 2711 SD/FO High Risk 1332 1336 1340 2346 1348 1352 1356 1360 1364 1367 1310 1312 1370 1374 1378 1379 1382 1383 1386 1387 1390 1394 1291 1397 Year Year Bridge Maximum Lanes Curb to Curb Out to Out Sidewalk Sidewalk v Min Vert Min Vert Vert Min Lat Lat Min Lat o v Nav Vert Nav Horiz Nav Vert Q Appr Built Rebuilt Length NBIS Len th g Span Length On Deck Width Deck Width Left Right g a Over Deck Under Code Under Right Code Under Left m n Clear Clear Lift Clear 0 Rdwy 1949 0 284 220 2 24.0 30.0 0.0 3.5 38 N 15' 00" 00,001, N 0.0 N 0.0 0 0 0 0 36 1432 1433 1434 1435 2440 1445 1451 1453 1457 1463 1467 1477 1469 2410 7479 1483 1484 14851486 1487 1489 1490 1354 1491 1495 1499 1413 2441 Crossing 0 N t` N N (D 0 1532 1533 1535 1536 1538 1541 1544 1545 1546 1547 1548 1549 1550 1551 1552 1553 1554 1555 1556 1585 1588 1590 7565 7557 w m Design Load Rating p n = m `D Truck Year of Future Linear Referencing LRS w Z Fed Aid Z 00 Cn i -n Funct. Z Lane c r m Horizontal Horizontal Max Vert 0 m r Cn -o m N �. Route Number Milepost ADT % ADT Future ADT DT Year System Sub LRS Milepost co Route # D = Class z Use Clearance Clearance Clearance o m m = Direction cn Route Dir Reverse Dir Route a 1 5 1 01037 1.04 10000 20 2014 11000 2034 01037 Y 1037 0 0 0 0 17 N 2 0 24'00" 15'00" 2 25 Main Main Appr Appr Number Number Service Service Deck Wearing Deck Design Oper Oper Oper Inv Inv Inv d o 0 Design Span p San p San p San p Main Appr pp On Under Type Surface Membrane Protect Load Rating g Rating g Rating g Rating g Rating g Rating g m Q m a- — m Border Structure ID Fed Aid Protect No � Exemption Material Design Material Design Spans Spans Code Method Tons Factor Method Tons Factor n 3 10 1 04 1 2 5 5 1 1 0 0 4 6 27 0.77 6 16 0.46 23 0.65 14 0.39 c 0 U a Q0 co co 00 6 4 2587 2588 2589 2590 2591 2592 2593 2594 2595 2596 7832 7833 7834 7835 7836 7837 7838 7839 7840 7841 1844 1846 1847 2853 2860 1867 1873 2870 1861 1879 2883 rn CDK w � w� Z Cn �< Cn cn< Cn rn< Cn �< OL1 OL2 w 1.21 1 0.90 0.84 1 0.73 1.11 1 0.98 0.88 0.81 0.65 0.34 Waterway/ Prop Imp v -n o ° o ° Cn N o (1 v 3 Cn U) a- s O � [n U7 3 U7 a 3 7 -0 o m o Stru Imp Roadway Cost Struct Cost Rdwy Cost Engr Cost Total Cost Estmt (n o0 m Q o Q c Q Q 3 Q m m F Length Width Per SF Year v — w3 B A N H 2 3 N A N 2 31 1 294 38 800 4469 894 3575 8938 2014 Y 7 U M Inspection Date Inspector Cert No Co -Inspector 2920 1990 2646 2649 2654 Inspection Date Inspector Cert No Co -Inspector Inspection Date Inspector Cert No Co -Inspector Routine UW Interim Inspection Fracture Critical Interim Report Types Special Feature In Depth Underwater Damage Safety Short Span Geometric Info 7/27/2017 GDG G0014 Inventory 49 --- TRANTECH Li zEngineering LLC 50 ■ BRIDGE RATING SUMMARY Bridge Name: 42ND AVENUE SOUTH BR Bridge Number: TUKWILA-14 Span Types: Steel Through Truss Bridge & AE2roach Slabs Bridge Length: 280' (220' Truss + 200' Approach Slab) Design Load: HS20-44 Rated By: VP Checked By: KN Date: 8/1/2017 i EXPIRES l42 Inspection Report Date 4/26/2017 Substructure Condition 4 Rating Method LFR 10"/Truss Deck Condition 6 Overlay Thickness & 2"/Approachl Superstructure Condition 5 Truck RF IN RF (OPR) Controlling Point AASHTO-1 0.72 1.21 Yielding in member L2U1 AASHTO-2 0.54 0.90 Yielding in member L2U1 AASHTO-3 0.50 0.84 Yielding in member L2U1 NRL 0.44 0.73 Yielding in member L2U1 OL-1 0.39 0.65 Yielding in member L2U1 OL-2 0.20 0.34 Yielding in member L2U1 NBI Rating RF Controlling Point Inventory (HS-20) 0.39 Yielding in member L2U1 Operating (HS-20) 0.65 Yielding in member L2U1 Remarks: Bridge requires posting. The single unit and FAST Act vehicles rating factors are: Operating Rating RF Ton Controlling Point SU4 (GVW = 54 K) 1.11 29.97 Yielding in member L2U1 SU5 (GVW = 62 K) 0.98 30.38 Yielding in member L2U1 SU6 (GVW = 69.5 K) 0.88 30.58 Yielding in member L2U1 SU7 (GVW = 77.5 K) 0.81 31.39 Yielding in member L2U1 EV2 (GVW = 57.5 K) 0.62 17.83 Yielding in member L2U1 EV3 (GVW = 86.0 K) 0.42 18.06 Yielding in member L2U1 51 = TRANTECH Ll lEnginee ing PLC 52 ■ City of Tukwila -Tukwila 14-42nd Avenue Bridge Replacement Cost Estimate August 1, 2017 285 foot simple span with angled bearings. STD. ITEM ITEM DESCRIPTION MEAS. UNIT QUANTITY UNIT PRICE COST 130 REMOVING ASPHALT CONCRETE SIDEWALK SY 10 $ 150 $ 1,500 170 REMOVING GUARDRAIL LF 40 $ 25 $ 1,000 1085 QUARRY SPALLS CY 500 $ 40 $ 20,000 4006 STRUCTURE EXCAVATION CLASS A INCL. HAUL CY 200 $ 150 $ 30,000 4010 SPECIAL EXCAVATION CY 100 $ 200 $ 20,000 4013 SHORING OR EXTRA EXCAVATION CLASS A - SHAFT LS 1 1 $ 25,000 $ 25,000 4007 SOIL EXCAVATION FOR SHAFT INCL HAUL CY 450 $ 450 $ 202,500 4008 FURNISH AND PLACE TEMP CASING FOR 60" DIAM SHAFT LF 600 $ 200 $ 120,000 FURNISH PERM CASING FOR 60" DIAM SHAFT LF 600 $ 450 $ 270,000 PLACING PERM CASING FOR 60" DIAM SHAFT EA 6 $ 3,000 $ 18,000 CONC CL 4000P FOR SHAFT CY 450 $ 300 $ 135,000 ST REINF BAR FOR SHAFT LBS 540,000 $ 1.70 $ 918,000 CSL ACCESS TUBES LF 600 $ 15 $ 9,000 REMOVING SHAFT OBSTRUCTIONS LS 1 $ 100,000 $ 100,000 REMOVING EXISTING BRIDGE SUPERSTRUCTURE LS 1 $ 300,000 $ 300,000 REMOVING EXISTING BRIDGE FOUNDATION LS 1 $ 300,000 $ 300,000 REMOVING EXISTING BRIDGE APPROACHES LS 1 $ 100,000 $ 100,000 TEMPORARY DETOUR BRIDGE LS 1 $ 1,250,000 $ 1,250,000 PRESTRESSED CONCRETE GIRDERS, WATER XING WITH PILING LF 1,750 $ 300 $ 525,000 BRIDGE APPROACH SLAB SY 280 $ 250 $ 70,000 REINFORCED CONC RETAINING WALL SF 2,000 $ 90 $ 180,000 CONC CL 4000 FOR BRIDGE CY 550 $ 575 $ 316,250 STRUCTURAL SURVEYING LS 1 $ 30,000 $ 30,000 4438 EXPANSION JOINT SYSTEM COMPRESSION SEAL - SUPERSTRUCT. LF 160 100 $ 16,000 4339 EXPANSION JOINT SYSTEM STRIP SEAL LF 160 800 $ 128,000 4410 BRIDGE RAILING LF 600 120 $ 72,000 6403 ESA LEAD DAYS 280 120 $ 33,600 6416 SEEDING, FERTILIZING, AND MULCHING LS 1 3,000 $ 3,000 6455 BIODEGRADABLE EROSION CONTROL BLANKET SY 250 4 $ 1,000 6470 STREET CLEANING HR 120 200 $ 24,000 6471 INLET PROTECTION EA 6 100 $ 600 6488 EROSION CONTROL AND WATER POLLUTION PREVENTION LS 1 2,000 $ 2,000 6630 HIGH VISIBILITY FENCE LF 300 4 $ 1,200 6806 PAINT LINE LF - 5 $ - 6869 PEDESTRIAN TRAFFIC CONTROL LS 1 10,000 $ 10,000 6899 BRIDGE MOUNTED SIGN EA 2 1,000 $ 2,000 6903 TEMPORARY ILLUMINATION SYSTEM LS 1 10,000 $ 10,000 6913 PORTABLE TEMPORARY TRAFFIC CONTROL SIGNAL LS 1 30,000 $ 30,000 6971 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 100,000 $ 100,000 6974 TRAFFIC CONTROL SUPERVISOR LS 1 10,000 $ 10,000 6982 CONSTRUCTION SIGNS CLASS A SF 200 20 $ 4,000 7003 TYPE B PROGRESS SCHEDULE LS 1 5,000 $ 5,000 7052 BRIDGE END SIDEWALK RAMP EA 2 1,000 $ 2,000 7400 TRAINING HR 500 20 $ 10,000 7480 ROADSIDE CLEANUP EST 1 10,000 $ 10,000 7500 FIELD OFFICE BUILDING LS 1 20,000 $ 20,000 7570 HEALTH AND SAFETY PLAN LS 1 10,000 $ 10,000 7736 SPCC PLAN LS 1 2,000 $ 2,000 APPROACH @15% OF BRIDGE COST LS 1 817,148 $ 817,148 WILDLIFE MANAGEMENT LS 1 5,000 $ 5,000 SUBTOTAL $ 6,269,798 CONTINGENCY (15%) $ 940,470 MOBILIZATION $ 626,980 $ 626,980 RIGHT OF WAY COSTS I is 500,000 PRELIMINARY ENGINEERING (25% CONSTRUCTION COST) $ 1,567,449 CONSTRUCTION MANAGEMENT (18 % CONSTRUCTION COST) $ 1,128,564 INFLATION FACTOR (5%/YEAR BASED ON PROJECTED AD DATE) $ 1,351,181 0 PE Costs (approximately 25% of Total) (Soils, Environmental, Desig Docuemnts, Plan Preparation, etc.) Right of Way Costs (Purchases, Reoloation and Construction Easement) Construction Costs (Environmental mitigation, approach costs (15%), structure costs, etc) Construction engineering (18%) contingency (15%) Mobilization (10%) Inflation Factor (5% per year based on project Ad Date below) Total Rehabilitation/Replacement/Preventative Maitnenance Project Costs $ 1,567,449 $ 500,000 $ 6,269,798 $ 1,128,564 $ 940,470 $ 626,980 $ 1,351,181 $ 12,384,440 53 ■ - TRANTECH Engineering LLC 54 Federal Highway Bridge Program Project Application Please send copies of the load ratings summary, accident data, any other pertinent information, and electronic photos (640 x 480 pixels minimum .JPG ) with this questionnaire by the due date specified in the cover letter. Agency Name: City of Tukwila Pick one of the following: Bridge Name: 42ND AVENUE SOUTH BR (i) Replacement Candidate Q Rehabilitation Candidate Q Scour Mitigation Q Seismic Retrofit O Painting ❑ Bundled O Deck Repair Project Bridge Number: TUKxNx14 Contact Person: Hari Ponnekanti Phone: ( 206 ) 431 - 2455 Sufficiency Rating: 7.56 SD Structure ID: 08109700 Brief Proiect Description (includinc bridge replacement Remove and Replace the existing 220' truss and 2 - 32' concrete approach spans with a non -redundant steel multigirder bridge. Proposed Length: 310' Width (Curb to Curb): 40' Current Year: 19 Rehabilitation/Replacement/Seismic/Paint/Scour Projects PE Costs (approximately 25% of total) $ 2,189,917 (Soils, Environmental, Design Documents, Plans Preparation, etc.) Right of Way Costs $ 120,000 (Purchases, Relocation and Construction Easement) Construction Costs $ 8,759,667 (Environmental mitigation, approach costs (15%), structure costs, etc.) Construction Engineering (18%) $1,576,740 Contingency (15%) $1,313,950 Mobilization (10%) $ 875,967 Inflation Factor (5% per year, based on projected Ad date below) $ 875,967 Total Rehabilitation/Replacement/Preventative Maintenance Project Costs:* $ 15,712,208 If a Rehabilitation, what would be the Replacement cost for that same structure (including PE, Right of Way, and Construction)? Proiect Milestones Scheduled Scheduled Project Added to Local Agency TIP M/Y 11 / 19 Right of Way Start M/Y 7 / 20 Project Added to Regional TIP M/Y 12 / 19 Right of Way Complete M/Y 12 / 20 Project Added to STIP M/Y 1 / 20 Geometric/30% Design Complete M/Y 10 / 20 Project Definition Begin PE M/Y 6 / 20 General Plan/60% Design Complete M/Y 4 / 20 NEPA Kick Off M/Y 7 / 20 Advertisement M/Y 12 / 21 Environmental Docs Approved M/Y 1 / 21 Contract Awarded M/Y 1 / 22 Provide comments below Open to Traffic M/Y 5d2 / 23 Comments The 42nd Avenue South Bridge is a 3-span 280-foot-long bridge built in 1949. The bridge is comprised of a 220-foot-long fracture critical steel through -truss main span with a 32-foot-long concrete T-beam approach span at each end. The bridge has an extreme 38 degree skew which is causing structural condition issues. The existing bridge is both Structurally Deficient and Functionally Obsolete with a sufficiency rating of 7.56 SD. The bridge is currently the only access to the BNSF Intermodel Facility and to Baker Commodities, a rendering plant, located on the east side of Tukwila's Allentown neighborhood. The bridge has an ADT of 10,300 vehicles per day with 30% trucks by the 2018 traffic count. The City is currently struggling to maintain access to these significant businesses after an indepth structural assessment in 2017 (see attached report) resulted in the load posting of the bridge. To date, the City of Tukwila has had approximately 25 trucks analyzed for permits to cross the bridge. In addition to load requirements, the bridge has a posted speed limit for trucks of 15 mph which allows the majority of legal and the above mentioned special permit vehicles to cross the bridge. This speed restriction has been reinforced by radar speed monitoring signs. The bridge has unknown foundations but is assumed scour safe by a scour analysis performed in 2014. A scour plan of action has been implemented per the unknown status of the foundations. That said, riprap placed on the south abutment has been washed away as noted in the inspection reports so there appears to be a scour concern based on site conditions and history. This includes damage to the north abutment and ongoing settlement at the north approach as material is pumped from behind the abutment retaining wall by hydraulic action. The settlement is highlighted by the sinking of the approach rail has to be regularly repaired with asphalt wedges to smooth the transition onto the bridge. The City of Tukwila has also struggled for years to maintain the bridge. Maintenance projects include a major paint project in the mid-1990's and a significant emergency project to rebuild the north bridge approach after erosion, caused by scour, threatened the existing roadway. The bridge currently needs another paint job, deck repair, seized bearing repair, a seismic retrofit, and a scour repair to address the loss of riprap mentioned above. The City has contracted with King County Bridge Maintenance to clean the bridge regularly in order ensure valid bridge inspections. These inspections are also conducted at a 12 mo. frequency to increase the monitoring of the bridge. Because the 42nd Avenue South Bridge sits on a challenging bend in the Duwamish River, Tukwila contracted a consulting firm to develop viable construction options and accurate concept level estimates. The most straight forward is being presented here and in the attached documents. Although the estimate amount is over the $12M maximum funding level, Tukwila understands that the award is limited. This project is also in the City's current Capital Improvement Program (CIP) with this understanding evident (see attached CIP page). 56 BRIDGE INSPECTION REPORT Status: Released Printed On: 4/22/2019 Agency: TUKWILA CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. No. TUKxNx14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Br. Name 42ND AVENUE SOUTH BR Route On 01037 Route Under Inspector's Signature MAG Cert # G1103 Cert Exp Date 5/12/2021 Co -Inspector's Signature HP Page 1 of 9 Mile Post 1.04 Mile Post 2 2 9 8 5 5 4 9 5 N 4 1 M 10 7 7 6 Structural Eval (1657) Deck Geometry (1658) Underclearance (1659) Alignment (1661) Deck Overall (1663) Superstructure (1671) Substructure (1676) Culvert (1678) Chan/Protection (1677) Pier/Abut/Prot (1679) Drain Cond (7664) Drain Status (7665) Deck Scaling (7666) Scaling Pct (7667) Deck Rutting (7669) Exposed Rebar (7670) Curb Cond (7672) 23 0.65 14 0.39 3 1 P 8 U Y N 6 5 6 7 9 Operating Tons (1552) Op RF (1553) Inventory Tons (1555) Inv RF (1556) Operating Level (1660) Open/Closed (1293) Waterway (1662) Scour (1680) Soundings Flag (2693) Revise Rating (2688) Photos Flag (2691) Measure CImc (2694) Sdwk Cond (7673) Paint Cond (7674) Approach Cond (7681) Retaining Wall (7682) Pier Prot (7683) 2 1 0 0 0 0.00 6.00 40.0 1949 0 Y Alpha No Utilities (2675) Bridge Rails (1684) Transition (1685) Guardrails (1686) Terminals (1687) Asphalt Depth (2610) Design Curb Ht (2611) 32.0 Bridge Rail Ht (2612) Year Built (1332) Year Rebuilt (1336) Subj to NBIS (2614) Span Type: Inspections Performed: Freq Hrs Date Rep Type 24 7.0 4/1/2019 Routine 24 7.0 4/1/2019 Fract Crit UW Special 24 2.5 4/6/2018 Interim UWI Damage PRM Safety SEC Safety Condition Short Span In Depth Geometric STrus Sufficiency Rating 7.56 SD High Risk BMS Elements Element Element Description Total Units State 1 State 2 State 3 State 4 12 Concrete Deck 6,840 SF 6,835 0 5 0 35 Concrete Deck Soffit 6,840 SF 6,836 0 4 0 110 Concrete Girder 256 LF 256 0 0 0 113 Steel Stringer 1,100 LF 1,050 0 50 0 126 Steel Thru Truss 440 LF 286 0 154 0 133 Truss Gusset Plates 40 EA 20 0 20 0 152 Steel Floor Beam 351 LF 331 0 20 0 205 Concrete Pile/Column 18 EA 10 0 8 0 212 Concrete Submerged Pier Wall 80 LF 77 3 0 0 215 Concrete Abutment 80 LF 70 0 10 0 234 Concrete Pier Cap/Crossbeam 84 LF 84 0 0 0 266 Concrete Sidewalk & Supports 1,482 SF 1,482 0 0 0 311 Moveable Bearing (roller, sliding, etc) 10 EA 2 0 0 8 313 Fixed Bearing 2 EA 2 0 61 0 Status: Released CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 BRIDGE INSPECTION REPORT Page 2 of 9 Printed On: 4/22/2019 Agency: TUKWILA Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. No. TUKxNx14 SID 08109700 Br. Name 42ND AVENUE SOUTH BR Carrying 42ND AVE SO Route On 01037 Mile Post 1.04 Intersecting DUWAMISH RIVER Route Under Mile Post BMS Elements (Continued) Element Element Description Total Units State 1 State 2 State 3 State 4 330 Metal Bridge Railing 570 LF 458 100 12 0 340 Metal Pedestrian Railing 285 LF 285 0 0 0 357 Pack Rust 50 EA 46 4 0 0 361 Scour 4 EA 2 2 0 0 402 Open Concrete Joint 216 LF 0 0 216 0 408 Steel Sliding Plate 72 LF 24 48 0 0 901 Red Lead Alkyd Paint System 17,000 SF 13,200 0 3,300 500 Notes 0 ORIENTATION Beginning of bridge at south is abutment 1 (nearest traffic signal at Interurban Ave). Green River Pedestrian Trail located under span 1. Duwamish River flows east to west - note river tidal influence. Old King County Bridge ID No. 3175 1 FRACTURE CRITICAL INSPECTION Includes visual inspection of truss tension members: bottom chords, floor beams, diagonal and vertical members. See Fracture Critical Report in Files Tab. See bridge nomenclature for feature ID on skewed truss. 3 UBIT 62 INSPECTION UBIT can deploy through both sides of truss. Truss openings are narrow, bridge deck is narrow with low portals and sways. Suggest closing the bridge for UBIT inspections due to the bouncing motion of the UBIT boom caused by the high volume of truck traffic on the bridge during the inspection. Police presence is required during inspection at the intersection of Interurban Ave S and 42nd Ave S 100' south of the bridge. 11 LOAD RATING Gusset Plate at L2U1-East controls. Load rating performed (August 2017) and the bridge requires load posting forAASHTO 2 and 3, SHV 5,647, and EV 2 and 3. An additional analysis was performed for a low speed posting option, see the Low Speed Posting Memo under the Records/Load Rating tab and posting sign photos under the Photos tab. 12 CONCRETE DECK (SURFACE) Open joints at floorbeam. Exposed aggregate in wheel lines and slight rutting. Moderate scaling, pop -outs and mudball voids scattered throughout surface. Longitudinal cracks concentrated near ends of bridge, some porosity. North bound lane: 4"-6" pavement spall. South bound lane: 6" loose pavement near double yellow line. 35 CONCRETE DECK SOFFIT All spans - Many short exposed rebar in edge overhangs due to lack of cover and poor consolidation of concrete. Span 2 - Diagonal hairline leaching cracks near steel stringers. Deck fillets are spalled in several locations along top flanges of floorbeams. Scattered hairline transverse rusty leaching cracks in soffit. Moderate sized pockets of poor consolidation - truss spans 2-4 thru 2-7. Span 3 - Diagonal leaching cracks between girders 3A/B near Pier 3. 110 CONCRETE GIRDER Four lines of CIP concrete T-beams in Spans 1 and 3. Webs have hairline vertical and diagonal cracks. Span 1 1A - Vertical crack near Pier 2 Span 3 End diaphragm @ Pier 3 - hairline vertical leaching cracks. All girders are covered with soot. 113 STEEL STRINGER Five lines of stringers. Square cope at connection to floorbeams, rust blisters on some copes - no cracks observed. Areas of corrosion top flanges. Mud staining on outside stringers. 58 Status: Released BRIDGE INSPECTION REPORT Printed On: 4/22/2019 Agency: TUKWILA Page 3 of 9 CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. No. TUKxNx14 SID 08109700 Br. Name 42ND AVENUE SOUTH BR Carrying 42ND AVE SO Route On 01037 Mile Post 1.04 Intersecting DUWAMISH RIVER Route Under Mile Post Notes (Continued 126 STEEL THRU TRUSS GENERAL: See attached Fracture Critical Report for detail on fracture critical members. Lower and upper panel points and those connecting members are covered in bird guano, active nests in upper chords and in lower panel points on gusset plates. Also see note133 Gusset Plates for details. PACK RUST: Diagonals (compression): pack rust in seams, warping between rivet heads up to 1/8". Verticals (tension): visible seem rust - no deformation at rivets. Lower Chords: both consist of two channel beams from L2 to L8; addition plates riveted to interior webs, pack rust forming between channel webs and plates, plates are distorting up to 1/8" between rivets. Gusset Plates: Pack rust between bottom lateral gusset plates and bottom chord, plates are bulging up to 3/8" at all chord joints. Pack rust between interior cover plates and bottom chord channel has caused warping of cover plate up to 1/4". Bottom laterals have seam rust and pack rust up to 3/8" along tops of members. Upper Chords: minor seam rust along channel/plate seams throughout. IMPACT DAMAGE: Traffic impact damage to truss south portal and sway members. PORTALS: South Portal: U1 W-U1 E: High load traffic damage to south portal and sway frame. North flange of south portal is bent north 3" over length of 2 ft. Bottom flange of sway is bent upward 2" over 8" in length. Top flange of sway has a sine -wave shaped crimp, 1" over 7" in length. Center of sway is bent 1'-0" to north. SWAYS: Seam rust between angle plates and webs. M1 W-M2E: Impact damage to sway, bent 5" to north; bottom flanges buckled center. M2W-M3E: Minor impact damage bottom flange. Slightly out of plane. Most sways have scrape marks across bottom flanges - typically northbound lane. LOWER CHORD: L7W: 2 rusty rivet heads on bottom plate. L7-L8W: Pack rust on lower chord. L8W: Pack rust 1/8" on bottom plate. L9W-U9W: Pitting up to 1/8" near top of bottom gusset plate. L9W: Gusset plate 7/16" thick. Pack rust 1/8" on bottom plate and 1/4" vertical plate. UPPER CHORD: Rust along riveted seams most sections. Interior upper flange has widespread peeling paint. Interior lower flange has excessive amounts of bird guano. 133 STEEL GUSSET PLATES 20 gusset node points per truss line. Low Chord Plates: Lateral gusset plates have pack rust, plates bulging up to 3/8" at most chord joints. Interior cover plates at chord channel have pack rust; warping of cover plate up to 1/4". Interior rivet heads have blistered or failed paint, many are heavily rusted. All bottom Low chord plates have excessive guano and active pigeon nests. 5LE bottom plate has two deformed rivet heads. Upper Chord Plates: Lateral interior cover plates have pack rust at connections, no warping noted. Exterior upper plates have peeling paint; pack rust at connections. Upper interior plates have excessive bird guano. 152 STEEL FLOOR BEAM Two skewed end floor beams and ten transverse floor beams. Diagonal beams are ELO-WLO and EL10-WL10. Dirt and mud at connections to truss. Laminar rust along top flange with minor section loss (<2%). 59 BRIDGE INSPECTION REPORT Page 4 of 9 Status: Released CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Br. No. TUKxNx14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Printed On: 4/22/2019 Agency: TUKWILA Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Route On 01037 Route Under Mile Post 1.04 Mile Post Notes (Continued) 205 CONCRETE PILE Ten octagonal concrete piles, five at each abutment. All columns have rough finish concrete and a few hairline cracks at cap interface. 1 C: 10" spall with exposed rebar. 4A, 4B, 4C: Hairline horizontal cracks at about 1 ft. spacing. CONCRETE BEARING PEDESTALS Eight 28" tall concrete columns support sliding plate bearing, four each at Piers 2 & 3. 2A: Horizontal crack at cap interface, south face, exposed rusty rebar, corners are spalled off, NW corner spall is 2"+ deep . NW corner of bearing is unsupported. 2B: Horizontal crack at cap interface, south face, exposed rusty rebar, large spalls in NW corner of column. NW corner of bearing is unsupported. 2C: Horizontal crack at cap interface, south face, exposed 4" section of rusty rebar 2D: Hairline crack at cap interface south face, with D-spalls and delaminated areas. SE corner is spalled off (18" high by 4" deep) at the base. South face has two spalls, easterly spall has 10' of exposed rusted rebar. 3A: Horizontal cracks with delaminated D-spalls and open spalls at cap interface, full length of north face. Column is tilted south at 2 2° 3B: Horizontal cracks at cap interface, north face. Column is tilted to the south at 0.5°. NW corner of bearing grout pad is spalled. 3C: D-spall crack below cap interface north face. Spall with 12" of horizontal rebar exposed on south face. NW corner of bearing grout pad is spalled. 3D: No defects MONITOR NOTES 4/1/2019: Pier 2 concrete bearing pedestals - no change noted from previous inspection. Pier 3 concrete bearing pedestals - column 3A; north face - open cracks at base along interface with pier cap, full width, many small spalls and delaminated areas along the crack line. Column is tilted to the south 2.2 degrees. 212 CONCRETE SUBMERGED PIER WALL Hairline vertical cracks in pier walls. Many 1-1/2" shallow form tie holes in both walls. Pier 2: water abrasion along north face. Several spalls with exposed rebar north face. Pier 3: Three 12" x 12" x 1" deep areas of abrasion in south face. 215 CONCRETE ABUTMENT Both abutments have a few hairline vertical cracks in concrete backwalls. Abutment 1 - Void at backwall between column 1 C and 1 D measures 2" vert x 13" horiz x 6' long. Pedestrian trail under span 1 near abutment. Metal pedestrian rail between trail and abutment. Abutment 4 - gap under backwall from pile 4A through 4D, minor erosion/sloughing. Heavy blackberry growth between 4A - 4C. Wingwalls at Abutment 4 NW - abut/wingwall interface; open diagonal crack above top of cap to ground line (2.0" gap at top) with 2 ft x 8" x 6" deep spall with 5" of exposed rebar. NE - wingwall: 8" x 6" x 3" deep spall. Two steel plates attached on the east side of north abutment wall at the NE corner bridge rail. 234 CONCRETE PIER CAP Piers 2 and 3 only. Both have hairline vertical cracks in perimeter, tops are covered with mud, moss and transient debris. Caps have open form tie holes. Pier 2 - Several small spalls north and south face. 266 CONCRETE SIDEWALK & SUPPORTS Surface: Transverse cracks at panel points, cracks are open up to 1/8", some small spalls starting to form. Soffit: Many hairline transverse cracks leaching on underside. Form anchors still in place on soffit along channel web. Supports: Steel knee braces support sidewalk in Span 2, top clips at truss are separating due to pack rust. .o Status: Released BRIDGE INSPECTION REPORT Printed On: 4/22/2019 Agency: TUKWILA Page 5 of 9 CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Br. No. TUKxNx14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Notes (Continued Route On 01037 Mile Post 1.04 Route Under Mile Post 311 MOVEABLE BEARING Rocker Bearings: Pier 2 -Truss bearings 2-1A & 2-1 B are tipped 5.6° expanded, temperature 43' F. Bearing display signs of recent movement and are not considered frozen. Rocker Bearings - support approach spans: Eight skewed steel bearings, each bearing has two hinge bars. Bearings are mounted on concrete bearing pedestals at Piers 2 and 3. Pack rust between sole plates and hinge bars on all bearings. Hinge bars at bearings 2A, 2D, 3-1A and 3-1D, are bulging up to 1/8" from pack rust, all eight bearings are frozen. See Note 205 CONCRETE COLUMNS - for details on the concrete bearing pedestals. 313 FIXED BEARING Pier 3 - Two pinned shoe bearings 3A and 3B support truss - minor rust on edges. 330 METAL BRIDGE RAILING Retrofit thrie beam rail has minor traffic scrapes throughout. Loose rail connection at U5L5 east truss, rattles under traffic loads. Tack welds broken on west rail, widespread. 340 METAL PEDESTRIAN RAILING Rail panel section loose at bottom tube connection to post, east sidewalk north of center line of the river, between EL4 and EL5. 357 PACK RUST Seam rust and pack rust - most 1/4" or less on built-up members throughout truss. 361 SCOUR, FIELD Pier 2 is located on the outside of a sharp meander bend in the Duwamish River. Pier 2: Riprap along left bank has a scour scallop, approximately 8 to 10 feet in diameter at the center of pier, two relic piles are exposed in the scalloped area. During inspection flow increased velocity with the changing tide; back eddies were noted along the center and downstream face of pier, the thalweg flow is near the left bank at Pier. Pier 3: Riprap is scattered and missing along the downstream half of pier. Aggradation is visible upstream right bank to mid channel. SOUNDINGS: are taken from upstream rail at truss panel points: YEAR LO L1 L2 L3 L4 L5 L6 L7 L8 L9 L10 2019 17.5 29.5 40.0 42.0 42.8 31.5 28.0 27.5 25.9 23.5 15.3 2015 18.5 30.5136 123.5 42 128 130.2 35 23.8 43.5 28.5 2014 19 41.5 29.7 16 39.5 26.5 41 30 16 43 27 2013 18.8 44.5 28.5 34 34 23.5 42 27.5 30.5 37.5 25.5 2007 18.5 40.5 26.5 39 28.5 15 42 26 40 31 15 Update soundings every two years or more often if lateral migration is suspected. Monitor riprap at low tide and low flow periods. 402 OPEN CONCRETE JOINT Open joints over 8 floorbeams of main span have felt seals, most of the seal is worn away. Visible water and mud intrusion onto floorbeam top flanges noted many locations. See Repair No. 12306. 61 Status: Released BRIDGE INSPECTION REPORT Printed On: 4/22/2019 Agency: TUKWILA Page 6 of 9 CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Br. No. TUKxNx14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Notes (Continued Route On 01037 Mile Post 1.04 Route Under Mile Post 408 STEEL SLIDING PLATE Located at Piers 2 and 3. Both joints are full of sandy debris. Chips and D-spalls along edges of both joints. Water leaks through the joint onto truss main piers. MEASUREMENTS: taken at center -line perpendicular to each joint. YEAR TEMP PIER 2 (WEST) PIER 3 (EAST) 2019 55' 1-0" 1-1/2" 2018 60' 1-0" 1-1/2" 2016 62' 1-0" 1-1/2" 2015 48' 7/8" 1-1/2" 2013 48' 15/16" 1-3/8" 2011 50' 15/16" 1-3/8" 2009 65' 1-0" 1-5/8" 2007 50' 1-1/2" 1-5/8" 2005 65' 1-0" 1-3/8" 901 RED LEAD ALKYD PAINT SYSTEM Top coat of paint on upper chord is chalky and has pealed on the upper chord top flange, top sways, upper gusset plates and around gusset connections. Widespread peeling paint inside upper chord top flange. Rust bloom common at many floorbeams/stringer/gusset/sway connections. Seam rust between riveted flanges of upper chord and compression diagonal members. Moss and algae on lateral low chord members and floor system. 1660 OPERATING LEVEL NOTE: Bridge is posted. Truck speed is limited to 15 MPH. 1663 DECK OVERALL The code was downgraded based on deck and floor system deterioration. The deck panels are non -composite and are loose and banging on the floor system under traffic. In addition, the floor system is creaking and groaning under load. These problems are not revealing themselves in recordable damage but the loose deck panels and lack of continuity was taken into account in a new load rating update. 1671 SUPERSTRUCTURE CONDITION Coded 5 due to impact damage at south portal and pack rust throughout steel truss members. 1676 SUBSTRUCTURE CONDITION Code reduced to 4 due to condition of concrete bearing pedestals under rocker bearings at piers 2 and 3. 1680 SCOUR , OFFICE Scour analysis completed in 2014. Intermediate piers are founded on timber piles, tip elevations are not available, the scour code = "U". The channel is centered under L3-East, Calculated contraction scour is 0.6 feet, local pier scour ranges between 6 feet and 13 feet depending on angle of attack. Plans indicate bottom of footing at -7.0, top of rail is estimated per plans at 28.0. Channel aggradation upstream of bridge from right bank to center of channel. 1685 TRANSITION Bridge rail transition at Abutment 1, west side, is missing approach guard rail. 62 BRIDGE INSPECTION REPORT Page 7 of 9 Status: Released CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Br. No. TUKxNx14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER Printed On: 4/22/2019 Agency: TUKWILA Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Route On 01037 Route Under Mile Post 1.04 Mile Post Notes (Continued) 1686 GUARDRAILS SE Traffic impact damage to approach rail flex beam. NW Approach rail is below standard height at settlement area, 18in to top of rail. 1687 TERMINAL Terminals not slotted. Attenuator located at NE corner. 2675 NO. OF UTILITIES Two utilities are suspended from east edge under sidewalk: One 12" diameter steel waterline with mechanically restrained joints. One 6" diameter gas pipe. 2694 CLEARANCES Vertical clearance at portals and Mid level sway braces, measured 3" from curb: East truss: E-M1 - W-M2 = 15'-3 1/8" E-M2 - W-M2 = 15'-0 1/4" E-M3 - W-M3 = 15'-0" E-M4 - W-M4 = 15'-0" E-M5 - W-M5 = 15'-0 7/16" E-M6 - W-M6 = 15'-0 3/8" E-M7 - W-M7 = 15'-1 3/8" E-M8 - W-M8 = 15'-0 1/8" E-M9 - W-M9 = 15'-0 1/8" E-M9 - W-M10 = 15'-0 1 /4" 7664 DRAIN CONDITION Deck drains are plugged throughout. 7672 CURB CONDITION Cracks open 1/8" over truss floorbeams. 7681 APPROACH ROADWAY South approach - Cracking along center line ACP seam. No settlement. North approach - Smooth approach not settlement. 7682 RETAINING WALL Sheet pile wall to retain NW approach fill, no defects noted. Repairs Repair No Pr R Repair Descriptions Noted Maint Verified 12306 1 B JOINTS SPAN 2: (MAH Revised 4/10/2015) 3/25/1998 Open Joints: Clean out open joints over floor beams thoroughly and fill with a flexible sealant, priority 1 due to corrosion at top flanges of floorbeams from leaking joints. 12316 1 B SIDEWALK: 4/12/2007 4/1/2019 North approach - rework the sliding plate expansion joint so it is smooth with sidewalk. SURFACE - patch spalls near panel points, seal open cracks. 13469 1 B RAIL: 4/8/2013 SW transition is missing approach guard rail and terminal. SE guardrail is bent and deformed. NW guardrail has settled below acceptable standards. REPAIR - replace missing guard rail and terminal at SW corner, replace damaged rail at SE corner, reset NW rail and posts to bring rail up to standard height. 13471 1 B PAINT: 4/8/2013 Paint has failed in many locations on top of top chords of truss. Pack rust is forming in seams of all built-up members. Moist soil and pigeon guano are trapped in truss panel points excellerating paint failure. Algae and moss growing on many members. REPAIR - Thoroughly pressure wash clean truss of all dirt/algae/guano, prepare surface, paint bridge to encapsulate pack rust and protect truss members. Add bird deterrent at all panel points, upper and lower chords. 63 Status: Released CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Br. No. TUKxNx14 SID 08109700 Carrying 42ND AVE SO Intersecting DUWAMISH RIVER BRIDGE INSPECTION REPORT Page 8 of 9 Printed On: 4/22/2019 Agency: TUKWILA Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. Name 42ND AVENUE SOUTH BR Route On 01037 Mile Post 1.04 Route Under Mile Post Repairs (Continued) Repair No Pr R Repair Descriptions Noted Maint Verified 13473 1 B EXPANSION JOINT: 4/8/2013 Steel sliding plate expansion joints allows water and debris onto top of caps and bearings at Piers 2 and 3. The concrete edges at joints are chipped and spalled. REPAIR - Replace steel sliding plate expansion joints with either a strip seal with steel header or modular joint to eliminate water intrusion onto steel bearings. 13474 S S SCOUR: (Updated in 2019) 4/16/2013 Current scour code is coded "U" unknown due to the lack of pile tip elevation records. Check City bridge files for pile tipe elevations at intermediate piers. 13475 2 B STRUCTURAL SUBSTRUCTURE: (RPH Revised 4/8/13): 4/16/2013 Concrete columns supporting sliding bearings at Piers 2 and 3 have horizontal cracks at cap interface, exposed rusty rebar, spalls and delaminations. Pier 2 - Cap has spall, with rusted rebar and open cracks up to .05mm. Pier 3 - heavily abraded at waterline. Pier 4 - columns 4A-C have horizontal cracks. Abutment backwall is undermining along west half. West wing wall has large open crack and spalls. REPAIRS: P2 and P3 bearing columns - recommend design seismic retrofit steel collar and construct around bearing columns, anchored to cap, then fill tight with epoxy. Pier 2 - cap clean exposed rebar and patch spalls, epoxy inject cracks. Pier 3 - clean and patch abraded areas of pier wall Pier 4 - FRP wrap columns 4 A-C. Reinforce west wingwall. Add quarryspall along abutment 4 and under span 3 to retain fill and discourage transient activity. 13476 2 B SCOUR: (RPH Revised 7/22/2014): 4/17/2013 Small scour scallops in left bank armor in front of Pier 2. Riprap is sparse and scattered through mudbar in front of Pier 3. Monitor the downstream inside face of Pier 3 at low water. REPAIR - Replace missing riprap along banks and in front of piers. 13478 1 B SWAY BRACES: 4/10/2015 Heat straighten south portal and sway E-M2/W-M2. Sway bracing measures 15-0" clearance at three inches from curb. Vertical clearance signs are required for measured clearances less than or equal to 15-Y Install warning signs at both portals with posted height 3" less than lowest measured clearance. Recommend raising portals and sways due to the high volume of truck traffic and existing damage to sway members. 13479 2 B BEARINGS: 4/10/2015 Approach span bearings - slide movable bearing at pier 2 and 3 are corroded - and appear frozen. Replace sliding plates with elastomeric dynamic isolation bearings. 13480 2 B DECK: 4/10/2015 SOFFIT - widespread consolidation pockets, spalls with exposed rebar east side of soffit. SURFACE - worn to aggregate, spalling along joints. Patches of light scaling. REPAIR: Chip any delamintaed concrete from exposed rebar, clean and seal exposed bar and patch spalls. Sack honeycombed areas throughout soffit. Shotblast deck surface, patch spalled areas and apply epoxy overlay. 64 BRIDGE INSPECTION REPORT Page 9 of 9 Status: Released Printed On: 4/22/2019 Agency: TUKWILA CD Guid: 2cd4f851-bd4d-4895-8829-OOf308c515a9 Release Date: 4/22/2019 Program Mgr: Roman G. Peralta Br. No. TUKxNx14 SID 08109700 Br. Name 42ND AVENUE SOUTH BR Carrying 42ND AVE SO Route On 01037 Mile Post 1.04 Intersecting DUWAMISH RIVER Route Under Mile Post Inspections Performed and Resources Required Report Type Date Freg Hrs !asp CertNo Coinsp Note Routine 4/1/2019 24 7.0 MAG G1103 HP Fracture Critical 4/1/2019 24 7.0 MAG G1103 HP Resources Hours Min Pref Max Freq Date Need Date Override Notes UBIT 6.00 WSDOT UBIT 62 USED Flagging 6.00 LOCALAGENCY Flagging provided by City of Tukwila - contact Steve Carstens at 206-431-2446 Interim 4/6/2018 24 2.5 MAG G1103 BSM Inspect concrete bearing pedestals supporting approach span bearings at piers 2 and 3. See Note 205 for pedestal details. Resources Hours Min Pref Max Freq Date Need Date Override Notes Special Ladder required to reach columns and bearings. Equipment Equipment 4/1/2019 24 7.0 MAG G1103 HP Resources Hours Min Pref Max Freq Date Need Date Override Notes UBIT 4.00 WSDOT UBIT-60 USED Flagging 4.00 Flagging provided by City of Tukwila - contact Steve Carstens 206-431-2446. 2 Man UBIT 4/1/2019 24 7.0 MAG G1103 HP Resources Hours Min Pref Max Freq Date Need Date Override Notes UBIT WSDOT UB-62 used for 2019 inspection Informational 1/25/2018 MAG G1103 Added Load Posting Sign Photos. 65 Washington State A Department of Transportation 1001 2009 Bridge ID Facilities Layout WSBIS Local Agency Inventory Report 2132 1019 1286 1021 2023 1156 2181 2183 2185 1188 1196 Structure ID Bridge Number Bridge Name N City Location U o � 3 Latitude Longitude -0 m 08109700 TUKxNx14 42ND AVENUE SOUTH BR 04 04 17 1320 .03 MI N OF INTERURBAN AV 10 23 04E 47° 29' 23.10" 122' 16' 49.00" 0.04 MI E OF SR-599 1232 1256 1274 7281 7283 1276 1285 1288 1289 1293 1292 2295 7296 Sufficiency Rating• Feature Intersected Facilities Carried Region r cn r FIPS o -0 v -- 3 U Z = 2 m r = DUWAMISH RIVER 42ND AVE SO NW 11 0 72625 3 N P 4 Printed Date 7.56 Item 2710 SR 4/22/2019 SD Item 2711 SD/FO High Risk 1332 1336 1340 2346 1348 1352 1356 1360 1364 1367 1310 1312 1370 1374 1378 1379 1382 1383 1386 1387 1390 1394 1291 1397 Year Year Bridge Maximum Lanes Curb to Curb Out to Out Sidewalk Sidewalk v Min Vert Min Vert Vert Min Lat Lat Min Lat o '<Nav Vert Nav Horiz Nav Vert Q Appr Built Rebuilt Length NBIS Len th g Span Length On Deck Width Deck Width Left Right g a Over Deck Under Code Under Right Code Under Left m n Clear Clear Lift Clear 0 Rdwy 1949 0 284 220 2 24.0 30.0 0.0 3.5 38 N 15' 00" 00,001, N 0.0 N 0.0 0 0 0 0 36 1432 1433 1434 1435 2440 1445 1451 1453 1457 1463 Cn Crossing 1467 1477 1469 2410 7479 1483 1484 1485 1486 1487 1489 1490 1354 1491 1495 1499 1413 2441 p n = m (D Truck Year of Future Linear Referencing LRS w Z Fed Aid Z 0° o7 T Funct. Z Lane c r � m Horizontal Horizontal Max Vert p m r cn -0 N �. Route Number Milepost ADT % ADT Future ADT DT Year System Sub LRS Milepost co Route # D = Class z Use Clearance Clearance Clearance o CD — m m = Direction cn Route Dir Reverse Dir Route 1 5 1 01037 1.04 10000 20 2014 11000 2034 Y 1037 0 0 0 0 17 N 2 0 24'00" 15'00" 2 25 10300 30 2018 12000 2038 15 rn 0 N N N V 1532 1533 1535 1536 1538 1541 1544 1545 1546 1547 1548 1549 1550 1551 1552 1553 1554 1555 1556 1585 1588 1590 7565 7557 a Design Load Rating Inspection Report Types Main Span p Material Main San p Design Appr San p Material Appr San p Design Number Main Spans Number Appr pp Spans Service On Service Under Deck Type Wearing Surface Membrane Deck Protect Design Load Code Oper Rating g Method Oper Rating g Tons Oper Rating g Factor Inv Rating g Method Inv Rating g Tons Inv Rating g Factor d o m Q n m 0 0 a- — m Border Structure ID Fed Aid Protect No � Design Exemption 3 10 1 04 1 2 5 5 1 1 0 0 4 6 23 0.65 6 14 0.39 i rn m 2587 2588 2589 2590 2591 2592 2593 2594 2597 2598 2595 2596 7832 7833 7834 7835 7836 7837 7838 7839 7840 7841 1844 1846 1847 2853 2860 1867 1873 2870 1861 1879 2883 LO `''D r ` (D0 � �= cs,= rn= v= EV2 EV3 OL1 OL2 WN N W (D r < < < < 1.21 0.90 0.84 0.73 1.11 0.98 0.88 0.81 0.62 0.42 0.65 0.34 Waterway/ Prop Imp v' -n o O0) -n o Cl) N o U7 v 3 (n � s O (n U7 a-3 U7 7 o m o Stru Imp Roadway Cost Struct Cost Rdwy Cost Engr Cost Total Cost Estmt 0 00 m Q o Q c Q Q 0-3 Q m v m Length Width Per SF Year — -0 B A N H 2 3 N A N 2 31 1 294 38 800 4469 894 3575 8938 2014 Y U OD O w 0 0 N Ln 0) v v 2920 1990 2646 2649 2654 Ln Inspection Date Inspector Cert No Co -Inspector Inspection Date Inspector Cert No Co -Inspector Inspection Date Inspector Cert No Co -Inspector 22 Routine 4/1/2019 MAG G1103 HP Fracture Critical 4/1/2019 MAG G1103 HP Special Feature Underwater UW Interim 66 Unrestricted Load Rating BRIDGE RATING SUMMARY Bridge Name: 42ND AVENUE SOUTH BR Bridge Number: TUKWILA-14 Span Types: Steel Through Truss Bridge & Approach Slabs Bridge Length: 280' (220' Truss + 200' Approach Slab) Design Load: HS20-44 Rated By: VP Checked By: KN Date: 8/1/2017 EXPIRES 518; Inspection Report Date 4/26/2017 Substructure Condition 4 Rating Method LFR Deck Condition 6 Overlay Thickness 0"/Truss & 2 "/Approach Superstructure Condition 5 Truck RF (INV) RF (OPR) Controlling Point AASHTO-1 0.72 1.21 Yielding in member L2U1 AASHTO-2 0.54 0.90 Yielding in member L2U1 AASHTO-3 0.50 0.84 Yielding in member L2U1 NRL 0.44 0.73 Yielding in member L2U1 OL-1 0.39 0.65 Yielding in member L2U1 OL-2 0.20 0.34 Yielding in member L2U1 NBI Rating RF Controlling Point Inventory (HS-20) 0.39 Yielding in member L2U1 Operating (HS-20) 0.65 Yielding in member L2U1 Remarks: Bridge requires posting. The single unit and FAST Act vehicles rating factors are: Operating Rating RF Ton Controlling Point SU4 (GVW = 54 K) 1.11 29.97 Yielding in member L2U1 SU5 (GVW = 62 K) 0.98 30.38 Yielding in member L2U1 SU6 (GVW = 69.5 K) 0.88 30.58 Yielding in member L2U1 SU7 (GVW = 77.5 K) 0.81 31.39 Yielding in member L2U1 EV2 (GVW = 57.5 K) 0.62 17.83 Yielding in member L2U1 EV3 (GVW = 86.0 K) 0.42 18.06 Yielding in member L2U1 67 TRANTECH Engineering LLC INFORMATIONAL MEMORANDUM TO: Bridge File, 42nd Ave S Bridge (SID 08109700, TUKWILA — 03) FROM: Grant D Griffin, Inspector Cert. No. G0014 DATE: March 20, 2018 SUBJECT: Temporary Load Rating for Load Posting Restrictions ISSUE Tukwila contracted a new load rating on the 42nd Avenue South Bridge in 2017 that included gusset plate, single unit vehicle, and Emergency Vehicle analysis. The load rating was also based on updated condition information from field inspections and structural analysis of field findings. This rating indicates that the bridges capacity was below legal for the AASHTO 2 and 3 and for the Single -Unit 5, 6, and 7 Trucks requiring load posting. BACKGROUND The 42nd Avenue South Bridge is a 284-foot-long Steel Through -Truss built in 1949. The bridge serves Tukwila's Allentown neighborhood, the BNSF Intermodal Facility, and Baker Commodities, an animal by-products recycler. The two industries contribute to a high percentage of trucks crossing the bridge daily with the majority of the trucks of the AASHTO-2 configuration. The Bridge was cleaned in 2013 and again in 2014 to ensure a thorough inspection for an accurate load rating. The bridge has been well maintained by Tukwila and was repainted in the mid 1990's. The bridge is the only feasible truck access to a major regional freight hub making restricting the bridge an issue requiring careful consideration. Tukwila has been working toward a new route into the BNSF Intermodal Facility for nearly twenty years and is working proactively to repair or replace the bridge. DISCUSSION The load rating indicates that the bridge's capacity is deficient for the AASHTO 2 and 3 trucks with a rating factor (multiplier) of 0.90 and 0.84 respectively. In addition, the bridge has insufficient capacity for the Single -Unit 5, 6, and 7 trucks with rating factors of 0.98, 0.88, and 0.81 respectively. The bridge must be load posted for the operating level for each of these legal trucks. The City of Tukwila is actively working towards a bridge replacement project and based on existing traffic analysis, the City has determined the clear majority of the trucks crossing the bridge are AASHTO-2 container haulers serving the BNSF Intermodal Yard. In addition, the inspection frequency duration has been reduced to 12 months with interim inspections of specific deficiencies at 6 months. RECOMMENDATION Tukwila has asked TranTech to provide structural analysis of additional posting options to determine a restriction plan that will cause the smallest negative impact to the BNSF Intermodal yard operations as possible. Analysis has determined that a reduced speed limit posted for trucks on the bridge will allow the AASHTO-2, SU4, and SU5 legal loads to cross the bridge. The bridge will be load posted for the AASHTO-3 as well as SU7 and SU7 trucks. This posting is based on a load rating requiring a speed restriction that is lower than normal for the corridor and can therefore be considered temporary, the load rating listed in the inventory will reflect the normal unrestricted speed limit for the roadway. TranTech Engineering, LLC 12011 NE I" St. — Suite No. 305- Bellevue, WA 98005 425-453-5545. Fax: 425-453-6779 68 Load Rating for Speed Restriction and Load Posting BRIDGE RATING SUMMARY Bridge Name: 42ND AVENUE SOUTH BR Bridge Number: TUKWILA-14 Span Types: Steel Through Truss Bridge & Approach Slabs Bridge Length: 280' (220' Truss + 200' Approach Slab) Design Load: HS20-44 Rated By: KM Checked By: KN Date: 11/l/2017 EXPIRES 5/18/ & Inspection Report Date 4/26/2017 Substructure Condition 4 Bating Method LFR 10"/Truss Deck Condition 6 Overlay Thickness & 2"/Approach Superstructure Condition 5 Truck RF (INV) RF (0PIt) Controlling Point AASHTO-1 0.80 1.34 Yielding in member L2U1 AASHTO-2 0.60 1.00 Yielding in member L2U1 AASHTO-3 0.56 0.94 Yielding in member L2U1 NRL 0.49 0.82 Yielding in member L2U1 OL-1 0.45 0.75 Yielding in member L2U1 OL-2 0.24 0.40 Yielding in member L2U1 NBI Rating RF Controlling Point Inventory (HS-20) 0.47 Yielding in member L2U1 Operating (HS-20) 0.79 Yielding in member L2U1 Remarks: Bridge requires posting. Truck speed shall be limited to 15 MPH. The single unit and FAST Act vehicles rating factors are: Operating Rating RF Ton Controlling Point SU4 (GVW = 54 K) 1.23 33.21 Yielding in member L2U1 SU5 (GVW = 62 K) 1.08 33.48 Yielding in member L2U1 SU6 (GVW = 69.5 K) 0.98 34.06 Yielding in member L2U1 SU7 (GVW = 77.5 K) 0.90 34.88 Yielding in member L2U1 EV2 (GVW = 57.5 K) 1.08 31.05 Yielding in member L2U1 EV3 (GVW = 86.0 K) 0.88 37.84 Yielding in member L2U1 69 SEC 10- T23N-R4E W.M. 310'-0" BACK OF PAVEMENT SEAT 15 SE WALLS 15' SE WALL TEMPORARY BRIDGE D U a � o " a SE WALL --/ I I I I r DRILLED SHAFT 160, SE WALL MIA 36' SE WALL 10 01 Sam IL EXISTING TRAIL APPROX HIGH WATER EL 13.0 _ — z� _— _ APPROX LOW WATER EL LOW WATER EL 2.0 p __----- ------ SE WALL EXISTING GROUND DRILLED SHAFT 42ND A VE S 280'-0" TRESTLE BRIDGE PLAN 310'-0" BACK OF PAVEMENT SEAT BRIDGE ELEVATION By Date Designed JDK T R A N T E C H "p P UBL.IC' WORKS I�EP T_ Drawn DJJjZ z Checked Engineering LLC o' *ENGINEERING* STREETS*WATER* SEWER* PARKS* BUILDING* Proj Eng 3651vue, Washington SE,ing Suite8000 `r +� Proj Dir Bellevue, Washington 45 + 1908 Phone: 425.453.5545 Field Bk # NEW BRIDGE EXISTING BRIDGE CITY OF TUKWILA DUWAMISH RIVER - 42ND AVE S BRIDGE PLAN AND ELEVATION Revisions CALL 48 HOURS BEFORE YOU DIG COMMON GROUND ALLIANCE 811 S1 SEC.dW9 SOM 11 "=4�0' Date APRIL 2019 i TYPICAL SECTION LOOKING NORTH Designed "`p P UBL.IC' WORKS DEP T_ Drawn z Checked �s *boy *ENGINEERING* STREETS* WATER* SEWER* PARKS* BUILDING* ProjEng 1908 Proj Dir Field Bk # ETRANTECH ngineering LLC 365 118th Ave. SE, Suite 100 Bellevue, Washington 98005 Phone: 425.453.5545 CITY OF TUKWILA DUWAMISH RIVER - 42ND AVE S TYPICAL BRIDGE SECTION Revisions Q 3 F } F V CALL 48 HOURS BEFORE YOU DIG COMMON GROUND ALLIANCE 811 / s2 Fle No. PLN & EL & SEC.dwg SCQI9 1 /21 /2"l,-0-0" Date APRIL 2019 i TRANTECH Engineering I 42nd Ave Bridge Replacement New Steel Plate Girder Superstructure on Exist Alignment ITEM DESCRIPTION QUANTITY MEAS. UNIT UNIT PRICE COST MOBILIZATION $ 875,967 NEW BRIDGE 12,600 SF 500 $ 6,300,000 SE WALLS 4,520 SY 100 $ 452,000 TEMP WALLS 5,000 SF 30 $ 150,000 TRAFFIC CONTROL 1 LS 250,000 $ 250,000 APPROACH SLAB 222 SY 300 $ 66,667 APPROACHS TEMP REALIGNMENT 1 LS 500,000 $ 500,000 EXIST BRIDGE REMOVAL 8,400 SF 50 $ 420,000 TEMP BRIDGE 9,800 SF 45 $ 441,000 SURVEYING 1 LS 80,000 $ 80,000 MISC. 1 LS 100,000 $ 100,000 CONSTRUCTION TOTAL $ 8,759,667 72 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2019 to 2024 PROJECT: 42nd Ave S Bridge Replacement Project No. 91810404 DESCRIPTION: Design and construct a replacement structure for the existing 42nd Ave S Bridge near the Tukwila Community Center. JUSTIFICATION: The current bridge has a sufficiency rating of 7.6 (out of 100), is load restricted for AASHTO Type 3 trucks and is structurally deficient. Truck speed was reduced to 15 mph in 2018. STATUS: New project for 2019 - 2024 CIP. In 2017, Local Bridge Program funding was requested, but not awarded. If there is a Local Bridge Program Call for Projects in 2019, staff will apply for those grant funds. MAINT. IMPACT: New bridge. BRAC funding would be at 80% match for up to $12.5 million. Project partners may include BNSF Railroad COMMENT: as they have over 1,800 trips a day on the 42nd Ave S Bridge and it is the only ingress/egress available for their intermodal yard. FINANCIAL Through Estimated (in $000's) 2017 2018 2019 2020 2021 2022 2023 2024 BEYOND TOTAL EXPENSES Design 1,600 1,600 Land (R/W) 1,000 1,000 Wetland Mitigation/Monitoring 250 250 250 750 Const. Mgmt. 750 750 1,500 Construction 5,500 5,400 10,900 TOTAL EXPENSES 0 0 0 1,600 1,250 6,500 6,400 0 0 15,750 FUND SOURCES Awarded Grant 0 Proposed Grant 1,280 800 5,000 4,920 12,000 Fund Balance -Bond 450 1,500 1,480 3,430 Mitigation 0 City Oper. Revenue 0 0 0 320 0 0 0 0 0 320 TOTAL SOURCES 0 0 0 1,600 1,250 6,500 6,400 0 0 15,750 Project Location a 7 sr s N s � y ST 2St N � N I D FA � I 1 f9 i2 L S12 r a + 128 �� y S 30 St a g 73 2019 - 2024 Capital Improvement Program 15 GENERAL INFORMATION Structure ID Bridge Number Bridge Name Waterway Owner 08109700 TUKxNx14 42ND AVENUE BRIDGE DUWAMISH RIVER City of Tukwila Year Built Year Rebuilt Structure Type Length Width Foundation Type 1949 NA Steel Through Truss 284 30 Pile cap ADT ADT Year Truck% Does bridge provide access to emergency facilities or an evacuation route? 10,300 2018 30% No, residential neighborhood. RESPONSIBILITY FOR P.O.A Author of POA Name Title Organization Phone Email Hari Ponnekanti City Engineer City of Tukwila Public Works (206) 431-2455 i@TukwilaWA.g Concurrance of POA Name Title Organization Phone Email Hari Ponnekanti City Engineer City of Tukwila Public Works (206) 431-2455 Hari.Ponnekant i@TukwilaWA.g SCOUR VULNERABILITY I SCOUR CODE I U NAVD88: Thalweg elevation of -13 feet is centered under panel point L3. Bottom of pile caps are -13.4 @ Scour P2 and -8.5 @P3. Scour depths range between 7 and 14 feet. If river migrates into either main piers, the Evaluation bottom of pile caps could be undermined. The timber piles supporting the pile caps have unknown tip elevations. Scour History History of scallops/pockets forming in riprap revetment along both banks. Increased Inspection Frequency Fixed Monitoring Device Flood Monitoring Program Hydraulic or Structural Countermeasures RECOMMENDED ACTIONS Recommended Implemented NBI CODING INFORMATION Previous Current Inspection Date 11/20/2014 2/13/2019 Item 113 Scour Code U U Item 60 Substructure Code 6 4 Item 61 Channel Protection Code 5 5 Item 71 Waterway Adequacy Code 8 8 Scour Plan of Action TUKWILA-14 4/177/L019 MONITORING PROGRAM REQUIRED? YES Routine Inspection Items to Watch Exposure of pile cap Frequency 24 month Soundings Yes Interim Inspection Items to Watch Frequency After every flood Soundings Underwater Inspection Items to Watch Frequency NA FLOOD MONITORING PROGRAM REQUIRED? YES Flood Monitoring Event Defined Discharge Stage Rainfall Forecast Warning System 10,000 cfs Frequency of Monitoring Post Flood Monitoring Every 6 hours check thoroughly within 1 day of flood receedance AGENCY / DEPARTMENT RESPONSIBLE FOR MONITORING Name Title Organization Phone Email Margaret Holwegner Bridge Engineer King County Roads Division Bridge Unit (206) 477-3539 margaret.holwegner @kingcounty.gov By Agreement COUNTERMEASURE RECOMMENDATIONS Priority Countermeasure Description Estimated Cost 1 Maintain solid blanket of riprap along both banks to protect. $ 250,000 2 3 COUNTERMEASURE FUNDING SOURCES Agency WSDOT FHWA FEMA EMD Contractor Other Design Completion Taget Date Construction Completion Target Date Construction Completed BRIDGE CLOSURE PLAN Scour monitoring criteria for consideration of bridge closure: Scour Plan of Action TUKWILA-14 4/177/52019 KI • • ` — , s kip Am -,' DETOUR OUTE description t ` TUk(A/ILA- 4_ Control Description'Traffic News Release, •. . �.East Marginal Way•� 0 ATTACHMENTS Attachment A: Boring logs and/or subsurface information Attachment B: Channel cross sections Attachment C: Bridge elevation showing streambed, foundation depths, and calculated scour depths Attachment D: Plan view showing scour holes, cut banks, and debris accumulation Attachment E: Map showing detour route Attachment F: Scour countermeasures supporting design calcs, estimates, conceptual design drawings Attachment G: Photos Attachment H: Other information Scour Plan of Action TUKWILA-14 4/177RO19 FFY2019 LOCAL BRIDGE AWARDS Program Bridge Name Owner Funds Awarded Replacement CLALLAM SLOUGH BRIDGE Clallam County $ 4,492,050 Replacement ALLENDER RD BRIDGE Cowlitz County $ 1,867,000 Replacement HOLLINGSWORTH ROAD Franklin County $ 739,020 Replacement IRONWOOD ROAD Franklin County $ 1,714,320 Replacement MUSE DRIVE Franklin County $ 1,397,622 Replacement DRAINAGE BRIDGE Grays Harbor County $ 1,456,600 Replacement BOISE X CONNECTION King County $ 2,286,280 Replacement FIFTEEN MILE CREEK King County $ 4,057,900 Replacement NIAWIAKUM BR. Pacific County $ 888,400 Replacement JORDAN CREEK Snohomish County $ 5,779,358 Replacement SWAMP CREEK #503 Snohomish County $ 4,027,742 Replacement LITTLE SPOKANE DR OVER LITTLE SPOKANE RIVER Spokane County $ 3,032,447 Replacement SUNSET HWY OV N FK DP CR Spokane County $ 292,251 Replacement ARCH Walla Walla County $ 1,361,440 Replacement DELL SHARPE Walla Walla County $ 6,285,000 Replacement ANDERSON CR Whatcom County $ 4,019,952 Replacement LAKE SAMISH Whatcom County $ 8,997,306 Replacement JAMES ST/WHATCOM CREEK BELLINGHAM $ 3,768,453 Replacement MEADOR AVE/WHATCOM CREEK BELLINGHAM $ 3,768,453 Replacement 10TH AVENUE SOUTH # 475 UNION GAP $ 1,298,926 Rehabilitation DRUMHELLER Walla Walla County $ 865,000 Rehabilitation MADDEN Snohomish County $ 915,266 Scour ROCKCUT Stevens County $ 610,240 Seismic UPPER FINNEY CREEK BR. Skagit County $ 3,000,000 Paint TAYLOR ROAD NELSON Kitsap County $ 1,001,433 Paint ROCK CR., OLD 8 Klickitat County $ 370,000 Paint N THORP HWY-YAKIMA RIVER Kittitas County $ 2,486,250 Paint ABERNATHY CREEK BRIDGE 2 Cowlitz County $ 272,500 Deck Repair SULLIVAN RD OC UP RR SPOKANE VALLEY $ 337,625 Deck Repair HARSTINE ISLAND BRIDGE Mason County $ 3,000,000 Deck Repair LEE HILL BRIDGE AUBURN $ 547,850 Deck Repair CASCADE ORCHARD Chelan County $ 794,600 Deck Repair WAIKIKI RD OVER L SPO R Spokane County $ 784,814 Bundle ADDY-GIFFORD Stevens County $ 519,000 BLUE CREEK Bundle 3RD ST SW AUBURN $ 523,538 3RD ST SW/BNSF OXING 3rd St SW/SB Off Ramp Bundle LACAMAS CREEK Pierce County $ 1,071,880 S FORK MUCK CRK (304th St) DINGLE BASIN Bundle GIBBONS CREEK Clark County $ 983,400 MATNEY MORGAN Bundle FLATWOOD Clark County $ 1,505,440 LANDON LUCIA FALLS ROCK CREEK MORGAN CREEK/NE 167TH VENERSBORG 77