Loading...
ODOT - Bridge Inspection Services TRANSMITTAL LETTER D o� BRIDGE ENGINEERING:SECTION AUG 1 9 1998 ROOM 329 TRANSPORTATION BLDG. O �4NSPD�Pti SALEM,OREGON 97310-0780 �1 I, i TIGAPO TO: DATE' CITY OF TIGARD August 17, 1998 CONTRACT NUMBER 13125 SW HALL BLVD BRIDGE NUMBER TIGARD OR 97223 ATTENTION PROJECT NAME GARY ALFSON Bridge Inspection Services WE ARE SENDING YOU ❑ ATTACHED ❑ UNDER SEPARATE COVER VIA: THE FOLLOWING: ❑ PRINTS ❑ PLANS ❑ SAMPLES ❑ SPECIFICATIONS ❑ COPY OF LETTER ® OTHER: COPIES DATED DESCRIPTION. 1 STATE OR OREGON PERSONAUPROFESSIONAL SERVICES CONTRACT 16184 ARCHITECTURAL AND ENGINEERING SERVICES, BRIDGE INSPECTION, SERVICES AREA 9807 THESE ITEMS ARE SENT FOR THE PURPOSE CHECKED BELOW: ❑ FOR APPROVAL ❑ FOR YOUR ACTION ❑ AS REQUESTED ® FOR YOUR INFORMATION ❑ FOR REVIEW AND COMMENT ❑ RETURN COMMENTS BY: REMARKS FROM: Steve Tuttle, Local Br. Inspection Coord. TELEPHONE: (503) 986-3401 FORM PDT ADM01(3/95) - 1 Ar- STATE OF OREGON :;RSONAL/PROFESSIONAL SERVIL CONTRACT NO. 16182 Architectural and Engineering Services. Bridge.Inspection Services This Contract is between the State of Oregon, acting by and'thr6ugh its Department of Transportation, Technical Services Branch, hereafter called Department,and Burgess&Niple,Limited,hereafter called Contractor: Department's Contract Administrator for this Contract is Bob'Thompson. 1. Effective Date and Duration. This Contract shall become effective on the date this Contract has been signed=by every party hereto and,when required, approved by Department of Administrative Services and Department of Justice. Unless terminated or extended, this Contract shall expire or on December 31, 2000.. Expiration shall not extinguish or prejudice Departments right to enforce this Contract with respect to any breach of a Contractor warranty or any default or defect in Contractor performance that has not been cured. 2. Statement of Work The statement of work(the"Work");including the delivery schedule for such Work,is contained in Exhibit A attached and incorporated by reference into this Contract. Contractor agrees to perform the Work in accordance with the terns and conditions of this Contract 3. Consideration a. 'The maximum,not-to-exceed compensation payable to Contractor under this Contract,which includes any allowable expenses, is $401,471.88. b. Interim payments to Contractor shall be made only in accordance with the schedule and requirements in Exhibit A. 4. Contract Documents. This Contract consists of the following documents which are listed in descending order of precedence:this Contract less all exhibits, attached Exhibits A; B, and C and other requirements as set forth in attached Exhibits D through F. All attached Exhibits are hereby incorporated by reference. 5. Independent Contractor;Responsibility for Taxes and Withholding a. Contractor shall perform all required Work as an independent contractor. Although the Department.reserves the right (i) to determine the delivery schedule for the Work to be performed and(ii) to evaluate the quality of the completed performance, Department cannot and willnot control the means or manner of Contractor's performance. Contractor is responsible for determining the appropriate means andmanner of performing the Work. b.' If Contractor is currently performing work for the State of Oregon or the federal government, Contractor by signature to this Contract declares and certifies that: Contractor's Work to be performed under this Contract creates nopotential or actual conflict of interest as defined by ORS 244 and no rules or regulations of Contractor's employing department(state or federal)would prohibit Contractor's Work under this Contract Contractor is not-an."officer", '.'employeer,.or "agent" of the;Department, as those terms are used in ORS 30265. c. Contractor shall be responsible for all federal or state taxes applicable to compensation or payments paid to Contractor under this Contract and, unless Contractor is subject to backup withholding, Department will not withhold from such compensation or payments any amount(s)to cover Contractor's federal or state tax obligations.Contractor is not eligible for any social security, unemployment insurance or workers' compensation benefits from compensation or payments paid to Contractor under this Contract,except as a self-employed individual. 6. Subcontracts and Assignment;Successors and'Assigns a. Contractor shall not enter into any subcontracts for any of the Work required by this Contract, or assign or transfer any of its interest in this Contract,without Department's prior written consent. In addition to any other,provisions Department may require, Contractor shall include in any permitted subcontract under this Contract a requirement that the subcontractor be bound by Sections 6, 10, 11, 15, and 17 of this Contract as if the subcontractor were the,Contractor. Department's consent to any subcontract shall not relieve Contractor of any of its duties.or obligations under this Contract 1. b. The provisions of this Contract shall be binding upon and shall inure to the benefit of the parties hereto, and their respective successors and permitted assigns,if any. 7. No Third Party Beneficiaries. Department and Contractor are the only parties to this Contract and are the only parties entitled to enforce its terms. Nothing in this Contract gives, is intended to give, or shallr be construed to give or provide any benefit or right, whether directly, indirectly or otherwise, to third persons unless such third persons:are individually identified by name herein and expressly described as intended beneficiaries of the terms of this Contract. f Ahwym07n\16182\16182.doc & Funds Available and Authorized;a ayments ' a. Contractor shall not be compensated for work performed under this Contract by any other department or department of the State of Oregon. Department has sufficient funds currently available and authorized for expenditure to finance the costs of this Contract within the Department's biennial appropriation or limitation. Contractor understands and agrees that Department's payment of amounts under this Contract attributable to Work performed after the last day of the current biennium is contingent on Department receiving from the Oregon Legislative Assembly appropriations, limitations, or other expenditure authority sufficient to allow Department, in the exercise of its reasonable administrative discretion, to continue to make payments under this Contract. b. While interim payments will be made in accordance with Exhibit A, payments are contingent upon delivery of the specified work products completed in accordance with the terms of this contract,including the statement of Work in Exhibit A. 9. Representations and Warranties. a. Contractor's Representations and Warranties. Contractor represents to Department that(1)Contractor has the power and authority to enter into and perform this Contract,(2)this-Contract,when executed and delivered-shall be a valid and binding obligation of Contractor, enforceable in accordance with its terms, (3) the Work under this Contract will be performed in accordance with the professional standards of skill and care ordinarily exercised by members of that profession under similar conditions and circumstances, (4) Contractor shall, at all times during the term of this Contract be duly licensed to perform the Work,and if there is no licensing requirement for the profession or work,be duly qualified and professionally competent, (5)all computer hardware and software delivered under this Contract will, individually and in combination, correctly process, sequence, and calculate all date and date related data for all dates prior to, through and after January 1, 2000, and (6) any software products delivered under this Contract that process date or date related data shall recognize,store and transmit date data in a format which explicitly and unambiguously specifies the correct century. b. Contractor's Limitation of Liability. Contractor's liability with respect to items(5)and(6)of 9a.above shall not exceed:(1) twice the total contract amount(including any amendments)or(2)$100,000,whichever is greater. c. Warranties cumulative. The warranties set forth in this section are in addition to, and not in lieu of, any other warranties provided. 10. Ownership of Work Product. a. All work product of Contractor that results from this Contract(the "Work Product") is the exclusive property of Department. Department and Contractor intend that such Work Product be deemed `work made for hire" of which Department shall be deemed the author. If for any reason the Work Product is not deemed "work made for hire", Contractor hereby irrevocably assigns to Department all of its right, title, and interest in and to any and all of the Work Product, whether arising from copyright, patent, trademark, trade secret, or any other state or federal intellectual property law or doctrine. Contractor shall execute such further documents and instruments as Department may reasonably request in order to fully vest such rights in Department. Contractor forever waives any and all rights relating to the Work Product,including without limitation,any and all rights arising under 17 USC §106A or any other rights of identification of authorship or rights of approval, restriction or limitation on use or subsequent modifications. b. To the extent permitted by the Oregon Constitution, Article XI, Section 7,and by the Oregon Tort Claims Act, ORS 30.260 through 30.347,the Contractor shall be released, indemnified, and held harmless by Department from liability arising out of re-use or alteration by the Department,which was not specifically contemplated and agreed to by the parties. c. Contractor,despite other conditions of this provision,shall have the right to utilize the work product on its brochures or other literature that it may utilize for its sales and, in addition, unless specifically otherwise exempted, the Contractor may use standard line drawings,specifications and calculations on other,unrelated projects. 11. Indemnity. a. Claims for Other than Professional Liability. Contractor shall defend, save and hold harmless the State of Oregon and Department,their officers, agents and employees from all claims, suits or actions of whatsoever nature, including intentional acts resulting from or arising out of the activities of Contractor or its subcontractors, agents or employees under this agreement. b. Claims for Professional Liability. Contractor shall defend, save and hold harmless the State of Oregon and Department, their officers, agents and employees, from all claims, suits or actions arising out of the professional negligent acts, errors or omissions of Contractor or its subcontractors and subcontractors,agents or employees in performance of professional services under this agreement. c. Department's Actions. This section does not include indemnification by Contractor of the Department for the Department's activities,whether related to the contract or otherwise. 12. Insurance. Contractor shall provide insurance as indicated on Exhibit B,attached hereto and by this reference made a part hereof. 13. Termination a. Parties' Right to Terminate For Convenience. This Contract may be terminated at any time by mutual written consent of Oe parties. f:%wym07n\16182\16182.dee b. Department's Right To Ter....nate For Convenience. . Department may, at;.—sole discretion,terminate this Contract, in whole or in part,upon 30 days notice to Contractor. c. Department's Right to Terminate For Cause. Department may terminate this Contract, in whole or in part, immediately upon notice to Contractor,or at such later date as Department may establish in such notice,upon the occurrence of any of the following events: (i) Department fails to receive funding,or appropriations,limitations or other expenditure authority at levels sufficient to pay for Contractor's Work; (ii) Federal or state laws,regulations or guidelines are modified or interpreted in such a way that either the Work under this Contract is prohibited or Department is prohibited from payingfor such Work from.the planned f tading.source; (iii) Contractor no longer holds any license or.certificate that is required to perform the Work;or (iv) Contractor commits any material breach or default of any covenant, warranty, obligation or agreement under this Contract,fails to per- form the Work under this Contract within the time7specified herein or any extension thereof,or so fails to pursue;the Work as to endanger Contractor's performance under this Contract in accordance with its terms,and such breach, default or failure is not cured within 10 business days after delivery of Department's notice, or such longer period as Department may specify in such notice. d. Contractor's Right to Terminate for Cause. (i)If Department fails to pay,Contractor pursuant to the terms of this Contract,Contractor may terminate this Contract by giving notice to the Department,and Department fails to cure within 15 business days after receipt of Contractor's notice,or such longer period of cure as Contractor may specify in such notice. Department shall pay Contractor for all work performed in accordance with the terms of the Contract prior to termination date,if Contractor is not otherwise in default. (ii)Contractor may terminate this Contract,for reasons other than nonpayment,if Department commits any material breach or default of any covenant,warranty,obligation or agreement under this Contract,fails to perform under the Contract within the times specified,or so fails to perform as to endanger Contractor's performance under this Contract,and such breach,default or failure is not cured within 10 business days after delivery of Contractor's notice,or such longer period as Contractor may specify in such notice." e. Remedies (i)In the event of termination pursuant to Sections 13.a, 131, 13.c(i), 13.c(ii)or 13A,Contractors sole remedy shall be a claim for.the sum designated,for accomplishing the Work multiplied by the percentage of Work completed and accepted by -. Department, less previous.amounts paid and any claim(s)which State has against Contractor. If previous amounts paid to Contractor exceed the amount due to Contractor under this subsection,Contractor shall pay any excess to Department upon demand. (ii) In the.event of termination pursuant to Section 13.c(iii)or 13.c(iv), Department shall have any remedy available to it in law or equity. If it is determined for any reason that Contactor was not in default under Section 13.c(Hi)or 13.c(iv),the rights and obligations of the parties shall be the same as if the Contract was terminated pursuant to Section 13.b. _ L Contractor's Tender Upon Termination. Upon receiving a notice of termination of this Contract, Contractor shall -. immediately cease all activities under this Contract, unless Department expressly directs otherwise in.,such notice of termination. Upon termination of this Contract,Contractor shall deliver to Department all documents, information, works-in- progress and other property that are or would be deliverables had the Contract been completed. Upon Department's request, Contractor shall surrender to anyone Department designates,,all documents,research or objects or other tangible things needed to complete the Work. 14. Limitation of Liabilities. EXCEPT FOR LIABILITY ARISING UNDER OR RELATED TO SECTIONS 9(a), 13(dxii), or 13(exii), NEITHER PARTY SHALL BE LIABLE FOR(i) ANY INDIRECT, INCIDENTAL, CONSEQUENTIAL OR SPECIAL DAMAGES UNDER THE CONTRACT OR (ii) ANY DAMAGES OF ANY SORT ARISING SOLELY FROM THE TERMINATION OF THIS CONTRACT IN ACCORDANCE WITH ITS,TERMS. 15. Records Maintenance; Access. Contractor shall maintain all fiscal records relating to this Contract in accordance with generally accepted accounting principles. In addition,Contactor shall maintain any other records pertinent to this Contract in such a manner as to clearly document Contractor's performance. Contractor acknowledges and agrees that Department and the Oregon Secretary of State's Office and the federal government and their duly authorized representatives shall have access to such fiscal records and other books,documents,papers,plans and writings of Contractor that are pertinent to this Contract to perform examinations and audits and make excerpts and transcripts. Contractor shall retain and keep accessible all such fiscal records,books,documents,papers,,plans,and writings for a minimum of six (6) years, or such longer period as may be required by applicable law, following final payment and termination of this Contract, or until the conclusion of any audit, controversy or litigation arising out of or related to this Contract, whichever date is later. 16. Compliance with Applicable Law. Contractor shall comply with,all federal, state and local laws, regulations, executive orders and ordinances applicable to the Work under this Contract. .Without limiting the.generality of the foregoing,,.Contractor expressly agrees to comply with: (i)Title VI of the Civil Rights Act of 1964;(ii)Section V of the Rehabilitation Act of 1973;(iii)the Americans with Disabilities Act of 1990 and ORS 659.425;(iv)all regulations and administrative rules established pursuant to the foregoing laws; and(v)all other applicable requirements of federal and state civil rights and rehabilitation statutesi rules and regulations. Department's fAhwym07n\16182\16182.doc 0 performance under this Contract is conditioned upon Contractor's compliance with the provisions of ORS 279.312,279.314,279.316, 279.320,and 279.555,which are incorporated by reference herein. 17. Foreign Contractor. If Contractor is not domiciled in or registered to do business in the State of Oregon, Contractor shall promptly provide to the Oregon Department of Revenue and the Secretary^of State Corporation Division all information required by those agencies relative to this Contract. Contractor shall demonstrate its legal capacity to perform the Work under this Contract in the State of Oregon prior to entering into this Contract. 18. Force Majeure. Neither Department nor Contractor shall beheld responsible for delay or default caused by'fire,riot,ads of God, or war where such cause was beyond the reasonable control of Department or Contractor,•respectively.Contractor shall,however,make all reasonable efforts to remove or eliminate such a cause of delay,or default and shall,upon the cessation of the cause,diligently pursue performance of its obligations under this Contract. 19. :Survival. All rights and obligations shall cease upon termination or expiration•'of this Contract, except for the rights and obligations set forth in Sections 1,9; 10, 11, 13;14, 15, 19 and 26. 20. Time is of the Essence. Contractor agrees that time is of the essence under this Contract. 21. Notice. Except as otherwise expressly provided in this Contract,any communications between the:parties.hereto,or notices to be given hereunder shall be given in writing by personal delivery, facsimile, or'mailing,the same, postage prepaid, to Contractor or Department at the address or number set forth on the.signawre page of this Contract,or to such other addresses or numbers as either party may hereafter indicate pursuant to this Section 21.Any communication or notice so addressed and mailed shall be deemed to be given five(5)days after mailing. Any conum nication or notice delivered'by:facsimile'shall'be deemed to be given when receipt of the transmission is generated by the transmitting machine. `To be effective against Department, such facsimile transmission must be confirmed'by telephone notice to Department's Contract Administrator. Any communication or notice by personal delivery,shall be deemed to be given when asuallydelivered. 22. Severability. The parties agree that if any term or provision of this Contract is declared by a court of competent jurisdiction to be illegal-or in conflict with any law,the validity of the remaining terms and provisions shall not.be affected,and the rights and obligations of the.partimshall be construed and enforced as if the Contract did not contain the particular term or provisionteld to be invalid. 23. Counterparts. This Contract may be executed in several counterparts, all of which when taken together shall constitute one agreement binding on all parties,notwithstanding that all parties are not signatories to the same counterpart. Each copy of the Contract so executed shall constitute an original. 24. Department of Administrative Services Approval...In certain cases,.Department of Administrative Services or Department of Justice,approval is required before any work may begin under this Contract or an amendment to this Contras: 25. Disclosure of Social Security.Number. Contractor must provide'Contractoes Social Security number unless Contractor provides a federal tax 1D.number. This number is requested pursuant to ORS 305385;OAR 122-80.410(3)and OAR 150=305:100. Social Security numbers provided pursuamto this authority will be used for the administration of state,federal andlocal tax laws. 26: Governing Law;Venue;Consent to Jurisdiction. This;Contmct shall lie govemed'by and construed in accordancewith the'laws of the State of Oregon without regard,to principles,of conflicts of-law. Any claim,action, suit. or proceeding(collectively, "Claim") between Department(and/or any other deparlmen't or:department of the State`of Oregon)and Contractor that arises from or relates to this Contras shall be brought and conducted solely and exclusivelywithin the Circuit Court of'Marion County for the:State'of Oregon; provided,however,if a•Claim must be brought'in a federal forum,then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon. CONTRACTOR; 13Y EXECUTION OF THIS CONTRACT, HEREBY CONSENTS TO THE IN PERSONAM JURISDICTION.OF SAID COURTS. 27.'Year 2000 Compliance Notice. In'the event Contractor learns.or has,reason to believe that Department's'.computer'hardware or software environmenvfailsto use a date f6rmat that'explicitly specifies century in'any date'data,'Contractor shall''promptly advise Department of such failure. 28. Merger Clause; Waiver. This Contract and attached exhibitsconstitute the entire agreement between the parties on'the`subject matter hereof. There are no understandings,agreements,or representations,oral.or written,not specified herein regarding this Contras. No.waiver,consent,modification or change of terns of this Contract shall bind either party unless in writing and signed by both parties and'all necessary State approvals have been obtained. Such waiver,consent,modification or change,if made,shall be effective only in the'specific instance and for the specific purpose given. The failure of Department to enforce any provision of this Contract shall not constitute a"waiver by Department of that or any other provision. f:\hwymG7 n\16182\1 6182.doc CONTRACTOR,BY EXECUTION_ THIS CONTRACT,HEREBY ACKNON. ,DGES THAT CONTRACTOR HAS READ THIS CONTRACT,UNDERSTANDS IT,AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. CONTRACTOR DATA AND CERTIFICATION Name(tax filing): Burgess&Niple Limited Address: 5085 Reed Road,Columbus,OH 43220 Telephone: (614)459-2050 Facsimile: (614)451-1385 Contact: Raymond H.:Stokes,Jr. Citizenship,if applicable: Non-resident alien [ ] Yes [ ] No Business Designation(check one): [X] Corporation [ ] Partnership [ ] Limited Partnership [ ] Limited Liability Company 1 ] Limitedtiability Partnership [ j Sole Proprietorship [ ] Other Federal Tax[D#: 31 - 0885550 or SSN#: - - Above payment information must be provided prior to Contract approval. This information will be reported to the Internal Revenue Service(IRS)under the name and taxpayer identification submitted. (See IRS 1099 for additional instructions regarding taxpayer ID numbers.) Information not matching IRS records could subject Contractor to 31 percent backup withholding. Certification: The individual signing on behalf of Contractor hereby certifies and swears under penalty of perjury: (a)the number shown on this form is Contractor's correct taxpayer identification; (b) Contractor is not subject to backup withholding because (i) Contractor is exempt from backup withholding, (ii) Contractor has not been notified by the IRS that.Contractor is subject to backup withholding as a result of a failure to report all interest or dividends,or(iii)the IRS has notified.Contractor.that:Contractor is no longer subject to backup withholding; (c) s/he is authorized to act onr behalf of Contractor, s/he.has authority and'knowledge regarding Contractor's payment of taxes,and to the best of her/his lmowledge, Contractor is not in violation of any Oregon tax laws, including _- those in OAR 150-305.385(6)-(B). For purposes of this certificate,`Oregon tax laws'means the state inheritance tax,gift tax,personal income tax,withholding tax,corporation income and excise taxes,amusement device tax,timber taxes,cigarette tax,.other tobacco tax, _ 9-1-1 emergency communications tax, the homeowners and renters property tax relief program and local taxes administered by the .. Department of Revenue.(Multnomah County Business Income Tax, Lane Transit District Tax, Tri-Metropolitan Transit District Employer Payroll Tax, and Tri-Metropolitan Transit District Self Employment Tax); (d) Contractor is an independent contractor as defined in ORS 670.600;and(e)the above Contractor data is true and accurate. CONTRACTORS: PAYMENT SHALL NOT BE ISSUED FOR SERVICES RENDERED PRIOR TO NECESSARY STATE APPROVALS COMFiRACTOR By AA AW Title: e r tr Date: \ Assistant Aftomey General Date Approved as to Legal Sufficiency by the Attorney General's Office (All Personal Service Contracts over$75,000) DEPARTMENTI Appro bZ11angion Manager ate Approved by Director or Deputy Director(All C tracts over$50,000) Date f:\hwym07n\16182\16182.doc i EXHIBIT A Part 1 of 3 BRIDGE INSPECTION SERVICES SCOPE,OF WORK GENERAL The work shall consist of field inspection,load rating,scour evaluations,fracture'critical inspection,report preparation,and inventory of those bridges as'listed in Attachment A. Structures identified for scour evaluations shall be submitted to the Department for approval to:proceed. The Contractor shall furnish all'personnel,materials,supplies,equipment,traffic control,if needed,and other incidentals necessary to complete the work. All work shall be conducted in with the National Bridge Inspection Standards Title 23,Code of Federal Regulations, Part 650;subpart C,as applicable and as amended by the Federal Highway Administration(FHWA)and the Department. The physical inspection,evaluation for scour and load rating of each bridge shall be conducted in accordance with the following: Oregon Department of Transportation Guidelines: Fracture Critical.Bridges-Bridge Inspector's Guide ODOT Hydraulic Manual,January 1990 ODOT Scour Guidelines,December 15, 1992 ODOT Bridge Section Load Rating Guidelines PONTIS Inspection Manual FHWA: Bridge Inspector's Training Manual 90 Culvert Inspection ManuaL,Report No.FHWA-IP-86-2 Bridge Inspectors Manual for Movable Bridges Inspection of Fracture Critical Bridge Members,Report No.FHWA-IP-86-26 HEC 18,Evaluating Scour at Bridges HEC 20,Stream Stability at Highway Structures AASHTO: Manual for�Condition Evaluation of Bridges, 1994 Guide Specifications for Strength.Evaluation of Existing Steel and Concrete:Bridges Bridge inspections shall be performed underthe direct supervision of a team leader that meets the NBIS qualifications for a team leader. The team leader shall be,onsite during;theinspection,assure the accuracyand.adequacy of the inspection,and sign the completed inspection+report. All reports submitted to the Department for approval shall be prepared,signed and stamped with the seal of an engineer registered to practice in the State of Oregon. A seal can be placed on the bridge listing submitted for paymentof routine inspection reports. The Contractor shall,contact the appropriate local agency officials and advise:them of their schedule each-trip their"personnel are to be in the local agencyarea conducting bridge inspections. Traffic Control during the inspections shall be the:responsibility of the . Contractor and must be coordinated with the local agency: The Contractor will make the decision of whether to perform:inspections with,or without the aid of access equipment. The Contractor's decision should be based on the acceptable level of service requested in this.'documerioand the.following,guidelines: All timber members,bridge bearings and fracture-critical members(during a"Fracture Critical lnspection")require a hands-on level of inspection. An acceptable level of inspection for eoncrete=mbers should detect and determine the severity of cracks larger than hairline size. ' fAhwym07n%16182116182.doc An acceptable level of inspection for steel members other than fracture critical members should detect,loss of rivets or bolts,steel cracks at locations susceptible to fatigue cracking,the extent of rust and damaged or bent members. Dye penetrant shall be used to determine the extent of any cracks found. . ENGINEERING SERVICES A. ROUTINE INSPECTIONS The Contractor shall perfo=axroutine,inspection,of eachbridge list ed.in Attachment A. The routine inspection shall consist of sufficient observations and/or measurements,to determine the physical and functional condition of the bridge. Special attentionshall be,provided to observe fracture:critical members betweenIn-Depth.Fracture Critical Inspection cycles. This inspection constitutes:a Level l:Fracture Critical Inspection and shall be recorded in the items 92A an&93A of the NBI.data.This inspectionshall identify any developiRg problems or changes,from previously recorded conditions to insure that the,bridge continues to satisfy service requirements. The work shall include the inspection of all bridge elements above the ground and/or water and those elements below wadable water at the time of inspection. Routine.Inspection Report Forms and supplemental data shall be fastened together when submitted. A covering or binder for reports is not required. Two hard copies of the;Routine Inspection Report shall be submitted with the electronic format. The electronic data may be submitted separately on diskettes or directly to the bridge section server. Bridges recently constructed or replaced may not have been inventoried. The Contractor shall:perform a routine inspection and complete the inventory as herein specified. Payment will be included at the contract unit price for "Routine Inspection". The Contractor may conduct cursory inspections of bridges in this contract,if approved by the Department. Cursory inspections shall involve a visit to the bridge site. Observations shall be made to determine if the bridge is functioning properly and that no major deficiencies exist that effect the load capacity of the bridge: A brief description of the inspection shall be submitted to the Department no later than 60 days after the routine inspection due date. No separate payment will be made for cursory inspection,as payment will be included in the contract unit price for "Routine Inspection". The routine inspection shall be completed 24 months after the last inspection date indicated.for each bridge as identified in the.electronic file of the NBI.. Bridges with inspection frequencies less than 24 months will be considered annual inspections and paid:as"extra work"if approved Routine inspections due after the contract ter$nination date shall be completed a maximum of two(2)months prior to the contracttenmination date. Adjustment of the inspection date must be submitted in writing for approval by the Department. The Contractor shall submit Routine Inspection Reports to the Department no later than 60 days after the month of the Routine Inspection due date or the approved.adjusted date requested by the Contractor. Routine Inspection Reports will contain as a minimum the following Items 1-5. No separate payment will be made for.the following Items 1-7 as payment will be included in the contract price for"Routine Inspection'. All electronic data shall be submitted either by diskettes or electronically transferred to the Department for all work associated with routine inspections being submitted for payment. 1. Inspection Report The inspection results for each bridge shall be fully documented on the electronic Bridge Inspection Report. The electronic report file will be provided by the Department at no cost to the Contractor. In the event thava new Electronic Report'Program is implemented by the Department after the contract notice to proceed,reimbursement to the Contractor will be made for direct costs to acquiring the software (Anticipated Items,ExhibitA Part 3 of 3 and is included in the not to exceed amount). The Department, at no cost to the Contractor,will transfer all previous electronic data wthe new Electronic Report Program. f:\hwym07n\16182\16182.doc r• 2. PONTIS Bridge Element Inventory Verification and Inspection The Contractor shall verify bridge element.types and quantities using the bridge management system, , PONTIS,guidelines for each bridge listed in Attachment A. The verification shall be performed using as constructed bridge plans,observations and/or measurements at the bridge site during the routine inspection. - An electronic file of the bridge elements will be provided by the Department at no cost to the Contractor. For anybridge where the elemenware'notAirnished.or'incomplete,the Contractor.shall identify the appropriate elements and quantities using plans or by field identification and record on the electronic file. Following Verification of the bridge elements,an inspection shall be performedron each bridge using PONTIS condition'states and NBIS conditionratings. Findings shall be recorded on the electronic Bridge Inspection Report _ 3. Photographs Photographs shall be vital,black&.white.laser printer copies not less than 600x600 dpi,approximately 3-1/2"x 5"in size and shall be included,in the report: The Contractor shall provide;photographs showing one side elevation and one view looking down the centerline.of the roadway,in addition,photographs as necessary to illustrate deficiencies'for NBIS condition ratings of 4:or less shall be included. Photographs shall be printed and labeled on a separate sheet. Photos:shall-also be recorded roan electronic"JPG"format with a resolution of not'less than 640 X 480. Each photo shall have a unique filename beginning with the NBI bridge number and followed by alpha numeric characters: Example:Bridge No.02300A=02300AA0,02300AA l: Photos will be arranged in separate directories for each County.Directory shall be established as follows:URS/Access/County Name/Image file name. 4. Maintenance Recommendations Recommendations for maintenance,repairs or follow-up inspections to be performed by others if necessary shall be provided on the Bridge Inspection Report. Maintenance and repair recommendations should identify the deficient bridge element or problem and briefly present an action for its correction or monitoring. Deficiencies of all elements NBIS rated"6"or below and preventive maintenance activities shall be addressed. Deficiencies that are determined as . substantially endangering the load capacity of the bridge'or public.safety shall;be identified as requiring urgent action and shall be handled:in accordance with the instructions of this exhibit under BRIDGES WITH CRITICAL.STRUCTURAL'DEFICIENCIES. Elements not.inspected due.totigh water at the time of the routine inspection;which can be accessed during times of low water,shall.also be included with:the Maintenance.Recommendations. The Contractor shall recommend a follow up inspection be performed by the bridge owner. The Contractor shall submit with each:progress payment submittal a Major Maintenance Summary Sheet listing capacity or'safety related items NBIS,mted 5 or less* and posting'recommendations for the documents being submitted. The.departmenyshallf imish the spreadsheet format to be used. Items listed on the Routine.Inspection Maintenance Recommendation.Sheet;requiring monitoring need not be included.. The Major Maintenance Summary Sheet is to'be arranged by county,listing the bridge number and a brief description of the:item and the NBIS condition rating.. 5. Inventory Reports The Contractor shall provide information for updating existing files and establishing bridge inventories on the.National Bridge-Inventory computer file. A diskette for producing an error edit list shall be provided_ ,to the Contractor. Prior to submitting to the Department,the-Contractor shall create an error edit list for the bridges being submitted and correct any inventory items flagged. f:Vhwyml77M 16182%16182.doc The Department will perform an error edit check on all inventory updates submitted and if necessary return to the Contractor for corrections. Upon completion of inspections,and other evaluation work,IBM system compatible data shall be recorded on;a diskette or electronically transferred-to the.Department. Inventory data will be provided to the Contractor for their use. The"Oregon Coding Guide for Inventory and Appraisal of Oregon Bridges", 1993 shall.be use ,as instructions and guidelines for coding the electronic file. The Contractor shall update the inventory files as changes occur and are brought to the attention of the Contractor.The following items shall not bemodified,updated,or changed for any reason, Item 63-Method Used to Determine.Operating Rating,Item 64-OperatingRating;Item,65-Method Use&to Determine Inventory Rating,Item 66-Inventory Rating andItem'70.—Bridge Posting.. All data shall be,completed and reviewed for accuracy before being submitted to the Department.. A.copy of the currentSI&A sheet shall be attached to the Routine Inspection Reportwhen submitted. _ 6. Stream Cross Section The Contractor shall record the distance to the ground and stream bed between the ends of bridges over waterways that have not previously been recorded or where significant change has occurred. The outside edge of the deck on the upstream side is to be used as a horizontal and vertical reference. Record the vertical and horizontal distance at each point. Record as a.minimum the quarter points of the bridge and/or at break points of the ground;but not greater than 25-foot intervals. Also indicate the distance to the water surface and the approximate location of interior bents. Note any signs of stream migration that could affect stability of abutments or flood plain bents.Record this data in"BrEase Version 1.12" software and include a printout of the stream cross section with the routine inspection report. 7. Timber Boring Diagrams The Department shall.fiunish the Contractor electronic Excel files of timber;boring.diagrams for bridges with timber members. Founy.,bridge where the boring are not furnished or not complete,the Contractor shall identify the approuriate elements and quantities using field inspection and record on the electronic file. Review the timber boring diagram for accuracy and conformance with the guidelines,herein,and . determine if additional borings updating of the diagram is appropriate. All timber members shall fust receive a thorough visual and sounding inspection to locate suspect decay and insect infestation. Further investigation,if necessary,shall involve boring to identify all locations.and extent.of decay. Include a hard copy of the diagram and electronic;file with the Routine:Inspection.Report. Sampling of timber should be well distributed to include different members,such as stringers,caps,and piles. If decay is found,perform additional borings at decay locations to determine the extent of the deterioration. Bore other areas until reasonably certain of adequate identification of all primary timber members. Borings shall be conducted in a manner to prevent unnecessary damage to the timber members. Boring augers should be sterilized with a chlorine solution after each boring. Bore holes shall be plugged with tight fitting wood preservative-treated dowels. Diagrams shall identify all locations of holes bored and indicate the findings at each hole.An example of a reporting method is as follows: Bore hole with no decay-'W' Bore hole with 2 inches of good wood,7 inches of decay,and 3 inches of good wood- 'M,R7,X3" * "drilled 1997 by"Contractor's Name" Mark the findings onthe,timber member next to,the plug with a lumber crayon. The presence of insect.or marine borer activity,j crush,shims,and,significant splits,should also be reported,on the diagram. , Replacedor repaired members shall be noted and dated on the diagram. Additional borings shall be dated and identified. An elevation view of.each bent shall be provided whether bored or not. Stringers shall be drawn in a plan view. Drawings shall be labeled for bent number and direction viewed. f:\hwym07n\16182\1 6182.doc , B. LOAD RATING GENERAL , The work shall consist of determining the structural capacity(load rating)of the local agency bridges listed in Attachment A. The Contractor shall furnish all personnel,materials,supplies,equipment,and other incidentals necessary to complete the work All load.ratings shall be performed according to the criteria and procedures of the following: ODOT Bridge Section Load Rating Procedures,',September 12, 1994 AASHTO _ 1. Guide Specification for Strength Evaluation of Existing Steel and Concrete Bridges(1989)(LRFD) 2: Manual for the Condition Evaluation of Bridges(1994)as amended by the Interim revision(1995& 1996) 3. Standard.Specification"for Highway Bridges(1992),Division I,"Design",and Interim Specifications-Bridges 1993, and as modified iby ODOT Bridge Section:Design Instructions(blue sheets) If an existing load rating report'is on file with the local agency,the-Contractor can choose to perform a new load rating or review.and re-evaluate the existing load rating report. The Department will provide to the Contractor previous inspection reports,plans and repair history,ifavailable,for each bridge. Bridge data that is not available but deemed necessary by the Contractor for completion of the load rating shall be requested from the Department. The Department'will determine the.appropriate method to acquire the necessary data or provide.the.Contractor with alternative procedures for completing the load rating. Load rating calculations shall consider and reflect the structural condition of the bridge including decay,section loss,damage, cracking,and misalignment of members. . All load,mtings for structure-types listedin Section 8,Guidelines for Calculations of.the ODOT Bridge.Section Load Rating Procedures,September 12, 1994,shall be performedusing the structural analysis software BRASS,Version 5.4.2, that was developed and is supportedt by the'Wyoming Department of Transportation(WDOT). License for its use shall be purchased directly from WDOT by the Contractor. INVENTORY REPORTS The Contractor,as aresult of load rating,shall not make any changes to inventory data'as mentioned:in the Inventory Reports of Routine Inspections. TIMBER STRUCTURES Load ratings for timber structures shall be performed using"Timber Rate"for solid sawn stringers and Mathcad,Version 7,software developed by the department for glu-lam stringers. CROSSBEAMS Load rating of crossbeams shall be performed using the Crossbeam Load Rating.Software. This software,which is a Microsoft Excel Version 5.0 macro,and its user manual will be'provided to the Contractor.free of charge. It is the Contractor's:responsibility to purchase Excel: f:VhwymO7n116182116182.doc ASSUMED STANDARDS Load rating of structures where assumed standard drawings are used shall include a-copy of said standard drawings and identify the specific slab or beam number assumed: REPORT FORMAT/DELIVERABLES A Cover Sheet identifying the owner,bridge number,bridge name,date,and recommended posting shall be included with each load rating.The Department will provide a blank copy of the Cover Sheet in electronic format to:the Contractor. Load rating report submittals,shall include the following:. 1 diskette containing load rating electronic files 1 loose copy of the Cover Sheet with the Excel Load Rating. Summary Report attached 2 hard copies of the report and supporting:information,each bound in a labeled pressboard report cover,one shall contain the diskette All reports shall be bound in the following order: 1. Posting Summary Sheet 2. Table of Contents 3. Load Rating Summary Report 4. Reduced Copy of the plans(or sketches) 5. Inspection Report 6. Structure Inventory and Appraisal 7. Relevant correspondence 8. Printout of FILELIST.TXT(this may be combined with the table of contents and omitted) 9. Preliminary(pre-BRASS)'file(s)' :10. BRASS_E(LRFD sErvice):output file for the 1"beam line,if prestressed girder or slab 11. BRASS_T(LRFD�sTrength)output file for the I'beam line 12. BRASS_N(NBI.Load,Factor)output file for the 1"beam line 13. Repeat the sequence of items 10,11,&112 for each additional beam line investigated 14. Cross Beam calculations complete for the 1"crossbeam investigated Repeat item-14 for each cross beam investigated All sheets after the Table of Contents shall be numbered consecutively in the upper right comer. All reports submitted to the Department for approval shall be prepared by,signed by,and stamped with the seal of an engineer registered to practice in the State of Oregon. BRIDGES WITHOUT PLANS In most cases,sketches will suffice. The contractor shall develop sketches that show the structural components with enough detail to allow future load ratings to be computed without requiring a site visit. Sketches shall be drawn with a straight edge or computer generated. There will be no extra payment for sketches. They shall be included in the load rating report. PAYMENT Payment for"Load Rating"will be paid at the contract unit price for"Load Rating". No separate payment will be made for measuring or member determination/verification,as payment:is included in the contract unit price for"Load Rating". C. 'FRACTURE CRITICAL INSPECTION The Contractor shall perform fracture critical inspectionsfor each bridge identified in Attachment A. Inspections shall be;performed and reported inaccordance with'FHWA publication"Inspection,of Fracture Critical Members", Report No..FHWA-IP-86-26 and Department inspectionistandards. The fracture critical inspection report will be recorded in an electronic format. Two!hard copies and an.electronic file in an"Excel"format:shall be submitted either on diskette.or electronically transferred to the Department at the time of submittal for payment. The inspection report shall include a cover sheet identifying the Owner,Bridge f:\hwy m07 n\16182\16182.doe Number,Bridge Name,Date and a brief summary.The Department will provide the electronic file identifying fracture critical members,frequency,procedure and access equipment for each:bridge to be inspected. For any bridge where fracture critical reports are not famished or not complete,the Contractor shall identify the appropriate elements using field inspection and bridge drawings'and record on the electronic file. An"Excel" template for recording field observations,remarks and testing performed will be provided. One sheet shall identify the fracture critical members,frequency of inspection,inspection procedure to be used and special equipment required. Additional sheets asmeededwill be used toriecord the condition/measurements of the individual members supplemented by photos of areas of distress.,Photographs shall be,provided as necessary to document present conditionof elements. Photos shall be submitted in hard copy and electronic format at described.in Item 3 under Routine Inspections except photos shall be importeddirectl into the fracture critical spread sheet Fracture Critical Inspection Reports shallinclude data requested herein in addition to that of the Fracture Critical Inspection Documentation section of the"Fracture Critical Bridges,Bridge Inspector's Guide. Fracture Criticalinspection will be paid for at the contract price for"Fracture Critical Inspection". Payment will include dye penetrant testing as needed to.detect cracks. Areas with paint removed for testing shall receive a coat of zinc primer. The Contractor will recommend,based;upon identified member characteristics or inspection-findings,that non destructive testing of fracture critical member lie conducted. The Contractor shall submit to the Department for approval the recommended plan/estimate for conducting the non-destructive testing. As part of the recommended plan,all pins of fracture critical members shall receive an.inspection by ultrasonic testing. End cover plates shall not be removed for ultrasonic testing without the approval of the-Department. D. SCOUR EVALUATIONS The Contractor shall submit:for the Department'sapproval prior toperforming any work a list of bridges to receive scour evaluations. The submittal shalfinclude.bridges identified.in Attachment A by"Scour". The Department will screen the bridges to determine if an evaluation is to be performed. The ODOT Scour Guideline No. 19 and the local-pier scour depth as determined by Chang's Method will be.used. All final reports shall be submitted to the Department no later:than January 1, 1999. The following work shall be performed for bridges-approved for scour.evaluation: 1. Data Review For each structure identified in Attachment A,the Contractor shall'conduct a cursory review of all available information pertaining to the structure location prior.to conducting any other work. This information should include bridge drawings,,hydrologic,hydraulic,and scour calculations and studies, aerial photographs<and topographic mapping.` 2..- Field Data The engineer who is in responsible charge for the Scour Analysis of the particular site shall be on-site during field'investigations: The Contractor shall obtain field cross-sections,andother field data for locations requiring i detailed analysis:as describedbelow..Recordthe vertical and'horizontal distance,ateachpoint: When available, ODOT benchmarks.:shall be used for vertical reference. When no benchmarks are available,an assumed datum may be used.and-any convenient bridge:,component may be identified as temporary benchmark and used as reference. a: Obtain channel;bottom and/or water surface profile from 500 feet upstream to 500 feet downstream of the.bridge. The channel bottom profile is optionalas the-water surface profile is a better indicator of the channel slope. Record elevations every 50 feet. f:\hwym07n\16182\16182.doc b. Obtom;cross section of channel:and.adjacent floodp....n as necessary to contain the design flood and adequately model bridge hydraulics and.evaluate scour. Topographic mapping maybe used for overbank areas. A general guideline for cross-section locations is as follows: 1. One bridge length upstream from the upstream face of the bridge(approach section). 2. Downstream face of the bridge prior to placement of abutments(full valley section). 3. One bridge length downstream,from the downstream face of the;bridge:(exit section). 4. Two bridge lengths downstream from the downstream face of f thebridge or at a control section if one exists. 5. Obtain cross section of bridge waterway.which includes the bottom of beam elevation. Record as a minimum the quarter points of the bridge and/or at break points of the ground,but not greater than 25-foot intervals. Verify the location and dimensions of interior bents and obtain a cross section and bottom of beam elevation of any overflow structures. C. Obtain incipient roadway overtopping elevation if roadway is subject to overtopping. d. Obtain dimensions to locate and evaluate existing scour holes. Plot this data on a separate sheet and show all dimensions. e. Lateral channel stability: Any signs of stream migration that could affect stability of abutments, piers,bents,or other bridge support structures. Document with photographs. f. Degradation(headcutting). g. Estimate Manning's"n"values for the main channel and overbank areas. h. Determine size of existing abutment riprap and note any apparent riprap failure. i. Note;riprap:at piers and determine size of riprap. j. Determine bed material size by visual inspection as required to assign values to variables in Equation(1),HEC-18,section 2:4.2. k. Evidence of scour. No separate payment will be made for Data Review and Field Data as payment will be included in the contract unit price for performing"Scour Analysis". 3. Scour Analysis The procedures described in the ODO.T Scour Guidelines and HEC-18 shall be followed for conducting the Scour Analysis. a. Determine the hydrology;the1ierarchy of the means of determining the hydrology is as follows: 1. Log Pearson Type IIL,Statistical,Analysis of USGS Stream Gage Data. Statistical summaries are available from the IJSGS. 2. FEMA Flood Insurance Studies, 3. USGS Regression Equations. Refer to the ODOT Hydraulics Manual,Chapter 2 and ODOT Scour Guideline No.2. f:\bwym07 n\16182\16182.doc t 4. Use the best available engineering practice,with approval by the Department's scour coordinator. , b. Calculate the hydraulic data needed for the scour analysis.Select the design flood event as per ODOT Scour Guideline No. 1. Computer programs which may be used for computing the hydraulic data are WSPRO or HEC2. WSPRO is the preferred method. Refer to HEC-18 for an in-depth example of how to use WSPRO data to perform a scour analysis. C. Determine the potential scour depths and elevations. Scour computation methods to evaluate scour are in HEC-18,"Evaluating Scour at Bridges",Second Edition. 1. Abutment Scour: Calculation is not required. (Please refer to ODOT Scour Guidelines No.6 and 7.) 2. Contraction Scour. 3. Local Pier Scour. 4. Total Scour. 5. Evaluation of allowable scour depths with estimated scour depths. 6. Evaluation of long-term bed elevation change(Aggradation or degradation)as per ODOT's Scour Guidelines No.8. d. Inventory Reports The Contractor shall provide information for updating the National Bridge Inventory and shall determine the appropriate code for Item 113,"Scour Critical Bridges". e. Riprap Sizing The riprap size needed to protect abutments shall be evaluated.The computation methods to evaluate riprap sizing are in HEC-11,"Design of Riprap Revetment". Specific guidelines to follow when applying HEC-11 are discussed in ODOT's Scour Guidelines. Payment for this work will be made at the contract unit price for performing"Scour Analysis". 4.; Report Preparation The Contractor shall prepare a report after the completion of work for submittal to the Department. All calculations shall be checked by the Contractor for accuracy prior to submittal to the Department. The scour report shall be bound and contain the following information(minimum): a. Scour summary sheet. This data will be submitted on a 3-1/2"diskette, 1.441vIB HD MS-DOS compatible floppy diskette in addition to one hard copy. b. Calculations which support the information on the scour summary sheet. This should include the following: 1. Hydrology calculations. 2. WSPRO or HEC-2 computer input and output. This data will be submitted on 13-1/2" diskette, 1.44 MB HD MS-DOS compatible floppy diskette in addition to one hard copy. 3. Scour calculations. 4. Riprap calculations f.%wym07n%16182116182.doe C. M, anent supplied information. d. Plan view of site(scale I"=50'or 1"=100'),depicting location of cross sections and stationing. C. Survey data: . 1. Information collected utilizing instruments equipped with a data collector shall be downloaded to a 3-In"diskette, 1.44 MB HD MS-DOS compatible floppy diskette in ASCII format. 2. Information collected utilizing conventional methods shallbe.submitted in:the original field books containing the original raw data. f. Drafted stream cross sections. Full Valley Section shall include.;the footing locations,and calculated scour elevations. g. Drafted stream profile. Show water surface and stream bed profile and locations of all cross sections. Profiles shall be drafted.at a scale of not more than 1"=100' in the horizontal plane.and 1"=5' in the vertical plane. All reports submitted to the Department for approval shall with the'seal of an engineer registered to practice in the State of Oregon.. E. ANTICIPATED ITEMS The Contractor shall perform general.services as,directed by the.Department on an as,needed basis for the duration of this contract. Payment for services will be based upon,prior agreed unit,as,listed in Exhibit A,:Part2 of 3. Pay Items are as follows: 1. Traffic Control 2. Non-Destructive Testing for fracture critical inspection. 3. Load Rating of bridges with no contract unit price. 4. Purchase Bridge View(Inspection)Software 5., Software Training SCHEDULE AND PROGRESS REPORT The Contractor shall meet with the Department for an orientation meeting at a time mutually agreed upon within 30 days following the execution of the contract. Local agency Representatives will be invited to this meeting. At the orientation meeting,the Contractor shall submit a comprehensive work schedule for all field work. The Contractor shall submit to the Department within the first ten days of the,month,a progress report of all work performed on the project along with completed reports,in duplicate. A"Close Out"meeting will be held near the completion of the contract. The purpose of this meeting is to resolve any differences encountered during the course of the contract,evaluate the Depattment's:and the Contractor's performance,and discuss possible program improvements. INSPECTION OF WORK IN PROGRESS All parts of the work covered by this contract shall be subject to review and inspection by the Department,the Federal Highway Administration and duly authorized representatives of the Local Government(s)involved at such time or time(s)as the Department, Federal Highway Administration or Local Government(s)deem appropriate. f.\hwym07n\16182\16182.doc ACCEPTANCE OF WORK PRODU%,TS When completed and delivered to the Department in duplicate,the Bridge Inspection Reports and Load Rating Reports will be reviewed by the Department's Bridge Operations Engineer for conformance with those standards and procedures which have been adopted by the Department. Reports found to be in error or not in conformance shall be revised by the Contractor at no additional cost. Approval of the inspection reports does not absolve the Contractor for inaccuracy of field work,investigations,calculations, coding and other data required for the preparations of these reports. SERVICE PROVIDED The Department will-provide to the Contractor,when requested,previous reports,structure inventory and PONTIS bridge element data in the form of an electronic file,existing plans of the bridges,maps an&related'bridge information data,when.available. The Department will assist ie:Contractor.in locating the bridgesto be inspected.'The Department doesnot expressly or by implication represent or wan-ant that the bridge information furnished js an accurate representation of the actual conditions or descriptions. Equipment rental and operator charges for use of access equipment will be paid by the Department. Scheduling a unit is the responsibility of the Contractor. The Contractor shall coordinate the scheduling and inspection with the local agency for which the work is being:performed. Prior to scheduling,of a unit,the Contractor shall identify the bridges requiring access equipment for inspection and submit a list and schedule for use to the Department for review. Billings shall be submitted to the Department for payment. CHANGES IN WORK In the event the Department significantly decreases or increases the amount of work specified in this contract,or in the event that it becomes necessary to change any of the work that has been approved and/or accepted by the Department,this Contract shall be amended through a properly executed contract amendment. The existing Bridge Inventory(Attachment A)coding of the main span determines into which structure type each bridge is placed for the purpose of payment. A few existing bridges could be found to differ from the Bridge Inventory Type,in which case the following procedure will determine the payment for work performed: If a bridge changed type,payment will be made based on the existing bridge type and size for which the inspection work was performed. If a bridge is non-existing or replaced by a structure not requiring inspection(less than 21 feet in length),there will be no change in the routine inspection payment. If a bridge not on the inventory is located,inspection work will be paid at the contract unit bridge type price. BRIDGES WITH CRITICAL STRUCTURAL DEFICIENCIES During the inspections,the Contractormay discover structural deficiencies in,a bridge that are determined as substantially endangering the load carrying capacity of the bridge. The Contractor shall immediately contact the appropriate local agency officials,notify them of the situation.and recommend that the department itself inspect the bridge as soon.as possible. After contacting the localagency officials,the Contractor shall immediately inform the Department's Bridge Engineer of the situation. This shall be followed immediately in writing and,supplemented by all pertinent written and photographic substantiating .data. This letter of notification shall also contain a statement that the appropriate local agency officials have been notified. A copy of the letter shall be sent to the local agency officials. The local agency officials and/or the Department's Bridge Engineer shall have the responsibility of posting or closing the bridge,if necessary. f:\hwym07n\16182\16182.doc EXHIBIT A -- Part 2 of 3 Unit Price Consideration A. The compensation,for work accomplished under this contract shall not exceed a maximum of$401,471.88 without prior written approval of Department. Contractor agreesto perform all services on the basis of Contractor's unit price amounts detailed inthis exhibit. B. Progress payments will be made to Contractor over the period of the contract upon receipt,of the Contractor's billing statement. Bills for services shall show the dates; persons or classifications, billing rates, actual hours worked, and must detail the nature of the work done by each. Non-labor costs must be fully itemized. All bills and other forms of claims for payment must be submitted in duplicate no more than once per month to Department's Project Manager for approval by Department. Failure to present claims in proper form within 60 days after the rend of the month in which the work is performed shall constitute a waiver on the part of Contractor to present such claim thereafter or to receive payment therefore. Any overdue payments by Department for an approved billing statement shall be in,accordance with ORS 293.462. C. Payment for work accomplished shall include those costs allowable under the provisions of 48 CFR Part 3I (Federal Acquisition Regulations). D. Contractor is responsible to complete all work as defined in the statement of work to the satisfaction of the Department. If Contractorexpends all time•and funds but services and products are not complete or are not satisfactory,Contractor is responsible to complete work to Department's satisfaction without further compensation. Department shall allow appropriate increases in agreed maximum amount should any substantial approved increase occur in the scope,character,schedule or complexity of services as outlined in the Statement of Work in EXHIBIT A. Contractor must have written approval of Department prior to:commencing any such work. Any such increase in the maximum amount shall be the subject of a contract amendment to be negotiated between Department and Contractor after application therefrom by Contractor. E. Department reserves the right to withhold final payment equal to five percent(5%)`of-the total-contract amount until all required work is completed and accepted by_the Department. „ F. Final payment of any balance due Contractor will be made promptly upon verification of completion and acceptance of the work by Department. Department, or its duly authorized agents,.may audit Contractor's records prior to payment of the final billing. , In no event shall the adjusted costs exceed the maximum .amount specified above, without a contract amendment. TRAVEL AND OTHER EXPENSES The Department shall allow travel only when it is essential to the normal discharge of Department's responsibilities. All travel shall be conducted in the most efficient and cost-effective manner resulting in the best value for the Department and must be for official Department business only. Personal expenses shall not be authorized at any time. All expenses are included in the total not to exceed amount. Travel expenses shall be reimbursed only in accordance with rates in the General Travel Rules in the-Oregon Accounting Manual in effect at the time of contract execution. These rates are identified below: 1. Mileage. Mileage for travel in a private automobile,during the course and scope of contractually required duties and driving over the most direct and usually traveled route,will bereimbursed at a rate of 30 cents per mile. Contractor must hold a valid driver's license for the class of vehicle to be driven and cant'personal automobile liability insurance in amounts not less than those required by (i)the Oregon Financial Responsibility Law (ORS 806.060), or (ii) the jurisdiction in which the vehicle is being operated,or(iii)the terms of this contract, whichever is greater. 'No mileage reimbursement will be paid for the use of`motorcycles or mopeds. f:\hwym07n\16182\16182.doc s ' 2. Meals. In-state per diem for meals is$30 per day. Out of"state per diem for meals is the specified federal per diem rate of the locality. For-purposes of calculating individualmeals where the Contractor is entitled only to a partial day reimbursement,the following allocation of the meal per diem applies: Breakfast $7.50 (25%)Lunch $7.50 (25%)Dinner $15.00(50%) Reimbursement rates for meals are`per diem"and receipts are not required for reimbursement. Breakfast and dinner expenses,shall be reimbursed only when overnight travel is required or when Contractor, while.acting within the couise and scope of contractually required duties,,is required to travel more than two(2)'hours:` (a)'before the start (for breakfast expense. reimbursement), or (b) after the.end (for dinner expense reimbursement), of Contractor's regular workday(8:00 a:m.to 5:00 p.m.).,Lunch;expense,is reimbursable only if Contractor,while aIcting_within.the course and of contractually required duties, is required to travel overnight and begins the journey before 11:00 am. or ends the journey after 11:00 p,m. Breakfast,and dinner expenses are,. reimbursable during Contractor's necessary overnight travel while performing•contractually required.duties. 3. Lodging. Reimbursement rates for lodging- are not considered "per diem" and receipts are required for reimbursement. Department will reimburse Contractor for the actual cost of lodging up to the rate listed in the Oregon Accounting Manuel (OAM). Current OAM rates are listed below. Room Tax Reimbursement: Room tax reimbursement is reimbursed as a miscellaneous expense and is not included in the amount allowed for lodging. Commercial Lodging $50.00 (Unless lodging is identified as higher within the Oregon Accounting Manual, General Travel Rules,Exhibit C: Maximum Per Diem Rates for Travel within the State of Oregon.) Non-Commercial Lodging $17.00 (When Contractor uses any personally provided facility such as a travel trailer, or when Contractor stays with friends or relatives or at astate facility,whether for short or long term,within or outside the State of Oregon.) 4. Other Travel Expenses. In addition to meals and lodging; out-of-state travel expenses will be reimbursed for airfare and rental vehicles only if Contractor is acting within the course and scope of contractually required-duties. Receipts are required for all out-of-state travel expenses except meals., All Contractor representatives will fly "coach class", unless Contractor personally pays the difference. All Contractor representatives will be limited to amid-size rental vehicle,unless the Contractor personally pays the difference. Contractor is encouraged to use the State's Contractor Away Travel to provide travel services when purchasing-airline tickets and rental vehicles. The State has Contracted with'various Alrlines.to provide low cost fares to many destinations. Department will not reimburse Coritractor for any-airline ticket or vehicle rental charges in excess of the lowest fare and vehicle rental available through the State's Travel Contract. If Contractoruses the department's.state Contract,the department would pay airfare and vehicle rental directly to the state travel Contractor. This costiwill beincluded;in the maximum Contract amount. Away Travel is located at350 Mission:StNE in.Salem,'Oregon'at(503)370-'7442+oron-line ai,http://www.proixis.com/—away. 5. Any exceptions to the expense items listed above, Contractor will obtain separate written approval of Department's head or delegate prior to incurring any expense.for-'which`reimbursement will be sought. f ahwym07 n116182\16182.doc Max,__ ,m Per Diem Rates for Travel within the St,_ —of Oregon These rates are effective October 1,.1997 The MAXIMUM rates listed below are prescribed for reimbursement of per diem expenses incurred.during official travel within the State of Oregon. ,The amount shown is the maximum that will be reimbursed for lodging expenses. Seasonal rates apply during the periods indicated. The Standard CONUS(continental United States)rate applies to all locations within Oregon not specifically listed below or encompasses by the boundary definition of a listed point. Where a county name is given the rate applies to the entire county. Per diem locality Key City County and/or Maximum lodging'amount defined location CONUS,Standard rate $50 (Any Oregon location not listed below) Ashland/Medford Jackson 78 Beaverton Washington 70 Bend Deschutes 63 Clackamas/Milwaukie Clackamas 78 Coos Bay Coos 53 Crater Lake Klamath 99 Eugene/Springfield Lane 67 Florence 97 Hood River/The Dalles 57 Gold Beach Curry (May 15-October 311) 64 .(November 1-May 14) 50 Lincoln,City/Newport Lincoln (June 1-October 31) 94 (November 1-May 31) 72 Pendleton 57 LaGrande 57 Baker 57 Ontario 57 Portland Multnomah 87 Salem Marion 57 Seaside Clatsop (May 1-September 30) 72 (October 1-April 30) 65 Tillamook Tillamook (May 1-September 30) 65 (October I-April 30) 57 Reprinted with permission from Payroll Administration Guide,published by The Bureau of National Affairs,Inc. Actual cost up to the specified federal per diem rate of the locality. the lodging rate is based on the high-low substantiation method. Locations noted with dates reflect seasonal rates and are high-cost localities only during the period specified. fAhwym07n\16182116182.doc Part 3 of 3 BRIDGE INSPECTION AREA 1 Unit Total Total Cost Sq.Ft Cost Type 1 Timber Structures Routine inspection $0.2108 162,694.001 $34,295.90 . Load Rating -$0.5462 2,309.00 ' $1,261:18 Type 2 Concrete Routine Inspection $0.0780 356,987:00 $27,844.99 Load Rating $0.4148 17,311.00 $7,180.60 Type 3 Prestressed Concrete Routine Inspection $0.0989 692,613.00 $68,499.43 Load,Rating $0.5235 33,744.30 ` _$17,665.14 Type 4;Steel Girder Structures Routinel Inspection $0.1312 981381.00 $12-;907.59 " Load Rating $4.0481 1,128.00 $4,566.26 Fracture Critical $0.2695 4552.00 $1,226.76 Type 6 Steel Truss Structures Routine Inspection. $0.1543 33,720.00 $5,203.00 Fracture Critical $1.2067 5350:50 $6,456.45 Type 7 Culvert Routine Inspection $0.0803 18,990.00 $1,524.90 Scour Analysis $4,391.07 30 $131,732.10 Schedule Developement $7,977.80 100% $7,977.80 PerDiem and,Lodging $37,129.70 Mileage $0.30 4667 $1,400.10 Anticipated Items Traffic Control $6,000.00 100% $6,000.00 Bridge Inspection Software $2,000.00 100% $2,000.00 Software Training . $6,000.00 100/0 $6,000:00 Non Destructive Testing $2,000.00 1.000% $2,000:00 Load Rating Additional Bridges $18,600.00 100% $18,600:00 TOTAL PROJECT COST $401,471.88: COST98012ALS j A B C D E F G H Oregon Department.of Transportation 2 Cost Summa 3 .. a �. 4 Bridge Type 1 2 3 4 5 6 7 5 �.�YFY i Ede; N= r a1 �` ��P i 4 i m r*}c •` 6'n 6 Routine Inspection 7 Number of bridges 106 88 219 35 9 0 6 8 jArea(Sq Ft 162,694.0 356,987.0 692.613.0 98,381.0 33,720.0 0.0 18,990.0 9 ITotal Cost Labor $20,348.16 $16,278.53 $39,746.97 $8,306.80 $4,020.77 _$0.00 $732.95 10 ITotal Cost Office $13,929.42 $11,564.05 $28,778.70 $4,599.34 $1,182.69 $0.00 $788.46 111 Unit Cost 1 $0.21 $0.08 $0.10 $0.13 $0.15 #DIV/0! $0.08 12 13 ITotal Cost $34,277.58 $27,842.57 $68,525.67 $12,906.13 $5,203.45 $0.00 $1,521.41 14 _. _ 15 Travel and Per Diem Cost $29,573.20 NORM _ _1. 16 Routine Inspection Total $179,850.01 17 18 Load Rate 19 Number of bridges 2 3 14 2 1 0 20 jArea Ft 2,309.00 17,311.10 33,744.30 1,128.00 5,350.50 0.00 21 ITotal Cost Labor $1,261.29 $7,180.03 $17,664.09 $4,566.30 $6,456.60 $0.00 22 JO.S.Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 jUnft Cost $0.5462 $0.4148 $0.5235 $4.0481 $1.2067 #DIV/0! 241 !" ? 25 ITotal Cost $1,261.29 $7,180.031 $17.664.091 $4,566.301 $6,456.60 $0.00 26 Field Measurement Time x•1 :, �� 27 and Per Diem Cost 281. Load Rating Total S37,306.10 k 29 31 .Scout � _ r � �.� ..,^ s'" ?�a �` �7- a��;y .�.`�. 'i •E'i. �,. -.a::., � "`.e �. 32 Number of Bridges 33 Total Field Cost 34 Total Office Cost 35 lTotal Office SupportCost 36 jUnit Cosi 37 >�1t i as t ryt r moi' t: Y r s 38 Mileage and Per Diem Cost $8,600.90 :, 39 ` Scour Analysis Total $140,332.95 40 41 Fracture Critical °-:e`- � .: �.j trcE+� F. . .- 42 Number of bridges 4 0 0 43 jArea .Ft. 4,552.00 0 0 _ 44 ITotal Cost Labor $809.74 $0.00 $0.00 _ 45 JO.S.Cost $417.19 $0.00 $0.00 46 jUnit Cost $0.2695 #DIV/01 #DIV/0!47 �' qyr {;+ -C" 3,T �3 + .fir}-z :st - qty._ ', :✓. +:.; :.:..,. ;q. ✓+f:, •�w,,1�,{i $1 226 93 $0.00 $0 00 48 Fracture Critical Sub-Total s 7t 49 �%f_t ''3�'"�i�if�':tT�".b.'."t",v�'Gcvet n?���_ .-.t' i-^i. Az.,^•'•i,,fi+, j�(�.s r-,fr J v < ''! v_ .3K9 1.„ .� A 51 = sa1�, ;, r Fracture Critical Total $ 404.73jr4F., L.. ter- .�. .. .4 4>t ...✓ 'i �`r^. 53 ISchedule Development Cos $7,977.56 54 55 ss Grand Total Cost $366,871.35 Page 1 COST98012.XLS A 6 C 0 E F G H Oregon Department_of Transportation 57 58 Identify position and pay rats for man hours. 59 Routine Inspection&Fracture Critical Labor Pool 60 Position Proj.Mgr. Rate $99.72 61 Position Team Leader Rate $76.93 62 Position Br.Engr. Rate $62.68 63 Position Engr.Tech. Rate .$0.00 _ 64 Position Clerical Rate $39.89 65 Position Rate $0.00 66 67 Total Number of Bridges 463 68 69 Load Rating 70 Position Proj.Mgr. Rate $107.58 71 Position Project Engr. Rate $83.13 72 Position Design Engr. Rate $69.27 73 Position Engr.Tech. Rate $0.00 74 Position Clerical Rate $32.60 75 Position Rate $0.00 _76- 77 Scour 78 Position Proj.Mgr. Rate $114.22 79 Position Sri.Engineer Rate $93.26 80 Position Hydraulic Engr. Rate $56.94 81 Position Engr.Tech. Rate $43.73 82 Position Surveyor Rate $0.00 83 Position Clerical Rate $33.53 84 85 86 Field Inspection Crew cost/Hr. $139.61 87 Page 2 ( COST98012.XLS A 8 C D E F G H Oregon Department of Transportation 88 Routine Inspection 89 90 Type 1 (Timber)Routine Inspection 91 Activities Field work for the average bridge 92 93 Photos ... ..... .. . 0.15 (Man Hours) 9 min 94 XSection . .. .. ... .. . 0 (Man Hours) 0 min. 95 Timber boring . . .. . 0.55 (Man Hours) 33 min 96 Inspection ..... .. . . . . 1.1 (Man Hours) 66 min 97 Inventory Review/Pontis Element Verification .. . .. . . . .. . 0.35 (Man Hours) 21 min 98 Average travel time between bridges ...... . ... . 0.6 (Man Hours) 36 min 99 Available time per day ........ .. . 16.50 165 min 100 Average total man hours per bridge 2.75 101 Average number of bridges per day 6.0 102 103 Type 2(Concrete)Routine Inspection 104 Activities Field work for the average bridge 105 106 Photos . . . . . . . . .. . 0.15 (Man Hours) 9 min 107 X-Section .. . .. . . . .. . 0 (Man Hours) 0 min 108 Timber boring .. . . . . . ... . 0.25 (Man Hours) 15 min 109 Inspection ... .. . . . . . . 1.3 (Man Hours) 78 min 110 Inventory Review/Pontis Element Verification ..... ... . . . 0.35 (Man Hours) 21 min t,1 Average travel time between bridges ... ....... . 0.6 (Man Hours) 36 min 112 Available time per day . .... .. . .. . 16.50 159 min 113 Average total man hours per bridge 2.65 114 Average number of bridges per day 6.2 115 116 Type 3(Prestressed Concrete)Routine Inspection 117 Activities Field work for the average bridge 118 119 Photos .. .. . ... .. . 0.15 (Man Hours) 9 min 120 X-Section .. . .. .. . ... 0.12 (Man Hours) 7.2 min 121 Timber boring . . . .. .._.. . 0.13 (Man Hours) 7.8 min 122 Inspection . .. . . ... .. - 1.25 (Man Hours) 75 min 123 Inventory Review/Pontis Element Verification . ... . ...... 0.35 (Man Hours) 21 min 124 Average travel time between bridges . ... ... .... 0.6 (Man Hours) 36 min 125 Available time per day .. ..... . .. . 16.50 156 min 126 Average total man hours per bridge 2.6 127 Average number of bridges per day 6.3 128 129 Type 4(Steel Girder)Routine Inspection 130 Activities Field work for the average bridge 131 132 Photos . ... . . .. .. . 0.15 (Man Hours) 9 min 133 X-Section ... . . .. . . . . 0 (Man Hours) 0 min t34 Timber boring . .. . ... . .. . 0.2 (Man Hours) 12 min 135 Inspection . . . . . .... . . 2.1 (Man Hours) 126 min 136 Inventory Review/Pontis Element Verification 0.35 (Man Hours) 21 min 137 Average travel time between bridges .. . .. . . ... . 0.6 (Man Hours) 36 min 138 Available time per day . . . . . . .. .. . 16.50 204 min 139 Average total man hours per bridge 3.4 140 Average number of bridges per day 4.9 141 Page 3 CO5T98012.XL5 A B C D E F G H Oregon Department of Transportation 142 1 Type 5(Steel Truss)Routine Inspection 143 Activities Field work for the average bridge 144 145 Photos .. . . . . . . ... 0.15 (Man Hours) 9 min 146 X-Section . . . . . . . .. .. 0 (Man Hours) 0 min 147 Timber boring .. . . ....... 1 (Man Hours) 60 min 148 Inspection .. . . .. .... . 4.3 (Man Hours) 258 min 149 Inventory Review/Pontis Element Verification .... .._.. .. 0.35 (Man Hours) 21 min 150 Average travel time between bridges .. ......... 0.6 (Man Hours) 36 min 151 Available time per day .. . . .. ..... 16.50 384 min 152 Average total man hours per bridge 6.4 153 Average number of bridges per day 2.6 154 155 Type 6(Suspension)Routine Inspection 156 Activities Field work for the average bridge 157 158 Photos .. .. . ...... 0 (Man Hours) 159 X-Section .... . . ..... 0 (Man Hours) 160 Timber boring . . . . . ...... 0 (Man Hours) 161 Inspection ... . . ...... 0 (Man Hours) 162 Inventory Review/Pontis Element Verification .. .. . ...... 0 (Man Hours) 163 Average travel time between bridges .... . ...... 0 (Man Hours) 164 Available time per day .. . . . ...... 16.50 165 Average total man hours per bridge 0 166 Average number of bridges per day #DIV/0! i6-7- 168 Type 7(Culvert)Routine Inspection 169 Activities Field work for the average bridge 170 171 Photos . . . . . _. .. .. 0.15 (Man Hours) 9 min 172 X-Section .. . . . . . .... 0 (Man Hours) 0 min 173 Inspection .. . . . ...... 0.65 (Man Hours) 39 min 174 Inventory Review/Pontis Element Verification . .. . .... . . . 0.35 (Man Hours) 21 min 175 Average travel time between bridges .. .. . ...... 0.6 (Man Hours) 36 min 176 Available time per day .. . . . . ..... 16.50 105 min 177 Average total man hours per bridge 1.75 178 Average number of bridges per day 9.4 179 180 Direct Labor 181 182 Routine Inspection Cost Summary 183 184 Number Area Total Bridges/ Number of Labor 185 Bridges Man Hours Day Days Cost 186 187 1 106 162694 291.5 6.00 17.7 $20,348.16 188 2 88 356987 233.2 6.23 14.1 $16,278.53 189 3 219 692613 569.4 6.35 34.5 $39,746.97 190 4 35 98381 119 4.85 7.2 $8,306.80 191 5 9 33720 57.6 2.58 3.5 $4,020.77 192 6 0 0.0 0 0.0 0.0 $0.00 193 7 61 18,990.0 1 10.51 9.41 0.6 $732.95 194 Total 4631 1,363,385.00 1 1281.21 1 77.651 $89,434.17 195 196 Total Crew available time for inspection per day. 18 Man Hours 197 Average Daily Travel time to and from job site. 1.5 Man Hours 198 Available time for inspection per day 16.5 Man Hours 199 Travel time to and from cost. $8,130.38 200 Crew Size 2 201 202 Page 4 COST98012.XLS 40 A B C D E F G H Oregon Department of Transportation 203 Miscellaneous Travel, Office Support, and Management 204 Field Per Diem Costs 205 206 Total Per Diem No.of Days 94 X Rate $88.90 X#Persons 2 $16,713.20 207 $16,713.20 208 Rental Vehicle Cost 209 Vehicle rental cost per week $250 X crew weeks 16 — $4,000.00 210 Fuel cost for rental vehicles $80 per vehicle trip X 8 crew trips $640.00 211 $4.640.00 212 (3-2 week tnps of 2 crews.1-2 week trip of 1 213 Transportation costs to inspect outside vicinit(If located outside area) Number of trips 5 crew and 1-1 week trip for 1 crew) 214 Airline ticket rate $450 X crew trips 8 X#Persons 2 $7,200.00 215 Total Per Diem No.of Days 16 X Rate $30.00 X#Persons 2 $960.00 216 Vehicular travel per trip 40 miles X Rate $0.30 /mile X trips 5 $60.00 217 Air fare and mileage/trip . ................ $8,220.00 218 219 Total Transportation&Per Diem Cost $29,573.20 220 221 222 Crew rate per hour $139.61 X crew trips 8 X travel hrs/trip 16 $17,870.08 223 Labor cost/trip ............................ $17,870.08 224 128 225 226 5F7 Total Travel Time Cost To and From Bridge Site(Cell D199) $8,130.38 228 iFg Total Travel Labor $26,000.46 230 231 232 Routine inspection 233 Contract Management,Office Support,(Include breakdown costs) 234 235 Reproductions... 485 bridges,2 hard copies, 1 photo sheet(min.)per copy,$0.25 per copy $242.50 236 237 Field Support 238 Report Preparation 239 Team Leader 54 Hours X $76.93 per hour $4,154.22 240 Bridge Engineer 93 Hours X $62.68 per hour $5,829.24 241 Clerical 8 Hours X $39.89 per hour $319.12 242 155 Hours $10,302.58 243 244 Equipment Rental and Supplies 245 Electric Drills, $60/week for drills x 8.5 crew weeks=$510 $510.00 246 Drill Bits,and Treated Plugs- $200.00 247 Non-Climbing Equipment and Supplies- non-climbing equipment=$10/m day x 78 m days $780.00 248 $1,490.00 249 Management PM time=9%of total time,QA time=4%of total time 1564.2 250 Project Manager 141 Hours X $99.72 per hour $14,060.52 251 Quality Assurance 63 Hours X $76.93 per hour $4,846.59 252 204 $18,907.11 253 Miscellaneous 254 Misc.(Mailing,batteries, etc)- $200.00 255 Computer Costs($2500) 2 phones and 2 pagers($200/trip) $3,500.00 256 Airport Parking 5 trips X 2 weeks, x$20/week $200.00 257 $3,900.00 258 259 Contract Management,Office Support,(Include breakdown costs) $34,842.19 260 261 Section Total (including travel labor) $60,842.65 262 Page 5 COST98012.XLS A B C D E F G H Oregon Department of Transportation 263 Prorate Office Support,and Management Costs 264 265 Routine Inspection 266 TypeF Total Area No.Br.Type I Total bridges I Co H256 267 1 162,694.00 106 463 $60,842.65 $13,929.42 268 2 356,987.00 88 463 $60,842.65 $11,564.05 269 3 692,613.00 219 463 $60,842.65 $28,778.70 _. 270 4 98,381.00 35 463 $60,842.65 $4,599.34 271 5 33,720.00 9 463 $60,842.65 $1,182.69 272 6 0 0 463 $60,842.65 $0.00 273 7 18990 6 463 $60,842.65 $788.46 274 275 Schedule Development 276 Mobilization 277 Team Leader 16 Hours X $76.93 per hour $1,230.88 278 Bridge Engineer 100 Hours X $62.68 per hour $6,268.00 279 Clerical 12 Hours X $39.89 per hour $478.68 280 128 Hours $7,977.56 281 282 283 284 Direct Labor Unit Cost Determination 285 286 Type 1 Load Rating 287 288 Average time to field measure bridge elements .. .. .... . . 0.50 Man Hours 289 Average load rating/report man hours/bridge .. .. .... .. 5.00 290 Total number of load ratings .. .. .... . . 2 291 Total Load rating man hours .... .... . . 10.00 292 Total review man hours ........ .. 6.00 293 Total Labor Cost .... ...... . ......... ......... . .. ... ... . . $1,261.29 294 295 296 Type 2 Load Rating 297 298 Average load rating/report man hours/bridge .... .... .. 21.75 Man Hours 299 Total number of load ratings .. .. ..... . 3 300 Total Load ratings/report man hours ........ .. 65.25 301 Total review man hours .... ..... . 32.00 302 Total Labor Cost .. .. ... .. . ......... . .......... .. ..... . .. $7,180.03 303 304 305 Type 3 Load Rating 306 307 Average load rating/report man hours/bridge .. .. . ... . . 11.50 Man Hours 308 Total number of load ratings .. .. . ... . . 18- 309 Total Load ratings/report man hours .. ... ... .. 207.00 310 Total review man hours ..... ... . . 40.00 311 Total Labor Cost .... . ... . . .......... .. . . .... .. . ... . . .. .. $17.664.09 312 313 314 Type 4 Load Rating 315 316 Average time to field measure bridge elements .. . . . ... . . 0.50 Man Hours 317 Average load rating/report man hours/bridge .. . . . ... . . 9.80 318 Total number of load ratings .. . . . .. . . . 5 319 Total Load ratings/report man hours .. . .. ... . . 49.00 320 Total review man hours .. . .. .. . . . 12.00 321 Total Labor Cost .. . .. .. . . . . . . . . . .. . . . . .. . . . . . . . . . . . .. . . . $4.566.30 322 323 Page 6 l COST98012.XLS A B C D E F G H Oregon Department of Transportation 324 Type 5 Load Rating 325 326 Average time to field measure bridge elements ... . .. . . . . 1.00 Man Hours 327 Average load rating/report man hours/bridge .. . . .. .. .. 73.00 328 Total number of load ratings .. . . .. .. . . 1 329 Total Load ratings/report man hours ... . .... . . 73.00 330 Total review man hours ... ....... 16.00 331 Total Labor Cost .. . . .:.... . ... ... .. . ..... . ... . :. .. . . . . . . $6,456.60 332 333 334 Type 6 Load Rating 335 336 Average load rating/report man hours/bridge .... .. .... 0.00 Man Hours 337 Total number of load ratings . .. . ... ... 0.00 338 Total Load ratings/report man hours .. . . . .. .. . 0.00 339 Total review man hours .. .. .... . . 0.00 340 Total Labor Cost ......... . .... ..... . ...... ... . .......... $0.00 341 342 Total Field Measure time for types 1 through 6 4.50 Man Hours 343 344 345 Section Total $37,128 346 Load Rating 347 348 Days Required 0.27 349 Round Up 350 Total Per Diem No.of days 1 X Rate $88.90 X No.Persons 2 $177.80 351 354 355 Contract Management,Office Support,(Include breakdown costs) 356 357 Reproductions . .. . ...... $0.00 358 Clerical . ... ..... . $0.00 359 Misc.Costs(Mail Phone) .... ...... $0.00 360 Project Manager .......... $0.00 361 Computer Rental Costs .... ..... . $0.00 362 Total $0.00 363 364 365 1 Prorate Management&O.S.Costs 366 367 Total Number of Load Ratings = 22 368 369 Type No.Br.Type Total Ratings Cost(F362) Cost per Br.Type 370 1 2 22 $0.00 $0.00 371 2 3 22 $0.00 $0.00 372 3 14 22 $0.00 $0.00 373 4 2 22 $0.00 $0.00 374 5 1 22 $0.00 $0.00 375 6 0 22 $0.00 $0.00 376 377 378 Direct Labor Unit Cost deteriorations 379 380 Type 4 Fracture Critical Inspection 381 382 Average Inspection Man Hours per Bridge ..._. . ... . 2.4 Man Hours 383 Photograph Dificiencies . . . . . . .. . . 0.25 Man Hours 384 Review Previous Report and Prepare Report 0.25 Man Hours 385 Total Man Hours per Bridge 2.9 Man Hours 386 al F.C.Inspections 4 Tot FC Cost $809.74 387 388 389 Page 7 cosr98012.xts / A B C D E F G H Oregon Department of Transportation 390 Type 5 Fracture Critical Inspection 391 392 Average Inspection Man Hours per Bridge .......... 0 Man Hours 393 Photograph F.C.Tension Members . ......... 0 Man Hours 394 Prepare Report .......... 0 Man Hours 395 Total Man Hours per Bridge T Man Hours 396 #F.C.Inspections 0 Tot FC Cost _ $0.00 397 398 Type 6 Fracture Critical Inspection 399 400 Average Inspection Man Hours per Bridge .......... 0 Man Hours 401 Identify/Sketch F.C.Tension Members .... ...... 0 Man Hours 402 Evaluate Report . ......._. 0 Man Hours 403 Total Man Hours per Bridge 0 Man Hours 404 #F.C.Inspections 7 Tot FC Cost $0.00 405 406 Fracture Critical Inspection 407 408 Contract Management,Office Support,(Include breakdown costs) 409 Field Support ........ .. $200.00 410 Reproductions Color reproductions,copying report . ......... $25.00 411 Clerical 1 hour x $39.89 .......... $40.46 412 Project Manager 1.5 hours x 599.72 .......... $151.73 413 Computer Rental Costs .......... $0.00 414 Total $417.19 415 416 •Total Fracture Critical Field Inspection 11.60 Man Hours 417 418 419 420 421 Days Required 0.70 422 Round Up 423 Total Per Diem No.of days 1 X Rate $88.90 X No.Persons 2 $177.80 424 425 426 427 Prorate Management&O.S.Costs 428 429 Total No.of Fracture Critical Inspections = 4 430 431 Type No.Br.Type Total Ratings Cosi E380 432 4 4 4 $417.19 $417.19 433 5 0 4 $417.19 $0.00 434 6 0 4 $417.19 $0.00 435 436 437 438 439 Scour Analysis 440 441 Activities (Field Work) 442 443 Obtain stream surface profile 500 Ft.upstream and 500 Ft.downstream @ 50 Ft Intervals 9 Man Hours 444 Obtain X-Section of flood plain @ bridge 3.5 Man Hours 445 Obtain roadway profile across flood plain 4 Man Hours 446 Photograph or note ground covering and determine Mannings'"N"value 2 Man Hours 447 Travel between bridges 1.5 Man Hours 448 Field Total 20 Man Hours!Bridge Page 8 COST98012.XLS A B C D I E F G H Oregon Department of Transportation 50 Office work 451 452 Determine the Hydrology 5.5 Man Hours 453 Calculate the hydraulic data needed for scour analysis 22.5 Man Hours 454 Perform scour analysis computations 6.5 Man Hours 455 Prepare the report 11.5 Man Hours 456 Office Total 46 Man Hours/Bridge 457 458 459 Direct Labor 460 461 Scour Analysis Cost Summary(Field) 462 463 Number Total Man Total Office Bridges/ Number of 464 Bridges Hours Field Man Hours Day Days Field Cost Office Cost 465 466 1 301 6001 13801 1.131 26.671 $32,845.20 1 $78,633.30 467 468 Number of Field Crew Members 3 Persons 469 Average Daily Travel time to and from job site. 1.5 Man Hours. azo Available time for inspection per day. 22.5 Man Hours 471 Travel time to and from cost. $1,949.40 472 4731 Miscellaneous Travel, Office Support, and Management 474 475 476 Field Per Diem Costs 477 Total Per Diem No.of Days 27 X Rate $88.90 X#Persons 3 $7,200.90 478 Estimated travel Miles 1500 X Rate $0.30 /Mile $450.00 479 480 Transportation costs to inspect outside vicinity: (K located outside area) Number of trips 5 481 Total Air fare or mileage/trip.... ................. . ... ... $950.00 482 Labor cost/trip .... .. ... ...... $8,160.00 483 484 485 Total mileage 3 Per Diem Cost $8,600.90 486 487 488 489 Total Travel Labor $10,109.40 490 491 Field Support . ... . . .. .. $4,830.00 492 Project Manager . .. . ...... $1,940.00 493 Quality Assurance . .. . .. .. .. $2,800.00 494 Misc.(Mailing,Telephone,and ect) . .. ... .. . . $250.00 495 Computer Rental Costs .... .. . .. . $2,500.00 496 Clerical .... .. .. .. $1,939.15 497 Reproductions . ... .. .. .. $350.00 498 Photos . ... . . .. .. $140.00 499 Equipment&Supplies . ... . . .. .. $225.00 soo Total $10,144.15 sol sot Page 9 Oregon Department of Transportation Bridge Engineering Section • Local Agency Bridge Inspection Area 9801 Structure Feature in/Approach Main/ApproacFl-main/Appr.I Length Year Inspection Type Number Intersected Material Design I No. Spans[Width Built Routine Load Fracture Scour CLATSOP 1Aa MEET! 011161 KLASKANINE RIVER Concrete Multi-Girders 7 182 1956 Routine N/A N/A 0 28.8 On�-n7CO22 NECANICUM RIVER Steel Continu. Multi-Girders - 0 1 102 1960 Routine Steel Continu, Multi-Girders 1 20.0 w ,2:12,14122 - r 07C04 BIG CREEK Prest. Conc. Box Beam1 106 1972 Routine N/A NIA 0 24.4 07C07 ASVICK CREEK Timber Multi-Girders 2 ' 32 1964 Routine ,i N/A N/A 0 20.0 07C09 FISHHAWK CREEK Prest. Conc. Slab 1 56 1985 Routine j A' N/A N/A 0 16.0 9Y rN 021, 07C11 NECANICUM RV Conc. Continu. Deck Arch 3 152 1924 Routine N/A N/A 0 53.4 pp 07T01 RAVINE Steel Multi-Girders 8 266 1924 Routine Steel Multi-Girders 3 28.0 � � 217 1927 Routine Multi-Girders Timber I �07TO3'�3'T�HST G !!, 1 . N/A N/A 0 30.0 1&952 Routine07525A NECANICUM RV Concrete Tee Beam 7 21e Scour N/A N/A 0 36.2 Page 1 Zvi low= .......... R �T 031 R Mi . MV, �7r'4 i TFIt 1 Is,.MoT d w,N 0 'ov !mm; i we ""I M. , Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach l Main/Approach Main/Appr. Length Year Inspection Type r ters Structure Intersected Material Desion No. Spans Width Built Routine Load Fracture I_Scour CLATSOP l 1 170A YOUNGS RIVER Prest. Conc. Slab 1 176 1980 Routine Prest. Conc. Slab 3 28.2 F, M I ou 7L KKI -RIV q _I: 9,n R 11172A N FK KLASKANINE RIVER Prest. Conc. i Multi-Girders 1 78 1977 Routine N/A N/A 0 31.5 4.4 re 9. 1, -X., Q F. 11186A IL ILL "._:E 2" LEWIS &CLARK RIVER Concrete Multi Girders 8 201 1958 Routine N/A N/A 0 28.6 11208A LEWIS atulti-Girders utine Scour & CLARZAVER Con�crete N/A N/A 0 28.8 RA "A A EMS, klwc 11220A N FK NEHALEM Prest. Conc. Slab 2 135 1989 Routine wN/A N/A 0 24.0 WR T M" -24 T Wii N'Z411 42 . I , 11222A N FORK NEHALEM RIVER Prest. Conc. Slab 2 135 1989 Routine N/A N/A 0 24.0 v l� 4w IBM M11- :I ffil k 11230A NEACOXIE LAKE Prest. Conc, Slab 9 306 1963 Routine Scour N/A N/A 0 32.3 '6 6"1 L -A ur, Ste -A 11240 NEHALEM IVER . 3nc. Multi-Girders 3 43 1gl 9&65ROuti ne Juyj��fygy' Concrete Tee Beam J `3 34.0 11245 HUMBUG CREEK Prest. Conc. Slab 1 70 1985 Routine N/A N/A 0 16.0 Page 3 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Desi n No. Spans Width Built Routine Load Fracture ��Scourl CLATSOP �Ae k (�/'� CC{� j A ..,w,,, r. .• a � ; A ii'r.W:.TIa.�Il'i�8,`i'l p'i E`15:i".V8�tY.y�,.r:Lzr.:i4s:.'.f�i iF+5{..._'.��..xu..nV}�'1�u::.F�i,�1Ii�d7.°i.wl.!,#},�':f`ctl' 17f'�r!.r.s;�`�t-R°=�fyP •���I�:l!tIa'AA�ry :S#iJ Kti"�r�i•r`.•'�a.�-�.v'Ji:'rn,F_�5i,{..✓'t'tiKl.i:s•g"'(Ar(SIt�nS�r�,P�.r 'r'.,Upf 12j,�( .r T.��r•�5sH.e�:;aiv-::at Yti 11294 KNAPPA SLOUGH Timber Multi-Girders 1 90 1950 Routine _r:�7 N/A N/A 0 14.7 'f•7= 5'+'�:x� M 5L, � nU j .p e7. �7 i°j�,� ' y��i 7•r �s �}+ s*.ir:.��� t�IRh�i"'� tc =e,Cd�"y, f;�i+s'feiJ �•`ft `� ,�' rl s .��e 1/..157 i�•�''i•�A1 f _. �`.,'.rwx'�' .�, 'ik�� r;, �f t,r i ..{J ��:'S �4 t''I .fC �y} i�i. �'/}k y ,., :•l�1 .. .�.:Sh.�D_.<- _� ....J._'. i",'.""r . _'� ` ',,.,.a, p.. +.. :. x�...:a. .fi`:....La z`tt �' .. .:.•. .'"`.':..u-i..:.��_..-�_....._ 11296 NEAWANNA CREEK Concrete Multi-Girders 8 201 1960 Routine Scour N/A N/A 0 35.1 ^dC' ra U os t Y iiE: Q 7 )f$ •r.u" x�.M� a 'fit.g'�- .� ,�, �.}i;�,��,�� �i'..} •���1;y �'�'� '�• � '�r".�,�i$1� .�'tj�y� r �:�,�. } �- �' a Nle► �,. � � ,. '; :., ttitFv4. !:e ''ia�..�.; 16545 WESTPORT SLOUGH Steel Multi-Girders 1 101 1982 Routine C{[ N/A SN/A 0 16.4 •,t�� ��,�.�.� EKa•,�i j*t':�'�4r ��eS�•,. n K Y„� v� �i'����. ;'- ',� 4s3�a�^FR(�4.` ;�� 1. ,�!(��f�!��C�F.rt rS� .a,.s F� r �. �I ��4 w�..1.<�L.. ..'re..^..,,.,..f;.su1�.11-t���k34Z •i� �'�:��.aY�L✓ ��' �f'�_.._?r,,.—.+3�T��....`fl[�5.�� �� .:...se�4..,�..�1 LI..Suai..�"..i.i i..-i.._._. _ .. .l. ..... __. 1�... 01720 ECOLA CR. BR. Prest. Conc. Slab 7 211 1964 Routine Scour N/A N/A 0 44.0 Kt.�i�:i�..� — — '�a..,.,,,.�.,�.•.O�a. .ii'i1dLi::�+IIS.Twi..^�•..,•63,�Y.wtm�-LA._!-.�cet<..fa LLQ) '"JLt�i:i!�:�fr:._�.�....,�. ♦�...i �.._ .-...._.<i._ia..�r] Pape 4 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature --FMain/Approach j Main/Approach IMain/Appy. Length Year Inspection Type Number Intersected Material Design [No..Spans Width Built -Routine Load Fracture- Scour COLUMBIA 'R FAV P R.r.P WAM am 1" 1 -% 11,,--,�L- I! 22 - Ila Q 00138 BEAVER GREEK Conc. Continu. Tee Beam 2 70 1956 Routine N/A N/A 0 22.7 C 61): 654 R 06'N lie 00142 BEAVER CREEK Conc. Continu. Tee Beam 2 70 1960 Routine N/A N/A 0 22.7 1001",j,�g V 9, QO jO 1,1 22,0 r RA5 -M agim ;t' t�idsiewt6ZaLdiki`aysS:J 00155 BEAVER CREEK Conc. Continu. Tee Beam 3 102 1972 Routine N/A N/A 0 22.7 �� 1' Routine LM RIVER�� �01327A�E FNEHAConc.�Continu. Box Beam 194 964 N/A N/A 0 34.3 4 013671 FISHHAWK racture N/A N/A. 0 12.0 �Steel �Girderl/�FlBrn 1 54 11'985RRo�utine`r :Load` 'K JCE� 013743 NO FORK SCAPPOOSE CREE Steel Continu. Girder W/FI. Bm. 1 85 1924 Routine Fracture N/A N/A 0 10.8 IN WX 1 NIZ 7475 PMA WESTPORT SLOUGH Prest. Conc. Slab 3 192 Y 1995 Routine N/A N/A 0 23.9 7�ffit, N- 3 K 016938 BEAVER CREEK Prest. Conc, Slab 1 66 1927 Routine Scour N/A N/A 0 24.0 P 1E; 1v 11- j '19 09B01 MILTON CREEK Steel Thru Truss 1 86 1952 Routine N/A N/A 0 18.4 Page 5 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure FeatureMain/Approach Main/Approach Main/Appy. Length Year Inspection Type Number Intersected Material Design I No. Spans Width Built Routine Load Fracture sco—ur:::] Q��C+T COLUMBIA nn !^ ( �4�,M I .r t •,x+ .+:rr. � � w rb' a /, i�. ,a. A F .•�iy.: h.1a .Y t {' R M S ,' 1 •.. .9 #i; ,a� �r��L,,•r�� f +,'. ,'q'^,� :� N �� + .• $ ,, �In 'tr d. cam'+Pi * , :.J 09603 CITY STREET & STREAM Steel Multi-Girderw 2 99 1963 Routine N/A '9,�;4,M,,��•' .Y1.�,'Yg?,„h. T�*'Izi,r' 7L�i'".'�„ �\'.l..i...::':•.'.i..aa- ) l� .Fe1S�tF7,�+�1=.Lts�AI G�f�'pi+�'ld;&'..ja,.��'t{�_t �afr I„tN/LAwAl���'Sre�J,�r,_+,?. •ua,.yr+ :..0 5��2dt'5 QCr yA,- � +4�j}1♦°!rSr:.•.�v: .+.rS���l•_,+'t^1,i+ •Iy.,t+..�� Q3"aYYt.T^•�.'.,a. f� W44 4 1 7 r .-,K.s-f._.��►�r �__y:J.<.y.�..� r c £t < °f:R7 _.._ ... _.... . ..�._.. _..0 19CO04 S.F. SCAPPOOSE CREEK _ Steel Culvert 1 � 23.00 1986 Routine N/A / NA 0 29.0 _6(nY�, Irv, jJR NN �a6tlf � i+li.e.e. fh.1L1Lti ]il.➢i�tG�^'�•-'i:1.tL,1� :��' _ -_�y -=rLuiu4':rVu.....a�..•r { •rIJ.WLL�;_aS.a. ...Jw.f�ti 09CO83 BEAVER CREEK Steel Thru Truss 1 50 1959 Routine N/A N/A 0 16.0 ' .A r V4�+1J� S�A�y �4•ii %� ;�a V S F, e � ) re ultl=�rdeC. 09C118 FISHHAWK CREEK Steel Girder W/ A. Bm. 1 136 1989 Routine Fracture Timber Multi-Girder 4 r . .:s.."�.`..'.i.i t..�b!+�J.R`. .,-�s.�l"Y i'-}:_1.x�'r �i�u•Si3Stl],'A�1,�Li' �y�r{F#${ U . ��.,...,v.K.:.i.�.)y++4�,�.•a.�F.l.K�....._:(T�.�l,i�"r`j ,r,�1�5�..rl9 JXtiX � �j `'�" �s�Yi,%� 'll'"3-ri f•fh Qi."�•t+'.. �a.�.{ `.�Nnt, ,.:t � ~ L4f ' a }Ore 444bt� - 1..�•{�. '1'r' .3�1.'4Lit1. abS Wa.1.4ry'i..�..i.l.nir.��i_.. I_-u .. u ti ...... _.. .....:•1 09C18 CROWN Z ROAD Prest. Conc. Slab 3 75 1957 Routine N/A N/A`` 0 29.0or Y nv{ ,i+ 1,••r+ %�.7:r � k . G Q t .t lrY(� r tri i, p +'�` ifir Yr;t ,'•�^K•°E, ? fa`"t � ..^[ .�a'.i1 i;rtG� JN.,r..,;c• =T. `a5� � 'r4u.� �� ^i�A.!*'C{QJ'r.' :,f.: F I 7 ... ;=`v"t�xy+7C 1' y,+.R uNna.4-�� .$ ,:C< ::iSS !S•t :.u4, 14' a+x'�s Ya.0 Lic i...., ...,:..Y.... '19C50 SO FORK SCAPPOOSE CREE Steel Multi-Girder 2 30 1959 ! Routine _ N/A N/A 0 212 :�� S,, c � +9• w.• i r Tt,.� > ��f �Y,�" :.1,. f• � a' D. +�'7�ti r Z fit ,i� f •..t.� � g,��y r '•'�'�<• y7 ..t a:r n. ,.t �♦ .:1 R'n. .Y." F ..z ti�iS;.•`.'....".'r ..r rYtivail' •►spiraV iiY::S �+.�CaZi>�d2 � � �� 09C57 BEAVER CREEK Concrete Tee Beam 1 35 1995 Routine N/A N/A 0 22.8 P3 a N Mi m _ � �$ 21 ` .,"� :.f• 4% 1 �r...r. ...,y??s..: .i >l +r t:`•I4 u' -IMA Y• S" -13344A S FK SCAPPOOSE CREEK Prest. Conc. Slab 3 73 1977 Routine N/A N/A 0 30.8 Page 6 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach IMain/Appr.lLengthl Year I Inspection Type Number Intersected Material Design I No. Spans I Width Built Routine Load Fracture Scour OE M COLUMBIA > f 3 r 13352A N FK SCAPPOOSE CREEK Conc. Continu. Tee Beam 3 101, 1958 Routine N/A N/A 0 30.9 � r ne• •wnrr-vx,:� A�� +� p � %� t .t �w. rn �.�.v�✓,_•.Rtt .rnr a fit.' 13354A N FK SCAPPOOSE CREEK Conc. Con Tee Beam 3 119~ 1957 Routine Scour N/A N/A 0 30.8 � ^FF,jE�" l�� ��t�r '•y, �r 4 f,1��,tp9.+},1r�!w y:�'1 1 Z v vwm' ...� .: j' ��,yp t{, t J 4 r,_S 1� y"t, K.G.''�'11":�+t }.y'"ls. •f' MV���t'�. � '1 � � ti{�, 3380A BEAVER CREEK Prest. Conc. Slab 1 47 1989 • Routine � • N/A N/A 0 28.0 y �" r}jai'[5.:r"��' ni M ,� �lr ..[ �a.U,..y�jY...�g7 �[.c•'R. bri ,L �.�:t«S'zP� nx �: r\.f�a i rr'i�i. R• �L�� d� y� I � •� tau�,�'�' • S� ��NI� gti1�;y. LR CC�1 i'f nFC`•LL 1 c1 � �i•{ J� } SST y� �6Yft t�4S�'. 4 '` _�gSrt i1,e�•,'� fi.� }1.. tt �'.;tir ;j W-1,41t a' G'w� #:_s i?�#��7[ �*�•i •� ,.yt;,,'.!'j�".�[$l.:li`� S�w�,��t��� 61 �.,..,#y `" (]11t1(�8�''� �.}�tly,�� ,y�ry r ��, 7 l *". t. 114, '. %y1 ++5. !g 13647B ��ra. tiw�/ •NI�V.S�L •• ^.' Y YL tp' Cyjh{•`M 13647B ROCK CREEK Prest. Conc. Multi-Girder 1 111 1985 RoutineScou�r.. _ N/A 'N/A 0 30.8 wai" NLA0 ��`f �. M(p� ���1'w r•.`+}F9i i •.r,.!.�� y7 136508 ROCK CREEK Prest. Conc. Slab 2 139 1950 Routine 12" N/A N/A 0 28 0 IF.�r!.l:r l ' 13668A NEHALEM RIVER Steel Multi-Girder 1 260 1960 Routine „• ... •.. - � � ,M Conc Continu Girder W/FI Bm 3 30.7 0. 1, Kf �3EEI a Pr C". i�� c a? lab s a .:1 tf� a 32a - +,195 1ine .- a.+r•�•,ta.'r. ttt, h f,„�•:af •� �, i [ �,r i�., M 1 't>,;a t.c+.:.ditLeVL,.� - :- �.,r� :. b+ ;o t t _ ;a;l ., .'�'tw �•i��hr'''C1_f t .. 13679A NEHALEM RIVER Prest. Conc. Tee Beam 1 127 1982 Routine N/A N/A 0 31.2 Page 7 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design I No. Spans Wdth Built Routine Load Fracture Scour COLUMBIA "M91 c• r,• �� yw �, } , hr r .. 13682A PEBBLE CREEK Concrete Multi-Girder 7 176 1964 Routine N/A N/A 0 28.8 P. AL1 r � 3690A MILTON CREEK Conc. Continu. Multi-Girder 3 106 1965 Routine N/A N/A 0 42.0 Mq 1634A Z •nry��� .,. f SHE + .�G,y'W. Los-,4��M, _« q. S' iLtis3 ;�r�...•... t7.�•1:.L.�w:a� 13692A MILTON CREEK Prest. Conc. Slab 1 48 1976 Routine M Tn } rq N/A ¢�N/Ah 0t 36..0 p r `d• �•ttT'� �­EK Ir Jr.yy t'r.[,�•.,y# �' .t.7K+ tts�{ �y� r�„,�yif S��a'i•4k $�i�µf. ;f'�11+ f 7:,i40 rf 9 ! ,1 Y 1~fir 1'•�' # •`t ��'y .a-' dY•i, ' l,,rr'y,f N'^ f _fi•iiY7r.rr' r.. �v 14T. �. I f', • ..✓ i„1rp$,7}�, +uiafLlvJa`fid'.:Y.._..c:�k.s....u....,aJwe::•,aicJYs..,.'Y•-,s�''al�t I/ - r h+L' al`./C��� ''''' t� rL�rif}r.....� •1'; .,t, ' S `1F'�;i,` ` a. r >..,....._.....� ` •�h �',�'/{. . 1 ,a�.{"��.J• �i1r.y...zak.�.�.,i.1�__ ;,.�.,5]..rcti_y',.r:trrv{f':r:{,JF,•.a.. t,3�,c i,s._"x'..q.R •:�,r.x•5r...sh,I'�/[Sy 3' ..{,,:::_:�,..ao.,.s.:._Y .,.+.,.J1.q.,.= �e + .iR,V ;`.,';,if.V� V 4LW , w NMI F.�,;t{;rs;f,7'.*F;'.iqC,.:7lc,:•''y,�t'.'.t,,.',�}�t","~i^l-r�. .r,�i.� ,���`;t1j r t, ` .. ....� - ....r_..,..... 13733A S FK SCAPPOOSE CREEK Prest. Conc. Slab 1 60 1978 Routine =< ,.. ;te•rM . _ �••.. ���C t�L A.. , N.I/.ATN/A v - ,0. 32}i0 Sl 4 ,R�OU!.a}j NIA p QMCfE #'�7•1 , 1Q� .� 1.9 _ , ` � ': +1 •-o', t� r •.N/A..,. r.a >NIN. 9yd:.�ci ., ',.a..c.::.:r a r'.=a•.�'..^! ,�'lgcM `...;��..ni__ _�� 13757A MILTON CREEK Conc. Continu. Tee Beam 3 126 1958 Routine l _ N/A N/A 0 41.7 �Q.' ` r �{'�'t�1•�`.�fi �'�rynr� ?�• �'". YI -1Deka.S' r t r . »� „at�y4 L�,.• ,. ..�rW�} ��,..�s�+•Y'`+�"If �, `.•' r. � _ �'i' .F ..4J ,Ya,'dxb. rjj•'tb R W„y� .�'f. t"•S,.i.„'.Tif..�.'�"•, 'c•�t}�I .1� n �'Y.' ” �,�,..��ai ? + ' .Y �5a;:i:.ur..1L..l..rt.u:::.�...1. '., s t Y; ,. .. .. ,1..+:�-.. ,.t,..,:. .� _� •}�'s�'.Sr.�..a..:a.,.�::_.-.,....:� 13759 GOBLE CREEK Timber Multi-Girder 1 25 1936 Routine r �',ir�� .da,'fe:l M� �rr aF k,x ,4;.,a4`1S>t�Sy`T'.i{�,'",t. v 4;�c�r•.r Fr,;robr.t",r.�;�,t I�N1/�A-t '�. r ?7 J•St�•�' yt10 7N/A Ar0.. a 20.5 0.5 2��rk l' _S{i aP'1,�,• ,i�'y�c.'�,•,ti'wl�.:, rIrV,�M c�_-.!� r r `_�, v.r1� :•. .. - . , :. � ..,.+..•:l5� 1 �6 �A 3u ' ....'--�.}• �.�,u: ' ' .a....t..lti.n.�_ _,a...».. � .. ._. ... . . 13761A N FK SCAPPOOSE CREEK Conc. Continu. Tee Beam n_aloS..ucr3. .w. . 102•.. 1959 Routine N/A N/A 0 30.8 Page 8 • •. • • • T'�{Y•'S.�'f�!Gjtii'!�7'F�{� ♦'' •r+ �tY� r > ���}'.. ''� � ► .'Y � }ti;L�,i.' � .l+ }�, �:! `lam •v, ��+_�'•}�K���r�':'4�/�:aSntfiJ"`t��ti Nw.=. '.:t'�� �c�y q.1�. ��•�. *• ' 1 1 r� a��;{•• u '`p jY>i,'.►. ,y� _� '{ �, i4i a•;. . •� wfy.�tlt:i.. • s '2 •: ." • - G' a• ? '2-e: 4```>��y r, 1 .,�„F.t'', �'�r %;, �E .' n.. •t".re tt�N!..�w e,,,y-.7-•C =,.� "�. -t, _a, .ti k r - ' L �.-> k }> Mai .`...•• � `'` 1"' G .t `xis,. �{ 1+„`x• - ; ... � 3..��' �• d„c� 1bJ ti�.j.� i��r_a4. i�xit ,.e">ry�� •n �.� t,d iia d . ^ ,+Fi�•d. .. .> .•Id !j.ftt is + ':�kl/ "",�Ts f t iSt' 1 14•s��"1JE4YA7�y wK'�r 2 . J- •• I� tib � �.X ;�.jl,�;"t' Y� f. ' 4 }.3 J.`]�+ 1�4Y',i�'�:'v.,^1,+1,•''r 1��� •� •x'• h`+Je,^,.'' `Y d1,•••""(�' �t Y .{O..t. � 7 .=2e,�� y aL,r; t-'• ,w .T„*� (*. t rst.: !ts"t.ti wlsn!}t+ t s1�.; • `;4'+'>:"�..•$;+.T� / a t. ,1- r Y.[>� '�. t{jr-'a'; . ��' �:�. ,{tiiiG,P 1. w.a .M"iti:Yu J (,1• ra L 7, y l•i v: . r•X4••' •,,y ,�•T'�'-':.1"�+'..r'��'% �,le:!�ltk_!��,Vd...�x�°�`�, .s'd!d�(,�:w��� `�. .��..1� >.��'t' '�'f`!�+:Vr: ,g�:tc'Y � �`�!,-+r's��M��;R�'����� ►�`�M:����4 Y `. • 1 s��{! •, � 1 t r`t'l;Y<•if{:��t��.� `a�.'�z1ii'� t„y »t�: :S'�, .M�=✓vY ri S9fi!'�•'�t 9 �•,'�' �. � c'� fy p �' �, �+>- rN;. s 1 e a ,., s. ;4a'yy{{'���� 1. +;'r 4s .,f:e»,. ,p'ia,1.�'+, .� >;' `�jda*y�� {^ti �wa`,M i.�'.•'j ':{�n3. �t;`a>rr,�].`.+M i � t S' l<i a rn-r drac.:.i•�:.iY C �y.'� U �,.,.. t. 1- :r `i�..L.i.' �I�:I!"�*'�'f a .t r C I:�. ,.��}Ay'r�G.� r1 •; ,7f4 �>'`�•''M��.�;.�>,��� ti. �V .t 1+7 1,``a((',�+r�. i' .i � :1�d %, ,7��}�. .rtk�:��.I.�. 4. 'I�+Af,•1. -s�`�1Ya r•v.r'.�l�.l• • 4..,�. i'':.` �M.?•, A-M�.`.a�a l'-<'•?�:. •ih.,�.:���rS..t�r.N;�'s'Y'�+�k�A �,. `��'�+..:•S»I: � � `+.,q� 'm,4.�y�^.1�`^'t,[',.•�j!t�+•Yl !i}x ,{>'4' t i .1 G r ~: • • ..R N k �i, y�lvyy-,, ,i.;•.{w.t,.�� �S Xi� 7+. .� y,,, `�:�,��-S...t�.�•��.4.�f�+� t t 1 :�• L�y;^ i��{/t +�.=.�••,1,� A�1� ...".wt4 GI^t'•�� '4,- r ��^1:.r��. ,.r. +,S,�,T�>^' c.x•t5.:..:�t � r� C'a' �. I '��'/�;RF.i��''!�'.4r�1,'!!/w!J'r�. ���: �• 1 .PY+4'."jrL if�'�.'��ix',ir,�'1'r yy '.l''f�,,. f Y t l• tP� 1 1 t. r ,6!r,t F .R �� 7 :11.�, �S; • � y,•. -iii � >. ;4. • y r': • � t w b' eq G r� �•:i r�,, y •..Il ?.. •.,!'4c .r {k 9 rt'., �`� • • t Y �k^ C� .l it+' )��lt � ,�d' x } q r� G t - r i ^ eI �>� ���'�a�i •� ,�., � �y,/y"W 1 �: rh` t •.�*'t':b4- ='�T. ,i „ �dTl�� 1 rpt ''. .5����+fi.� ,�>S`1N�1•+>}��C?�•4,: 1 �• . rdtf•h�'S��'�. ��f'r� t,'...:� `'At 1- �' r .s ,!': cam„. �<4 �•�����E���! • C 1. .MWM— .f1•a f 7 T I �� r4? a 3 G�•�1t.Lr Y • ,g Y” 1 1 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appy. Length Year Inspection Type Number Intersected Material Design No. Spans Width Built Routine Load Fracture Scour COLUMBIA 17476 S FK SCAPPOOSE CR Prest. Conc. Slab 1 49 1994 Routine N/A N/A 0 28.0 Y►`^�. `!, � �� �d ,, pg,.Vy�• f;s ?. r�r.,s�+r. Op.. r ` Page 10 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design No. Spans Width Built Routine Load Fracture Scour TILLAMOOK C I seam 1 16tQ 1 00633A NORTH FORK NEHALEM RIVE "Prest. .a�tlu. ` Prest. Conc. Multi-Girder -. 2 187 0y 956 Routine v N/A NN//A� 0 311 1 }� .4 ME'. ^'.i:.� >,. ` �♦ i x,}, itt6 � •fio,� I 1(�'`'1•� �� ::{a tt�.74K; f. •` "�_' ia, :. .Qut+ne� ,{ i "1362A NEHALEM RIVER Conc. Continu. Girder W/FI. Bm. 3 385.0 1960' Routine Conc. Continu. Tee Beam 2 28.7 ,A W-as]� 01580A NESTUCCA RIVER Prest. Conc. Multi-Girderr 1 { ... p3' i'.tQp� Y• ' Q ,yv�,I)".r .Citi{vs *`i i., ?•4 e7 iii�i�i 4`'�ii #�.Skmsi,,TT: ``MM11LLr ir- 219.0 1972 Routine Prest. Conc. Slab 3 28.0 �ERV .'3'02470 TRASK RIVSteel Thru Truss 1 205.0 1964 Routine Load Timber Multi-Girder 5 26.1 i N11 ' l �f t � �Q(� QQB� ��`ski `� _ �.'Y ••� �4: ..�u�-�r.�..��yH^'�'sp�; •:;'!1 � '-fiC � 11272A N FORK NEHALEM RIVER Prest. Conc. Multi-Girder 1 357.0 1985 Routine Load ~may ���/// Prest. Conc. Multi-Girder 2 30.7 ",. !� 4�;. roe., .r t�. ..•.••>,• •t p �"� 5"' t�� :�4R•'t r j; '^!U 1 i •h .;,<••T:a.. �<•,...-apt-r�l�Z. �.. vS :y' +K+ 11280 SALMONBERRY CREEK Timber Multi-Girder 1 212.0 1924 Routine Timber Multi-Girder 4 24.1 r gi�irats,r. T."y1 v, C1;.�y�• r'k 1� .�� R� s ! 1- y !mow i4 ri"�. , 7.';V :r 1 Yw#J.A• i.., s 11328A SAND CREEK Prest. Conc. Slab 1 26.0 1924 Routine 1`1(�{� _ N/A N/Ap 0 32.0 r p [p 1 �1. �o?'�] '1+� .t• rt 3 LOT TI �t7�rAyt !y; d,�`, � Y' .'+` kr�`y. �M.a1�Ia� � „ t�f I) •{� }' �i7%��'y1�1fM+, ±n,� x_+.-� ilTr C{ }ii.t1'':: �'; r ` '� !1`Y?, b' �'ti•• r... �,,t w! 4.tr, 6K'. ;r ,g ."?l,, x1• A,-}T�"� 'Vtr,{CW' '°'S i�T. �+ :G1.;y��, y.lT'•'� ii .fl:i.eiY+' S.' '.4u. efld.lrS;,iaatiaYalioa �iii �' i., ..•{F r., P: '�' E'�'t. ' t`:t t �� a • •.t y,e 11366A NESTUCCA RIVER Prest, Conc. 6 1 428.0 1927 Routine Scour R . P'xre-s`t.qConc. �Slab.� 7�rt 40.5 -!"i tabJ{Q TWA Qn ' 0 ie1� R•!�'n'J`'[r'�...�t,}B S�v,.,.iw�i ,:iY`..' i_;`�.• t • ..la`j��'� "i k'' ��y;�E--j�.f.�' •`( � 3. s •�;,�y .,,y..��e�.ss:. �.' I a._Tr� ..�. ya:•4 t 1i'.e..:� r .f.:_ ���.W�... a(,;y,H_�;.ly.. 11378A NESTUCCA RIVER Timber Deck Truss 1 228.0 1952 Routine Timber Multi-Girder 5 23.7 Page 11 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structurel Feature Main/Approach Main/Appr.1 Length Year Inspection Type Number Intersected Material Design I No. Spans Width I Built r Routine Load Fracture T-Scour TILLAMOOK OP S 7 11381A NESTUCCA RIVER Prest. Conc. Multi-Girder 1 138.0 1963 Routine N/A N/A 0 30.8 398 MOON CREEK Prest. Conc. Slab 1 23,0 1986 Routine N/A N/A 0 32.01 M "la' n,a am 43 13328A NEHALEM RIVER Prest. Conc. Slab 1 35.0 1959 Routine N/A N/A 0 16.0 18027 BAYS-CREEK Conc. Continu. Multi-Girder 1 60.0 1989 Routine N/A N/A 2 14.0 2 57C10 COAL CREEK Prest. Conc. Slab 1 69.0 1957 Routine ARE Prest. Conc. Slab 2 28.0 F'7^•14 FOLEY CREEK Timber Multi-Girder 4 97.0 1957 Routine N/A N/A 0 13.5 0 0 i - autl 2 E , �Y_, ,Oiiill ALAI. 57C17 MOSS CREEK Prest. Conc. Slab 1 32.0 1959 Routine N/A N/A 0 28.0 Ar 7 Al' ;AS "Y ��i!,; -2A a NAM 57C19A FAWCETT CREEK Prest. Conc, Slab 1 48.0 1995 Routine ne ri N/A N/A 0 28.0 • 4, q n K." TI HI V 7 ME 7 57C22 HALL SLOUGH Timber Multi-Girder 5 98.0 1979 Routine N/A N/A 0 20.1 Page 12 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design I No. Spans Width Built [__R_o_uf_in_e_j Load Fracture Scour ,An TILLAMOOK i��� � tY Y1 � . £f�r tr'ril{✓°1�r7 f7J k�yyr :Rr�^S -;moi �C���� "t 7.. /� q.ft�^a�� ✓'1�'Jt'Y > amu- ��T"r •.i.. Q,,,, - ` pti 'Y� 'F'�"1 � ✓ �:.�f;�lFT , r ; +,.1� i* r ~+G rf'� ice:%"��9ty.,+�tj/r, ?il `lrt+r�yl�.X'^`�rf F S+�°+u�'.' ' .1..�.#.::.i.t.:...1 .. .�.:i:i: = ,. ..;'r. 1 .G.,.F y..�.vr.:�;.r.h...::i"►t}:"..,u':•a L.'.�i.f\...�AI.i 57C26 TILLAMOOK RV Timber Multi-Girder 1 102.0 1980 Routine _N/A N/A 1 24.1 r 7°T •1 `'CR G*'fi•-��zr r Y>, `"rp��S ,(n�r,n "S y5y�: -.F f '1 } -�. '1• t +'�:r���`�,y� •< �V~,7yz���fa^�f",'!����F. I-'y?R!7 �' 1S s� F,(�� r ,r,�r .9• ,� '�'it' ,�f��'���c}_ ti� i.1w������k ��; k Tq'�� r{... 1 :°4 ?� ;� ! �i" C�•r{ .'.!; 'm '.fir. v� �.W ' 'i�`7�3r.� fI 1{" r "1 ''�t J.i1K-#••k T¢7�:... K" �''. ' ; �. F7C28 BEWLEY CREEK Timber Multi-Girder 1 34.0 1977 Routine N/A N/A 0 22.0 gag,...., tY •' 'a y r�4;.•ni' � "fit_ �`.'ty'' ; -'t' ��;*,v���7•y%�� r 1-/ '.5.. ` L � ��.�"a LO Ell, a, .f.:.c3i.:K i . 57C32 BEAVER CREEK Prest. Conc. Slab 3 1 58.0 1958 Routine N/A N/A 0 28.2 lwfilw.ik1 ! i L F=r'i..M N�.CI�'L `� _$ ' " t WILSON RIVER Timber Multi-Girder 1 102.0 1957 Routine _ N/A N/A 0 12.0 Y Y 'I.n.. r•r Q _ r f t�:.*1 rix,f 4` .(�/�'��IrS� M ro7+ '` 6 I r !{?i 1.79�r 1}/1 �{y�'hY"�`,r f. �7 2. `}lr�L'4 ii ry }'z•y - ° i . /r' M�'r� �F ^Y(, � , � rt "'iM'FC'Al•,Y��'fi��''``''V^-1 2'' •'CpT3 4Fi.�Y123.'f J ,l 1. .r -.be .1.'..�.:ru ' rl• f3iL'�flSr�cuij�i•:.]ca.iG�.!.� �'_i':aL'Na:.:�.Jca;...A���:.,r...'., 57C37 FAWCETT CREEK Prest. Conc. Slab 1 47.0 1989 Routine N/A N/A 0 {! r r � 1.o — d '' r •.7-.. �, "T „^^ r rf'.'..r.-'. •r R l 1 �itr°ra.��"ttS�1`:r..r�.:i�il S�'.. `�► 28.0 B' MI- .. Il� �;YyA.i�:�i'�1T�.�,#t„;^�t�::•� rk Y�1f.;:.�a►rf..rJ�."i}w��.-,1 k S X�j r � { � •.�< �r /_57C40 SO SO FORK TRASK RIVER Steel Multi-Girder 1 62.0 1989 Routine N/A N/A 0 14.1 1 tr •T �•py,(�'fl.#� �✓��3.'l AY-` y'1 aYR7T'!, r -,° ,7 A -�i. 1•.. ;.i Y ON 4p � '.'• iss.` OEN T�-j'�.'r. ,. 57C42 SA F ND LAKE Timber Multi-Girder 2 44e0 1963 Routine N/ A N/A 0 2.8.2 ,r � � ,...�� 6`+i •[ �.'f, F r 57C44 EAST BEAVER CREEK Pr . Conc. Slab 1 61.0 �1965 Routine N/A N/A 0 24.0 •yam .�.• } AM' s 3b. ^T k� l y t. t > k c F 4 T Jr••cy„r i 1Ir T 4 �'?',r 4� �.1{p�, y �r�, t�ii, t ra•� ����•r. 10 IL 57C46 MOON CREEK Timber Multi-Girder 1 102.0 1985 Routine N/A N/A 0 12.1 Page 13 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure=Intersected eature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number _7Material Design. No. Spans Width Built Routine Load Fracturel Scour TILLAMOOK r} .-.';• t�kfLA�G:.�, '.rt.'�`y<• t2•..+,c•.rbr ia;.t,b:a.... . .tlI ....c,1.��v.1c�LL�+r, s,S.Z!l���t:�iaxi'.k�i`�;.l.uuia.�ri � p1�iiWr�_,.ii�..,.. ._'�.,..,.S(�C__r':,....na.1' x �I�,?i6t�'ft.;�.i4i.`� o�.u:ati'n, 102 q 11� , �R 57C48 SAND CREEK Timber Multi-Girder 3 _40- 19�5�Z" Routinhe .. < ,._ . N/A22.0 N/A 0 22 0 Q1.G 'a M ll' er. � I glcdsr1,�9Q1�964 ;•s outine s'aV{.. .�;a�t.:G.:ce,r-.1.e•�a,�1, �...Tim�er.5 f , - + 'i�1F" rl 1 ^ir,�t3r � 4 ti;_Y'h •1 ( tt..��o ..Qu - IC52A CEDAR CREEK ti Steel Multi-Girder w 1 �y 55.0 1960 Routine ��— N/A N/A 0 13.7 r ..r 'fx-•.�,;,'t k'x�tx,,.i fir, ni.R18i�'�'�'!•' CbQe,r i.µ.r St3�71 •. 27 Q��,'#:� 5>� '':;Rout � r -- t- - _ "`� :+.a:t::-.�3�a• trJ 57C58 EAST CREEK Prest. Conc. Slab 1 67.0 1982 Routine ffN�/rA N/A 0 12.0 + .,M U) •�.a4ti adti.'� 'Sid;', i+rt?.i,� •i4. :._r t,B � '��. �s., �I �]`,i �':,c 4.,t.�. /�'ox F-.�!' + t.; y ^ :. r.t 'i'1�"� NTr'•. r,ttt tl. .Kk ..,ly' ,l��rttyC7'rY y`i}d� �. r H .gyp ,, fel ,h• 1 Q e a,,, �' t r 'r5•' F• f J't it +w"� ' •(' NIA Ft I .rsY y.P. ty.'�`,z,);, .sar} '�`• 1 t� �� >it* �k=•� ��f.is.'S,irr''S tj-r. '2 .• 57C60 OVERFLOW WILSON RIVER Conc, Continu. Tee Beam 4 100.0 1964 Routine N/A N/A 0 22.5 � ''I ;N,i "�` . ' �!�� r4� a} '�r =a •-K •r•, sou f y,� '^c�c , fit ;�'• 57064 WHISKEY CREEK +Prest. Conc. J Slab 1 47.0 1981 Routine N/A N/A 0 28.0 fM �1­ , ,I - , I 11'11-ffvt M", �MWMI i 066 FOLEY CREEK Prest. Conc. Slab 1 38.0 1972 Routine N/A N/A 0 20.0 -7 x �`�, rya �'I «'� ..i Jk�•�� ` 57C68 FOLEY CREEK Prest. Conc. Slab 1 40.0 1977 Routine ,- +N/A N/A 0 y F L �Sy� ti�` t�t: * frttraf� PI I r. •ra�l�jti{ p. �. . _ 1M Rw 57C73 NESKOWIN CREEK Steel Girder W/FI. Bm. 1 53.0 1941 Routine N/A N/A 0 10.5 1 �pr 'i"' ......,-..��, w .� .+•arovr yJti. - xa1 xr^r• 'P -ld -r t - y� tt Jj.� ��. (� �r, 1',: ,, •� rti yt.Y'�SaN '�*�ru+F„i; ,tR* .•�5�3 q 5 ...-moi�` ; ``'� P 1 y �• k, m�a+� *u j y p ~ 57C76 THREE RIVERS Prest. Conc. Slab 1 52.0 1996 Routine N/A N/A 0 10.0 Page 14 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach IMain/Appr.1 Length Year Inspection Type Number Intersected Material Desian No. Spans Width Built Routine Load Fracture Scour ��i1:�JL..��Y;�.�",E . •`t1 r,;r r s ....s ' • ..:..1-......��..6s��.Nin:.t�'';Ii.'�.J;YiaN._.rI.i b- t� 'V,rbQ>:lr"..-yaiTn4Lia.I:':L!.i•{.LCfr...A. MaL`•.r,O�;�Jr_�wrOt.i. K { ..Y �17Epp NI„Azx: � * Tpe}Bea .CREEK Prest. Conc. Slab 3p 117$4./V0o4�•:--�fi�w7.st:.f��1,1..9..�.b8��--08 rdL.�.•�:t:•.•..:i.„..I Routine oa�Mui�t.t73iin.iftSeJe� 57C78 WEST BEAVER ��Y,yI.rrf�..�Y,,rn..�;.�,t x'1.itL3...1.4:;1a.``�Si..-:•Y..,-.�...',_•tit_,.'i:1.Tt�v..../.iit.s.-<:��-;t -i<S.•.,.. 1� N/A N/A 0 28.0_ C r +''Ya r`.; .,ti y SNr _•K_,.i,.,.....rLc.�...-.,..23^i- � �`isylrl'�•'yfs<..�j1.�;f:++,+e4 � EEK �'.�krvI:-(�o[?�r�(S:�'�P.�i»}CY;;re�Ff,.,l:ft,3ga..ASi°7i�,y �3S14iI�;.{n6•'^>i.ic I5�. 1I A...,;`., r,jt,y1,.r'����j'�r�.y;"r'..�flr1.�45,2'�yL�/��y'"°��.,},��;-�,;Z.`.f�,'��- ,=�tR•��.4-.��N1 C•n(�P�#1989' —C80 KANSAS CREEK Prest. Conc. Slab 1 23.0 1959 Routine N ..,. - N/A NIA 0 15.9 _ �R . - p . ;µtd�/f 'I q ,� :.�.t ''t�� Ll ,�^x:>-t .i.:i .:t J,.� I.ry: 1• ., .Cy �� ar_i Frr ,f*tea � ,Yl,�`'.� 57C82 THREE RIVERS Steel Girder W/ FI. Bm. 1 48.0 1996 Routine Load N/A N/A 0 10.0 ON RRU��� �y�W*�A��.��� to Cj Page 15 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr.I Length Year 1, Inspection Type Number Intersected Material Design I No. Spano Width Built Routine Load Fracture Scour WASHINGTON oa - 197 d,. j," 7 X0 2''� BB002 FANNO CREEK Prest. Conc. Slab 1 30 1956 Routine Load NIA N/A 0 32.1 005 BEAVERTON CREEK Conc. Contin. Slab 3 53 1960 Routine N/A N/A 0 68.0 PU P BB013 FANNO CREEK Prest. Conc, Multi-Girders 2 150 1972 Routine N/A N/A 0 54.5 rr 2 JE1 wAf, .4 BB015 BEAVERTON CREEK Concrete Slab 3 120 1964 Routine N/A N/A 0 70.1 Oil A�' ♦ 0" BC007 BEAVERTON CREEK Concrete Culvert 1 39 1985 Routine N/A N/A 0 59.0 0 'A A "w -4001 ROCK CREEK Timber Multi-Girders 8 154 1924 Routine N/A N/A 0 26.0 EEk- Now" r..e N A, 191w 6" 67TB01 NYBERG CREEK Prest. Conc. Slab 1 37 1924 Routine N/A N/A 0 52.0 1 qqqne -,r-,,Lop Nik, 1ny tK ,.,A In 67TO02 FANNO CREEK Timber Multi-Girders 4 63 1927 Routine N/A NIA 0 20.4 u 0 e rrL; Page 16 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appy. Length Year Inspection Type Number Intersected Material Desi n No. Spans LWidth I Built I Routine Load Fracture Scour WASHINGTON 67TO04 FANNO CREEK Prest. Conc. Slab 3 96 1952 Routine N/A N/A 0 31.8 •.4ir,,•r.' •y: fit. " 67T006 FANNO CREEK �Tmb�er �Mul�ti-Girde�rs 3 48 �1963'�Rou�fine N/A N/A 0 20.5 1+ I.�Y,�• t 1 �`�,r., � i �Co Lyi'` rIV 'v'.• - 1.f t{ 67TO10 ASH CREEK Prest. nc Box Beam 1 25 1986 Routine Ny/A N/A 0 36.3 WWI feiQ..^ _i1i1' t;: l � tYr;:i t�'�at'•il;ti ._ i. 95., ! �, Q^ •;,il�,•' v 't � :Y •'t'�r�{' ... � .� t.TY 671202 FANNO CREEK Timber Multi-Girders 1 22 1959 Routine N/A N/A 0 20.5 4 i r ;:, . .. tT t; r c r 671204 FANNO CREEK Prest. Conc. Multi-Girders 2 50 1989 Routine N/A N/A 0 32.0 i{ C EEK. rr�Timbs. ' � ' f^::�ylulti_ de ;.w 32.T ., , ,. ,, + .. 941 tri^t.• ..,F.Ftin "., _ 4f X ,,,. #e� �S :7 �= Q 671211 DRAINAGE DITCH Concrete Slab 3 100 1957 Routine Scour N/A N/A 0 57.8 c6 '�R�EK L �, t�•�F' "'S'L a �11 lyYQr`J.1�� .tte: �tl ,k7�Me� ,,i' � , +.� + c°�'t'YAR2�4•�lf Y.���"7 �`'h ltQM� B� r t r•ri. ?� � '�fir, j _ 71217 TUALATI �,. ':, y� "•}, iiiihhhtt 1 i ''1-'y,.�kk`-*`.�.�'t �,r �_, .',.1 v,zr,:r X` •Y; N RIVER Prest. Conc. Multi-Girders 4 31,2 1957 Routine Scour '? � �-�•���'�ti�?� i y�.Ff��i�j�' �.ti " F .!i.1''t�rjr is 9'1 t it u�: -r':S�,7, ' 671219 CEDAR CREEK Prest. Conc, Box Beam 1 26 1959 Routine rEDA N/A N/A N/A�qr 0 2A8.2 �,';�t t{ 1_.f. �V1S':r jy. ;'3 f o,�1 rifO;f is ,�, r t ci '• r r: Jx=` 'S3'r�tArci,.as::. .:.:... -:�..�.uu.•rrRlii '�-':4ar..._ :�1.•rN� ,:is, �r' t; F*'.i;`�jF�;+ r.•.,. i 4'c "n�� " lJr; b�'' .cl L_'_ `j Ai.�.:: ,c, ei 671221 CHICKEN CREEK Prest. Conc. •Box Beam 3 84 1995 Routine ���. N/A N/A 0 32.3 -:: QN � .- i ry,';~:.9 �'rest,'C4f1c �`.• �, ,'� ��' 9 o�lti e: r n Page 17 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appy. Length YearIns ection Type Number Intersected Material Design I No. Spans Width Built Routine Load Fracture Scour WASHINGTON 671227 MCFEE CREEK Prest. Conc. Box Beam 1 64 1979 Routine 1 N/(A� N(//A� 30 28.3 x} Y 40, wir� ^,. ,��' •a �.k+;r �m^tK,�,! Y•at-.'��7�W�%-��iti,ir. a•t rr Yi i 671229 MCFEE CREEK 9 Culvert �2 29 1980 Routine N/A N/A 0 40.2 Ia x d, n '���,,{J{r! . a• -.w,a�t.. �" YT qv q _� x 4j i4 d V N a1';?•' T a•;.y.'. ' js'r" SI{ .lr.�Qir •tt +!#ji -: t.{;_. a rt taX ' '.�' ' _ . w�� r '' y 1 x..�..y?�.i:. "' ri..r- �? � �. a `� •' � ���5 ...7 �. '671233 r TUALATIN RIVER Conc. Contin. Multi-Girders 5 198 1977 Routine ffil " /A A owe N 0 23.4, r . . NIAMzG.Xi r' r� �✓1,. n,y,ft AI � �. A�£ �• �c�1rnyy V{� rfe T N. 671235 TUALATIN RIVER Steel Multi-Girders 1 660 1958 Routine Ll Conc. Contin. Slab 30 21.6 NO y$Nilli� 1 =M:+� ! ,, aMI : I 671238 BUTTERNUT CREEK Prest. Conc. Box Beam 1 29 1957 Routine Load N/A N/A 0 40:0 `�,',/.� ,�+ltti'i�r,��• fZ! {�`e^i,"•f'•t ir110 a 17 3 ix,'. r, }(��,, /�} 1C� + + �" r Et 1:i• 'i w. j� ,{ �� rr ,r 4 ,a. ,. '• t �r It'R iu�$ir;il, }.t'j*��1�'�� a+��Ak11 A,"(:`_�, .e t`..ay. ;W��• {' t. 4 ' 4•r._i s. r.tr..f T,v!.....k�. ._ _ •. i � ,,+v" 671243 WAPATO CREEK Timber Multi-Girders 5 75 1989 Routine N/A N/A 0 20.3 tp �,�s ♦►1(�� =�k � ���- 3� ,G,, ,;Y ; �j,<f ,, ` ,,. 'lv•� �j � ��s'���1� �,r �',.�i.•ry '��t r.r,it "FTr'� a C �7fcv+i�� rE .��'r5"+�N�,�'����z�"��t'r�", , ?fr! j�+s�1 fy ,�.I.� t(� • I �'''aL...�4i.Y.a._:.TSS..`:.R:i.',.1L.I'.!411.,:1.^1 X1245 TUALATIN RIVER OVERFLO Timber Multi-Girders 6 90 1989 Routine N/A N/A 0 20.3 k t{rR.r.*:t.:•-fL."w.,;...'.i1 rr:tU tp'M�f •S....>�. ."i.� ,•CI/T�!!as:� f 1qa`.�,.,a�T}9A�3R�l''r SN.!'ITLSS.M�j,v'.�t C''r r��t.�ta::c{sh a2sii .•7:.';$�4 !�,t •„� Ky 9�`y ,."?}(v+,���R•'.1.._a'��#`}'.F.�.E' ay'�",.l�; r�yp,✓4Qrt�'vasr rt'+?y•f(,1;t yr^i"hK!e�. y��:�i'.4�t bkk'�'Y�L!..��,('�.� a)'`rvf.�,6`xr�..��I.'.�:��..{'.k..'�tirC�a�r:,'.i_. • .r,, r•.i 1 `tlT:Y :.,a..: �.:..�i�.3L'i.ti..�1......' 671249 TUALATIN RIVER Prest. Conc. Box Beam 3 123 1963 Routine M. , �(� N/A N/A 0 28.1 yF` MA a_�� Q�a- t 'EC � '45� 3`tt xkr+� n t P4 ' y �fjRlr�gs t n�... " ;a M A; .L ,�w�� l' 1� y SX,II�J '�`• 671255 TUALATIN RIVER OVERFLO Timber Multi-Girders 13 200 1965 Routine N/A N/A 0 20.4 r iMM, `! .t 7q �i k' 'L�� ,�ja A Q ,�. 1 t� i✓F k t { +.. �.T YY. (�Y �« '"�.7':,.+�k 4a Ft •L�c�r�F'�j { c;1¢g;#.'fY }•f'4 r: pt' rt�'S( Ni Page 18 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection r Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length I Year Inspection Type Number Intersected Material Design I No. Spans I Width Built Routine Load Fracture Scour WASHINGTON 671258 GALES CREEK Prest. Conc, Box Beam 1 86 1985 Routine i N/A N/A 0 32.3 .� `�Y . '� � ,�� ;r:• ,.�'�;<'��sf:�` iii 671263 SMA LL CREEK Timber Multi-Girders 4 62 1950 Routine �, ,i• NIA N/A 0 20.4 F s 671265 OV E R FL OW T UALATIN RIVE Timber Multi-Girders 3 48 1960 Routine AN/A 2 . j 5 i t°i 671269 CARPENTER CREEK Timber �M�Uli_G�irdetrs 3 65 198�213 o r •�, N/A N/A 0 27�76 6 NEW 671275 GALE�CREE�K � Concrete �T�eeBea�m 1 �19 64 Routine Tne4 N/A N/A 0 25.2 q jg S .} �. i c` L.j•Y r. �t�+! ?'A Y. "*•r V `r95!�ftei ' dS� 671277 GALES CREEK Conc. Contin. Slab 3 148 1981 Routine r N/A N/A 0 28.2 +i`�" } Y•���$�""�t�t ��F�� t� � "°..�.�, �ry'l�.� �{t�,� : '� .��' � � '� J Y�'�..yy1'4����a .i � '71280 GALES CREEK Conc. Contin. Tee Beam 3 187 1958 Routine CC yL N/A N/A 0 28.8 �Multi-��G ��:7;•/"'�. �`r•671286 DAIRY CREEK Timber irders N/A N/A 0 24.1 NAI. S� LS.? N (d A/A 671288 DAIRY CREEK OVERFLW Timber Multi-Girders 3 46 1961 Routine N/A N/A N/A 0 2J0..`5 '+: F , w s !RY� R � GPr e t;�R> 't^ •3�� � T a AF! LK;; i1Vl OrTi'8 1 :S t �a. .. z 1 j!' d S Cit?r; si x Page 19 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appy. Length Year Inspection Type Number Intersected Material Design I No. Spans Width Built Routine Load Fracture Scour WASHINGTON 671293 SMALL STREAM Timber Multi-Girders 2 35 1960 Routine N/A N/A 0 24.0 671296 COUNCIL CREEK Timber Multi-Girders 3 46 1950 Routine N/A N/A 0 20.4 ON!i o I, , .: x. 671298 DAIRY CREEK OVERFLOW Timber Multi-Girders 3 47 1960 Routine N/A N/A 0 20.7 MA 671300 BLEDSOE CREEK Prest. Conc. Slab 1 61 1985 Routine N/A N/A 0 28.0 671303 DAIRY CREEK Prest. Conc. Slab 3 127 1972 Routine N/A N/A 0 32.0 I�wm 671305 DAIRY CREEK Timber Multi-Girders 2 44 1959 Routine N/A N/A 0 20.4 7;.' xi } .1 ter' {y � •�b'M�'. " 1« +�. r 7 R ay y�'uYt�� .y � �b7(b'{ �},,.'�`��. k �� � �U s r ��3�1k ia"'Y r!"M ��� �k•r r�� it� 1k 'Rr>� 'R• f., �;i,'Fi� F. � �;-,r. ., f .,�i..fJ''F .. .ti.ri��!`;r� Is..J�$�� ',�'� 671310 DAIRY CREEK Prest. Conc. Slab 3 119 1981 Routine Scour N/A N/A 0 32.0 :s z-.:..Y.}1 t,' m��{y� ^t. ( ,ys}�A3n y 1g 'r�'. r ^t� 2� n. x-bY. ♦'`t.�3y.y,,,�•. ? '�1},r!z,f„b, 1•v�.��}r U`3 ��v��. et`�:N"./SA,r A1�}I�?,p�y .rs�i.n`�1•�`�+rt.�t6����tY2r��77f.�i' 'Q S Vyhi i S` '.7}R'r�7>. ..1 1�t�Y.a�Y�y§t r� � 1 eQ�� xr:'{ -.K'r=1_•(A ° e.a lrll�.} gll`�,",.1��4 671312 MCKAY CREEK Prest. Conc. _ Slab 4 145 1971 Routine �A S}N/A N/A 0 32.2 �•;„1� � .'y�. w� .r } �rQb,! C:$�i.�" w� "F, r�„r.i: 4i. � x t'1 9,.+'S k r, 1� .rM.r Y •^.:' ' ` ?y 4'�1 671314 MCKAY CREEK Timber Multi-Girders 6 91 1959 Routine N/A N/A 0 20.5 ; rxI��G1y❑ "'i +, �za.{ '<t �j ` [ St ,,1+Q "'i( s "j+ d,Slab' +� s i %r7 `j1`� 2" ' QUjtI a f; . L=f:�i1�m11�Y '4 /".i a..�.tt:'..L�,��31✓� '� �� p a � r r S� '4,ti! q} .1 • � �. ....._ ._ 'tea.&ib2rS�Li�l�i�:iii'TiilY�Itfit�.�Be�L:u:•.G,...w.r.ter. .;, .. .....,..,... ':Ia.....i Page 20 Oregon Department of Transportation Bridge Engineering Section v Local Agency Bridge Inspection r Area 9801 StructureF Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design No. S ans Width Built Routine Load FractureScour WASHINGTON 671316 MCKAY CREEK Steel Multi-Girders 3 80 1955 Routine N/A N/A 0 26.0 Q +} rr t., k �... II Mr •. NJ r. WJ 671322 BEAVERTON CREEK Concrete Tee Beam 6 156 1956 Routine } N/A N/A 0 30.6 "' 1 _ �•,ra 1 .r... , +� .Yr.— .,..Sir.,...�:.:.� ..iLsi1�....r�c.�.n.:� „� ,ci:/ 671324 ROCK CREEK Timber Multi-Girders 4 65 1957 Routine N_/A N/A 0 24.6 �� �r ,h �� ».r� � r i'•,1j": �hx..e.. �.. •.?J� )a�h. 1WC�•' �f. ��a';+%-N i�SL.�.,s.�' r`..&.'.0 'rir• 'f r:r,•s. iC�;��,{ 1�..ttiL•i"i...��.�:ui''.a,...'.r"ori.'',tt*'•i:_.4�� 671326 HALL CREEK Pres . Conc. Box Beam 3 85 1971 Routine ,..A.. N 32.1 /, �. ... , 671328 B � ✓'�,ie. .Qt. 'P 9 Vr.., v. ti� + ��cif 9th + 'Y"� 's;t�^2S7p•J,�'?"t EAVERTON CREEK Concrete Multi-Girders 5 1126 1956 Routine N/A N/A 0 30.8 -T, � � �� 671 330 WILLOW CREEK Concrete Culvert 2 52 1987 Routine N/A N/A 0 120.0 Y � r At � ., �13 3 BEAVERT�NCREEK Prest. C onc. Slab 2 50 1969 Routine N/A N/A 0 31.9 v, * ..,,, .M, + j Y 671339 ROCK CREEK �P�rest. Conc. Slab ��3 101 1978 Routine N/A N/A 0 36.1 671341 ROCK CREEK Prest.Conc. Slab 1 40 1982 Routine N/A N/A 0 32.1 -� 'tl. N a•'� , r iwl st S +�""tu- rw �m ''L•"�� ;, ..fq:... t.,;,. ,� ii i ,�!'� � �'.s.�`'r z Y. r .."�1,. tt —� , �, ���,9�y Y� R'•r!Q �arN1,.r � o. ,{ ,� n` �r;:e��.r t„ •7 � Page 21 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appy. Length Year Ins ection T e Number Intersected Material Design No. Spans Width Built Routine Load Fracture Scour WASHINGTON _671343 ROCK CREEK Conc. Contin. Tee Beam 3 58 1950 Routine N/A N/A 0 37.0 .r �t r, L eta 24, r w.•.,. .:.+• ,j.... y V '. .rF pj .G :�.a�►�,� � .. T,+u. :r 7 i; z^• '.SiR•�}?•3 �t'tFt •v �a'5.� ���M ire e•i t ti .�.xit i?:j.� , ...i5 t, ... !� i. y �t � . .� i .1 1 .a, r fI-• 671349 JACKSON CREEK Timber Slab 1 27 1991 Routine N/A N/A 0 24.0 kill q 671353 MCKAY CREEK Prest. Conc. Slab 1 57 1983 Routine N/A N/A 0 28.0 671355 CEDAR MILL CREEK Prest. Conc. Slab 1 69 1987 Routine N/A N/A 0 92.0 671358 DAIR�YCR E�EK Timber Slab 3 76 1958 Routine N/A N/A 0 28.1 r . lye �Ayyy 671361 E FORK DAIRY CREEK Prest. Conc. Slab 1 78 1969 Routine N/A N/A 2 29.0 '� �� ,,� y3H:a',�y'«'i� r �•� (�$]y tl '����•� � �;.��'��.y ,tet �.6, .'J'64�E FORK DAIRY CREEK Timber Multi-Girders 4 69 1957 Routine N/A N/A 0 20.5 ,i# t;:}na {� x` �•"- .•a'r,. '�fj»'��1}?^`,. '.f.:4 ^ ..wA;ai yc� .1..1} ,�, ..y � �u� •Tt S 4. WIN M. '..,. 671367 DAIRY CREEK Timber Multi-Girders 3 68 1964 Routine T C C N/A N/A 0 24.5 t l�syk2 _ 4`'ytfa4. � `T f b ertu { 671371 EAST FORK DAIRY CREEK Timber Multi-Girders 1 31 1975 Routine L N/A N/A 0 17.3 CREEK. tSl�b eD •f- t.a..,..i ..'./ r t.'> z. r, / i WAAM rt' 'tri .a, t_ .a ..` U;,+yv� Page 22 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Mater I Design I No. Spans Width Built Routine Load FractureScour WASHINGTON 671374 WEST FORK DAIRY CREEK Timber Multi-Girders 4 66 1961 Routine N/A N/A 0 20.3 6 'C!?� �``� ".•� 'Y'i` £ �' t,.�,1ry"�4'7► �•`; rwx t :-u a - -t tom.77 4..jt5:.�1 y ., ARr�.�� •zit i ..r;Ft�.•'a orf i ><,;�?. F.:.,2 k} {, - a. .ik ,,s „F 1�...:.. ":1:; �r (1...., .! S b'� •.•rf. �^ rrt: r�<tj� i.u1.o RQ ,i! c,,^ � �r�r. .;.t ,1'-.,p+ �r.n>.,'. r. �,i.1x:i�k���(�k11.���•�.C�+ •��Y..,p3•y"'�?f� t 4 t".^ "�'f�rC'tdt r"'1Y'.y'e��.'S`xt�`u��, u w �w•y. �`.,_ , . 17WV� 1G' ..L'b.,wF ,2 ti ..H.afa�:k. a�. '/ fiaS`��.�'�i:�C ;ac��l7 it "4 :�[, � �c;zr� �.;� •.i 8 �.ar,....r.'..:....,.<_cs.".-... 671377 WHITCHER CREEK Timber Multi-Girders 1 25 1981 Ro�utine rL'+R`rayy�(( � .� l AIRx�(1pC��[{�,��1,_. +. { -;„,. .�,1�M'''`.1..� '.rJ�rQK�t r;iT _[ ,�tt li",�• 9.[l •�('��'�``4,�t',Y ��3,r R/��J{{�•�p��'� S}`f-ti u� `l��,i."r'1 •t,fit' .5�.;. Ia� �' „•<�ro �1.. i'.r i�.•}+��' '� �.r'i!(- r �(,) Ili:r �.. ,� `}�{, '��'�s S �...?�r�, ��;'70My Ail. R.: i f Vit.t� �rim., 671382 DAIRY CREEK TRIG Timber Multi-Girders 2 40 1982 Routine 5 N/A N/A 0 24.1 p �• . .riP.ft�•€aJl•,:}:� y r '••a-r,.�. {eM;" *v .u. { •+- r b.(,- r f •� .�fl 4 +tr e r �\f5_� i l. n , ,�; ''xN •�;fid`� 1', i 1.,,�Er "�..ti'� 671389 NEHALEM RIVER Conc. Contin. Tee Beam 3 101 1936 Routine N/A N/A 0 32.5 i :ti "' Z��^�.' •n''� `r:'. � ct�•i,^,'a; f ` ti" �," �y,: y:r�si t tl:, t .r e- •icy< �a,t.+s+' t Y�tit}"1y.#1 ; h 671391 NEHALEM RIVER Conc. Contin. Tee Beam 3 101 1948 Routine Scour N/A N/A 0 27.5 �Routine' 671394 NEHALEM RIVERSteel Multi-Girders 1 77 1979 Timber Multi-Girders 2 24.1 a ��, t.':`�+T Yr�j���4'� , '�`^ �+� t`#�P*� • ��...��j�, .1�f•;r' :YJ: •n• jrl �'�,^ ��,. �M'�;`i �.i}'`W1'L�7Lr'°.r�C•t.:•� +•� � �ZI��� •�i.. .�l.d -J+ Q, L 4 k�`�� �r� w.r A, t..�t�-.' �� -:r`I,,, .,�1401 SCOGGINS CREEK Prest. Conc. Multi-Girders 3• 226 1974 Routine r. N/A N/A 0 32.0 P=• �ct�F,x.s.. �' •...,:ti, v - as •c•A ,,/��. day,. �, _ ow. .w�'+u ^l. J� � +TF•�.3.� �.> �� •(]• ,r..� "T-�„�Sjri 7 '1 '' 4 tl'rtt 1S�xiL. y 671403 03 SCOG GIN S SLOUGH Co ncre to Tee Bea m 1 40 1924 Routine �671405�GAWSTON N/A N/A 0 28.4 � i _ �' t,��SLOUGH Timber Multi-Girders 3 57 1934 Routine N/A N/A 0 27.3 �' �� � ,�"`�.V � l �4/ {yl.;Z �j (��. Q i.{ :'k•. lh"'�::`k �..1" -ft � k`r' "`l` S.'' '. P Z z.: -f•a w r. ..} ni f t R'�v� of � :`(� �*��+Y V. •v 4k. •.;rr ��r�f7.;ii�l 4iti +rYl�.�€. ?� 3���S^i'��`' Page 23 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appy, Length I Year Inspection Type Number Intersected Material Design I No. Spans Width Built Routine Load Fracture Scour WASHINGTON 671407 TUALATIN RIVER Concrete Tee Beam 3 120 1921 Routine Concrete Tee Beam 0 22.8 $.T�RMAN ROAD .: Prest, Co Routine�,} ar�wr:t.. '.. 1";_, +y.:• yt v t d1.i� i 1Rr''^S" . ipF;•' r'2 4tir.""q Q //►► r i tYe l f$+-0 e s}. '� ' i'i't:..:ts�Si:.r:.iui;: '� v ir• ,. F..7:4 .N k'.,,i'�tY►J,iI r .'..s.�,..L .clzl:. .�.1 t- i.a......,......a�..._...... ......_._. 671409 CEDAR MILL CREEK Priest. Conc. Slab 1 39 1977 Routine N/A N/A 0 52.2 Colc,�� �' i JY 2 X21 ;[ « Qyia� �+K+.� ��3.°3 671418 TUALATIN RIVER Steel Multi-Girders 1 475 1961 Routine N/A Multi-Girders 15 34.6 r � "Nit 62,0 at{Une 'Y+'1 ,.; `Tl� 7 ii` oc:.�Z.Sd2 0 -- _ __ 'fir s9n'b' 'F1 n: .Gni' bL:m�cz�..r.:.cwr, ;.x.v.`SYLi..:wG.Lr'..• 671421 FANNO CREEK Priest. Conc. Channel Beams 3 51 1958 Routine N/A N/A 0 34.0 &+peg' �4'°` 671425 BRUNSWICK CREEK Prest. Conc. Slab 1 50 1997 Routine N/A N/A 0 16.0 .102 immik Page 24 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure n/Approachi-main/Approach MaIn/Appr.jLength j Year Ins pection Type Number Intersected �Material Design No. Spans] Width Built Routine Load Fracture Scour ructure Feature 2r YAMHILL ;'S 11 Nt 01496A LAMBERT SLOUGH Conc. Continu. Box Beam 3 632 1956 Routine Prest. Conc. Multi-Girder 5 31.0 y n2557 N 'P9 -Al' km!"gwimw� , ."i OW9. q lgjoag te��eaaMUIU IN L �LtCbncre YAMHILL RIVER Steel Thru Truss 1 257 1960 Routine Scour Concrete Tee Beam 4 43.3 Scour. 11493A YAMHILL RIVER Steel Multi-Girder 1 378 1972 Routine Conc. Continu. Tee Beam 5 30.0 RJ' eti� mUI a ft, , R V, 'PI ,X; 12 BAKER CREEK 11503 WmIm N Timber Multi-Girder 1 40 1964 Routine N/A- N/A 0 16.0 K, r A 6;qa 11512 24'0",� SMALLSTREAM Prest. Conc, Slab 1 3*2 1985 Routine N/A N/A 0 29.8 'I 'tip. A�X_r 11518 TURNER CREEK Timber Multi-Girder 2 35 1924 Routine N/A N/A 0 20.2 0162 T i-Y Hl" 01) RIVER 'a 11524 TURNER CREEK Concrete Channel Beam 2 46 1924 Routine N/A N/A 0 22.6 tw=`,2 4 k "' ", 11526 NORTH YAMHILL RIVER Timber Multi-Girder 5 159 19�.7 Routine N/A N/A 0 16.2 tW RIV reS . 9 0 LA, W;�. I It�r 11538 NORTH YAMHILL RIVER Steel Multi-Gir'der 3 121 1952 Routine N/A N/A 0 21.7 Page 25 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach I Main/Appy. Length Year Inspection Type Number Intersected Material Desi n No. Spans Width Built Routine Load Fracture Scour YAMHILL ;. x T Ro' ��eeMBeaO BAKER CREWK C c / 1lisy 7+i.S` r� �'r .. ..�Yc.�•C i.L.�.•�� f 11541 BERRY CREEK Prest. Conc. Slab 1 31 1963 Routine N/A N/A 0 29.8 CREEK• Presto<CQiic t r S�llaeb w �: 1 28 196�j�, F�Quttna. .;it .: r ..si `�i...;.� � '.�.:::�._ j �r t • ��."......: . Q .._...x.20 80 547 WILLAMINA RIVER Timber W Multi-Girder 1 53 1986 Routine N/A N/A 0 18.2 , �la •1r10 ; RoutiPe, {,,, `, �•, ,b•,._. Nri �' f � r,!.�`J'_%th_ � ._.....1.__ _ I,.'. .."' 6'r tai• t�a+'.:_::2e .s O`i •�'d.�aj'') L t w, .a..i.._..rY.......1...�.._..,u�+e '•- _-:.aa.W. r ._•4 tr..... 11552 HASKINS CREEK Prest. Conc. Slab �1 32 1959 Routine ..... - N/A N/A 0 20.8 �/ER ,,' , Colicrtr�ti�u t� ;Rea�? 2 418" �>9, ouUfle' Load o 4e 5 w 44 , 11567 N YAMHILL RIVER Steel Multi-Girder 1 157 1989 Routine N/A N/A 0 18.0 1 � RT��:J�:. '4 s ., .u:_..r.. {Ri. 4�e ���nTd,Ng, ,M�A'��1P + 3 w•.S���Vf1 Y6J!.3'�K Rougne 11605 J PANTHER CREEK Timber Multi-Girder 3__­ 47 1957 Routine Or N/A pm �0] 15.5 �,.n�r ea !.t.�l y) ,l_V r3 rr`{,+ftc!•f3 lr0i�'J. S� � ~u411Y tri^1 -t ':• � .,RZ ,r_ � ._c�. ,gyp) a '�✓ .+ �tir l�, ++1 .' ,� :1.,,�r? �„/r'`��/A,�tlri+'� iAL'..%.F, ,'�."• r]. 4 a. _L.`�,._...• '- i c�6Ya!LL'S k 518 PANTHER CREEK Prest. Conc. Slab 3 58 1957 Routine N/A N/A 0 31.9 :slr T�•:i':•ti 1 :I,'. 1.',�ly.��'';, r.l. �r.....1 .r• .•'r � w �,v _:u:'' .yl r•;�'l- +. k•: ry,. :1S �St fl ry!^zK,',�,r..F�v p f�b4 f# �F' 7�` $ '6 t 27 Sr.• �,R � : t , r,. l r a r x r • i�S*'' �1 HW r ��rtty ; s > ' t x� �..•t 61rT�� �Q aU: -�v�rr hit :ti tk 2;s"�,k� i k•y •,�yfr, r: WE '•+,: t r `:, ^`!.' '+4 �t?i e �,� �<J tii tC. f iia t4. , �..,. 1.r Y + 'i...Jl '"`i. 11630 SALT CREEK Prest. Conc. Slab 1 64 1959 Routine N/{[A] N/A 00 32.0 y ffffi. �,.,Rr, ST f�YgQ` -'7. '$• � e,.6't.F��R t M`' Q1. p .` _ � "..tea�.,' � +��;Zy�s.r+y��?i� e` t. �, � •}*�'+rq F �S'` .T:"'�'�-� y Yj A n P p��y�, "'�s, �;rr4 �.1; ' �•�;{� 11633 DEER CREEK Prest. Conc. Slab 1 67 1995 Routine N/A N/A 0 24.3 �r - r �!• p i!{' �-�7`�p'. b '♦�; "•iar ..� .. ...�a' a r ^,�7 t: �♦ l n T�. 1 efz,,k"y� .�. 1� I:v � s� Q. Url�°N'� a r.�.; � 1� .� 1«x^t:�^?�r•.,�„'b1:�w i ��;�•.;'� a' w..' f'� jl a���"��• "iz� a''u^' r F`L{a C r� d'�' 11639F PALMER CREEK Prest. Conc. Slab 4 71 1979 Routine Load N/A N/A 0 24.0 Page 26 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design I No. S ans Width I Built Routine Load Fracture Scour YAWILL .�eL'F!r$:"r.•-.re7.:,t�y.1.o4r�[us, tdr,.:1J�y",,,-.f�� .. ... a..__I .+,......ti.*.C'sto:1Z..'g T� �rv,„...>l.r�•icfe i ✓+r ,y.',I.��.7 t} '.u.if..L.?:'i.<'Q.Lf?yi[Yf`,:5�t.'• /V0�3 L1 7S � AIrv, a[ KLIE” IE.A.r" 4 1_1641 !v'S'`;4.1".',6'?}`CK-�"a�4�,'=:a«�,1'k;��'r:'j.s�!L}t'.t7..;,:i,.,,trt,•4.t'�f«aY, " ..��1..r,_uy.�?y.t 1 1a PANTHER CREEK Conc. Continu. Tee Beam 3 121 1980 Routine \�Fp N/A N/A 0 30.6 *F1Ov "'f to :S_.`.fl , •�4a r'. ,r4f'�yr,. C:, �m- ...�•:i i "'!,j,. ¢.. I,, r. ;'S`r.: �ti1 �,,,,`,q>. � G .gp :iii' .r-.u, }� :..'! �Y,X�"t'."' L -�. :•' :I' ", :I, tn?u: [+M• �* � r��� t�''y A `AR�VIA, :ltk' G. 1.. rt QNn, lf�ktt� v; y �yL.Lu. ..'1. - - - .- i`�'.s�si`a..Ln �*__�''3��'�ri:"�.l..u.:.tat.:�...�►.:.e....:...a:k..�.:::hk 650 BRYAN CREEK LLtr Prest. Conc. Slab 1 37 ' 1977 Routine Load Iy FK N/A 0 26.7 i.es 1d 'F' ��q•� ROu,,tI��e'��,.1.'fi'� ,1+ �r [,�tJ!, v _!i�^ q. r� fa.:? 5`:P� .,. ., .. - 11677 CHEHALEM CREEK Timber Multi-Girder 1 27 1958 Routine N/A N/A 0 20.2 AGENC ,C, EEK. „ P eGQ ..r '' �� .• r.. s.y �.I...� : . �, � ,;z., 51 .19Jj•R u yQ rz.s;Lgad { ;. a{�„fir3i� .�7T� yr t 1 i {{ I e.i.t� �;3't�'e P X15 J ! , 0 f r,ri ^ "Y � Syrjrfy'�--%`/7vie :fl.r_ i t S ♦� 1-....Ji.ii�Z...e,....,.._...lace.�....r_.".._.a.�.,:..n...I:?.iat ! .r � �.e,•y.:�:Y�.aisl:•.l,'• IJ r '.14�L[t.n�r[1i.�.• ..1.:.lr}...x.:1,��.•.:.._....... .1.. .......I.....}r...._r_�..i.� 11713F ACOZINE CREEK Concrete Channel Beam 1 24 1957 Routine N/A N/A 0 22.4 ' 1..'4'',7,.1 4,,,.;d-•'; hEat`,�} , E�Far iC._1sfwr.t�.';,t...'.•......,_.u�!v�k>.�7e-•r..Lm.L.Pa res�:it,` .,�@x! ,aaf�':^r+'StM�w4,�1:1t:j_1-G1f- , „..�:':,� /r'!�.�,.11n!3 ?j.,A.1d� C9,fE,EI,7 �•'t(rR«.Q.i,t,i�. [.S- er NIA: eC , _...�s:�...aa..u.tc-.�..:.r�l..aL.���3.t.� %l.:u.YE •::ti.: "•^.�....-�.�...:.�...tlt.-._r,. -., . ....___.. 11720 SMALLSTREAM Prest. Conc. Slab 1 24 1989 Routine N/A N/A 0 31.9 at V , EPp ttnR a.�i.iK;. �i�!� y �'•� �y. Y27�b�14� �^+`[A���"- �1 ���. �`�t:sl#at S} 1'*�L���'1. ��x-o��:�'{iy� ;f,a14, r 'f., -, ,.i .. � .. d (� ".3��ud�F . G'J�.rti� •` 1"'.,r'YGYe 1�:1Y i>:.-Lj.t.k4'.-... .m.S..`_LLa°''� � aiwdsY>S'i0.,+ S •.i3' i:;....s. ..'.e',..'S,.,..,i:i..i.rZZ.._•F_.sr: 7.1 .uYY` t -11727 MUDDY CREEK Prest. Conc, Slab 1 27 1989 Routine N/A N/A 0 28.0 U EN Pre C "� �; 1st, a�i�� ,{ 4". fi��.lab ; 1 26 ._�_l�{x{ t Rou t � y i t, . >�� �N�,,,y '- L „.=2,.r.,e.-”t..tCitis%ai..l:i�..ikr..;.:;�.......,.a_idJ .. .�.:�?49.. ...4� '��l.Lt'u 11735 DUPEE CREEK Prest. Conc. Slab 1 25 1963 Routine Load +N/A cN/A 0 31.8 ( l }/.'��I! � 4•.Lr it"l a•.� v "rYi� �'!{,}p�?. Ly. �,� ' ;Vl�{y� ,T.••Zt'' ,� i �'4 A ,.F�� rV5m_ ^�riA Yli R/�(uNn{(�;'���ft '};[� r:• ., f _.N A p•v '' �1t� +i Wt n ,•r ,7� 1'.iC'F t ...r � r �.`l �tj6'f �1 Y t8 11744F WILLAMINA RIVER Prest. Conc. Slab 4 99 1965 Routine N/A N/A 0 210 r� t E .>GR E�J : t r t.P� St;�a : jt.,�rSlab�;�,.. .,1 t _ 27 �' ..Routi e t ')fir•. .,�- �_r} r� A t5.,-:...�..�H � ,• �i:' rf t.,•':r t 4 Ir � � :. . ; 11751 BAKER CREEK Prest. Conc. Slab 1 .r. 36 1985 Routine N/A N/A 0 21.0 Page 27 Oregon Department of Transportation Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design No. Spans Width Built Routine Load Fracture Scour 4k�fS'+(�Z• 2��y°�Jr ` E4• i n; ,'�rit S•�; S'v,R(PPJ. r. dr -a.•;.t$.p!g �r'.•fi�•.'"l{"{(7yjT�(t7�Y�-u.T .Y. �AMww.Ht�, IrL.tr.tL rt: .f�r,4,trYfr>i+'1.Jr'•..:y�.i•"�,r• {�R7L)Yf jyir^I�,r r M dttRT91 Pvb lg . �F:+s4,`•,ai- r ex< ,,'.�c�t f�j!'�+�.7,'+.,C.<..Mtr�,y{ 1•Yy'''f. '�' i<-wiA?.�. tl."3 11755F WILLAMINA RIVER Prest. Conc. Box Beam 1 28 1950 Routine N/A N/A 3 31.9 'qt�fCC�Q Y,�, (� A1'� C�( 7 `•! •ti Y� us'pr syri!'! .R} 'OnCi tr VIN i .5 t lis 2�)J-ttvri. Y• 9 '''� ycq.Tf. ; �+ = •rrX` t,+�<r r .:.1-� rµa.; 'r4h " �.,S,x .n >t�?M,,, ,Sf', •','� L��; ra' , r Y-. t , <:f 1 �1}': Mrr"r •''1,r's.':al]a`Ywi � .._,u+.;i 1• w:.<s` A?;"; Ti�k.4x'ryY. k+ t }.a •,.:'.3.; .r a{ .7'itiIt ti s {.! S_ .ta:.+. ..�.,....�.`� _..L�'.rF 1767F CHEHALEM CREEK Prest. Conc. Slab 3 130 1960 Routine Load Scour - N/A N/A 0 23.7 Uv1E,�R` K; t: Rr "4+1 (^Y�Q�� ;t` Slab 71,. '~{" � ; -195e oy n • :y' �.��, frjl+�•✓+ j_ '+i t t�. "I"`'^iq'�r,y'. .ijrt�`' ` �, )_ f�Y' •,`�'.. '#�1 �+ 4.r�Ki:, ,' ���� ���,sss:ie.i'�ci.. '�.I �.ri-,.:'..�.. _.___ S I d�t '} y�.k.:y ra.:l W k d�/r_�.�>v 6 . �Ss II]]�ir�•. �r.'.-a, ,,rr,,__.. "f. v:en t ,• s �r.. � y.�a�..::.. ..w.....1'...:a•6'�LL�'i�16 `Y• - � .w_.L freb terns' •a.•a�Lal >�.�..-t._• •ti,f.'..•..l.r'G:wL..a_."..a-:.......aa...._.._.-.. .,_L"� 11773 PALMER CREEK Prest. Conc. Slab 3 64 1982 Routine N/A N/A 0 20.9 jj1.77,,4C 11�1ILLAMIN ,,RIVER >'T� u Truss 1 Y,.• y [.. i .,t9QQ248, ,o yne �i>1 t / r 0 I 3 a ..:- 1...4..a..rs•.�:.. c.. .....J�)�„3i- 4. J,.. _ ..:�.,s.•a_.......,_, '�..._r �r rG.+. xs.. i..-:r -,�,.:5.11s..�...►....... __....•.u.l_.... w:..�..i�1� 11780A YAMHILL RIVER Conc. Continu. Box Beam 43 704 1964 Routine Scour Concrete Multi-Girder 15 28.8 kg8p3'jy; M,OSQUI :Q CREEK R�@st' Go�1Cr . r `' '}�$laq 3 139 x196 ; Routine Scour `'(•;%19lr� 7"` 1����d �'HJ Ty�1.1' - y 5 1 ^h (� 1�� � S �r 32 0a. 11787F MOSQUITO CREEK Concrete Channel Beam 4 77 1961 Routine N/A N/A 0 20.7 5 � SMALL GEK Past Gonc Slab j r 1 37, ::;j r gta1 » Routine � T�i,'...Jr� •..,` e 5. .."_ ...... ,_....r�t( 3(,� 41.�i,_'�i"�4<� ILtL.�a7...:..: T �i��A.r1r. t.Krxr... a.. .,.., .. "1793 SMALL STREAM Concrete Slab 2 46 1958 Routine N/A N/A 0 22.5 7�'e+jj� ;'��� J r'r' Y. �➢ ,�,'' t t„t, Sr '[+1f L _�• 51 r_ _ 1'M 1`"ay.i'+'c rl :. C',U 4 'r .. - l��r�7+:.��a�,t:�'�,r.•G `..�.:�. ....x...tL" �• s.:y�.l.c.,.i.u...y_. �..1�:��..,,..v . t 71 11795A PALMER CREEK Prest. Conc. Multi-Girder 7 307 1960 Routine N/A N/A 0 28.9 PAL Rk I�: I Ptest.'Conc�' r'{b S�abt 1�} ;1sQ € S 7Routine ,j t F 4,56 r9�,J r�`.'-�����•�f y�,,� C l�1' r9 3 YA1 t,_fNEI' L :.:F.L•Sf.....r:rr.......��..__...,..... _ .__ _.. 11797F BERRY CREEK Prest. Conc. Slab 1 27 1964 Routine N/A N/A 0 24.0 ,H W.M. K PrO stC otbng Load t 7 i` ''R t;� th'ir„'F N t it.�' �..2�..X11'•l' art; J. � yS y.�g.,. 1 ,,t '4. Rq?,i 5t '! .....i.-:�.'s�if�L...•::L-cl iSL`• Y' � •Li.f•1a!1.1..t_a....irl.•._...nl., �.� 11802F BAKER CREEK Prest. Conc. Slab 1 32 1965 Routine N/A N/A 0 18.1 Page 28 Oregon Department of Transportation f Bridge Engineering Section Local Agency Bridge Inspection Area 9801 Structure Feature Main/Approach Main/Approach Main/Appr. Length Year Inspection Type Number Intersected Material Design I No. Spansl SpansWidth Built Routine Load Fracture Scour YAMHILL .'i nVt� r ;{ �,wC'►IN�VW ^Y�.1.' �t •( •A 9..Lt♦ �..,." fir_ <. �'( ;,. c. -y,, `i_.' t. i sti? art' r>, ',1 4yr,r•wf,...`!� -.�,�,t. :�, �.�o 4ne.,. r 11811 SMALL STREAM Prest. Conc. Slab 1 31 1969 Routine t ., N/A N/A 0 23.8 •'� ;.- Tlr,,3,,-!.t �,7",. �� �,°.' Y.�1Ci�, �Y�4�v�r_y,�i.C.4K� kyaLz51 �4a 7'�'��yr;?y �!'1 •n.,�iVRf+u e'rr.'i-#rr -a' Y"}i�'dt se +. ,1. M1x� :,� [.i 'r �t rtr., +�� n,r .s 1 •.�� t� Jt .f�,r 4 ,r;., .� dr, ,ti ,, ��#s�,,�� s t� 1' t ,•r ,,815 MILL CREEKt �_ �� ..__.: _:•, .::: Prest. Conc. 6 1 95 1985 Routine Scour r,. a N/A N/A 0 32.3 �• � �d� ��r,�} p"a- :..-� --y, �� J!. .7 •r'r rr .SM 741E '�� J�:i "t tr v .� �"• � � r,`SCI\�y�',LYh tt..[ ti.ttl 11822 a «/ DEER CREEK Steel Multi-Girder 1 32 1962 Routine N/A N/A 0 20.1 1t 11825 PALMERC, REEK � rwers,tr.y�A�-•`wr,:t� •:V> 1+1�.� `,�bf.. �t y t e r` �f- .� � ��'7f����.. �� �:���'�,v f��t.���ws�•k.t;.�►tr{it���ir.`Zl,"�R�zf(n'l.tr�;-',��`�'".vy�!�t•�1ati�o+�,rtitt r,- -�.^ ��?.. Conc. Slab ,5 95 1975 ' Routine - N/A N/A 0 31.8 M Y`,"� rw;ti r `�?> 1 111 11827A DUPEE CREEK Prest. Conc. Slab 1 30 1964 Routine N/A N/A 0 32.1 >yyp,{yp mu� � S - } 5 !11-1 ��b?1841 DEER CREEK z�` Conc. Continu. Tee Beam 3 104 1922 Routine N/A N/A 0 22.8 QQr. �'r'�• � r �� ", ,- r 'F"1•�! �� •. "R', 7R- YR ? _ ?� �it.,,. ,� � t, t ;vrF*,-.' rr{s� rf�f Y..: .Y,. � � .�� �. .ri! .�.;� IF , �•�3yFf 4 ek �A31. t�'t...:�, '� - �:� � t� 5.�,- rt �•?,� lT�R :Y" -.cR Y.�•ei•75? ...�ti C f.. c4-t. y?+1;� c w,w�. li 11845 DEER CREEK Prest. Conc. Slab 2 � 57 1965 Routine t_ N/A N/A 0 20.9 �` 'f���,P�,�L ' rS:'G'�F' �` ��L�Yr '' nn�j � �r�A�tf :� qM �:d•'r,� �t , �,�,y��� q.,,, ,f� .,: i ,�., o r � ,,� kS, r r �.r s� ��'j :5,�.�n �t '� ..� � .f � ,�;rr `.�..r7• A• y ��� �t�Tr� k:3,.1.��aS L. H�;•r � 1.�•, :tides_:iFi:t,,.`_..:sv����.l�il,fm...1. ...:..n.�l.N.�tt'- .Y; r•�.�.. .�0 i "�, �. ;t<�,�y `fy� � � .y .� �;� •� 11882 SMALL STREAM N/A N/A Routine r 0 20.0 Eli$$ "' /l te•'J i''•t t r. i u� �� :<: _ ' < < a . . ��_.__�. .�� � �,Conc z, ,`$Lb �"r.•,,� s247`' *r ' � t ! f 71CO3 SMALL STREAM Prest. Conc. Slab 1 27 1952 Routine-;�. N/A N/A 0 20.1 Page 29 EX MIT B INSURANCE During the term of this Contract Conuactor shaltmaintain in,force at its own expense,eachiinsurance noted below: (Department must check boxes for#2,#3,&#4 as to whether insurance:is required or not.) 1. ®Required by Department of contractors with one or more workers,as defined by ORS 656:027. Workers' Compensation.insurance in compliance-with ORS 656:017, which requires subject'employers to provide Oregon workers' compensation coverage for all their subject workers. 2. ® :Required by Department ❑ Not,required by Department Professional Liability insurance with a combined single limit, or the equivalent, of not less than ❑ $200,000, ❑ $500,000, © $1,000,000,or❑ $2,000,000 each claim,incident or occurrence This is to cover damages caused by error,omission or negligent acts related to the professional services to be provided under,this Contract 3. ® Required by Department ❑ Not required by Department. General Liability .insurance with a combined single limit, or the equivalent, of not less than 13 $200,000, 13 $500,000, m $1,000,000,or❑ $2,000,000 each occurrence for Bodily Injury and Property Damage. It shall include contractual Lability coverage for the indemnity provided under this Contract.' It shall provide that the State of Oregon,The Transportation Commission and its members, and the Department 6f Transportation, its officers and employees are Additional Insureds but only with respect to the Contractor's services to be provided under this Contract 4. ® Required+by Department ❑ Not required by Department Automobile -Liability insurance with a combined single limit, or the equivalent, of not less than ❑ Oregon Financial Responsibility Law (ORS 806.060), ❑ $200,000, Q $500,000,or M $1,000,000 each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. It shall provide that the State of Oregon, The Transportation Commission and its members,and the Department of Transportation,its officers and employees are Additional Insureds but only with respect to the Contractoes services to be provided under this Contract. 5. Notice of cancellation or change. There shall be no cancellation,material change,reduction of limits or intent not to renew the insurance coverage(s)without 30 days prior written notice•from the.Contractor or its insurer(s)to Department of Transportation(Department). 6. Certificates of insurance. As evidence of the insurance coverages required by this Contract, the.Contractor shall,fiunish acceptable insurance certificates to Department of Transportation(Department)prior to commencing the work. The certificate will specify "The State of Oregon, The Transportation Commission and its,members, and the Department of Transportation, its officers and employees" as Additional Insureds.It need not reference's specific contract name or number.Insuring companies or entities are subject to State acceptance. If requested,complete copies of insurance policies,trust agreements,etc.shall be provided to the State. The Contractor shall be financially responsible for all pertinent deductibles,self-insured retentions and/or self-insurance. f:\hwym07n\16182\16182.doc EXIBBIT C CERTIFICATION STATEMENT FOR INDEPENDENT CONTRACTOR (This does not apply if Contractor is is corporation(incl.LLC.),but does apply if Contractor'is a professional corporation or any other business entity.) A. CONTRACTOR IS INDEPENDENT CONTRACTOR Contractor certifies he/she meets the following standards: 1. I am registered under ORS chapter 701 to provide labor or services for which such registration is required. 2. I have filed federal and state income tax returns in the name of my business or a business Schedule C as part of the personal income.taz,retum;for the:previous y ea or expect to file federal and state income tax,retu ns,for tabor orservices performed as an-independent contractor in the previous year. 3. I will fumish the tools or equipment necessary for theconuacted labor or services. 4. I have the authority to hire and fire employees who perforin the labor or services. 5. I represent to the public that'the labor or services are to be provided by my independently established business as four(4)or more fithe following circumstances exist (Please checkifour or more of the following:). A. The labor or services are primarily carried.out at a.location that,is separate,from my residence or is primarily carried out in a specific portion of m residence,which is set aside as the location of thebusiness. _ B. Commercial advertising or business cards are.purchased for the business,or.I have a trade association membership; . _ C. Telephone:listing is used forthe business that is separate from thepasonal resideircc listing. D. Labor or services are pedomted only pursuant to written contracts. _ E. Labor or services are performed for two or more different persons within a period of one year. F. I assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds,warrand errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor Signature Date (Department completes B below when Contractor,completes Section A above.) IL DEPARTMENT APPROVAL ORS. 670.600. Independent Contractor standards. As used in various provisions of ORS chapters 316,656,657 and 70,19 and'individual or business entity that performs labor or services for remuneration shall be considered to perform the labor or services as an "independent contractor""if'the standards of this section are-meta State department certifies the contracted work meets t the following standards: 1. The Contractor is fret from direction and control,over the means and manner of providing the labor or services,subject only wthe specifications of the idesired results. 2. The Contractor is.responsible for obtaining all assumed'business registrations or professional occupation licenses required by state.law or local ordinances. 3. 'Ile Contractor furnishes the tools or equipment necessary for the+contracxed,laboror services. 4: The Contractor has the authority to1ire and fire.employees to.perform tholabor.or services. 5. Payment to the Contractor is made upon completion of the performance oris made on the basis of aperiodic retainer. Department Signature Date (Depattment's.cettification is solely for the!State's,benefit and internal use.) f:\hwym07n\16182\16182.doc EXHIBIT D CONTRACTOR CERTIFICATION Contractor certifies by signing this contract that Contractor has not: (a) Employed or retained for a commission, percentage, brokerage, contingency fee or other consideration, any firm or person(other than a bona fide.employee working solely for me or the above consultant)to solicit or secure this contract, (b) agreed, as.an express or implied condition'for obtaining this contract, to employ or retain the services of any firm or person in connection withcarrying.out the contract,or (c) paid or agreed to pay,to any firm,organization or person(other than a bona fide employee working solely for me or the above consultant), any fee, contribution, donation or consideration of any kind for or in connection with, procuring or carrying out the contract,except as here expressly stated(if any): Contractor further acknowledges that this certificate is to be furnished to the Federal Highway Administration, and is subject to applicable State and Federal laws,both criminal and civil. DEPARTMENT OFFICIAL CERTIFICATION(Department) Department official likewise certifies by signing this contract that Contractor or his/her representative has not been required directly or indirectly as an expression of implied condition in connection with obtaining or carrying out this contract to: (a) Employ,retain or agree to employ or retain,any firm or person or, (b) pay or agree to pay, to any firm, person or organization, any fee, contribution, donation or consideration of any kind except as here expressly stated(if any): Department official further acknowledges this certificate is to be furnished to the Federal Highway Administration,and is subject to applicable State and Federal laws,both criminal and civil. EXHIBIT E Federal Provisions Oregon Department of Transportation I. CERTIFICATION OF NONINVOLVEMENT IN ANY DEBARMENT AND SUSPENSION Contractor certifies by signing this contract that to the best of its knowledge and belief,it and its principals: 1. Are not presently debarred, suspended, proposed for local)with commission of any of the offenses enumerated in debarment, declared ineligible or voluntarily excluded paragraph(1)(b)of this certification;and from covered transactions by any Federal department or department; 4. Have not within a three-year period preceding this application/proposal had one or more public transactions 2. Have.not within a three-year period preceding this proposal (federal,state or local)terminated for cause or default. been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in -Where.the Contractor is unable to certify to any of the statements in connection with obtaining, attempting to obtain or this certification, such prospective participant shall attach an performing a public(federal, state or local) transaction or explanation to this:proposal. contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement,. List.exceptions. For each exception noted, :indicate to whom the theft, forgery, bribery falsification or .destruction of exception applies, initiating department, and dates of action. If records, making false statements or receiving stolen additional space is required, attach another page with the following property; heading: Certification Exceptions continued,Contract Insert. 3. Are not presently indicted for or,otherwise criminally or civilly charged by a governmental entity,(federal,state or f: hwym07n\16182116182.doc EXCEPTIONS: without..,edification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. Exceptions will not necessarily result in denial of award, but will be considered in determining Contractor responsibility. Providing 8. A participant in a covered transaction may rely upon a false information may result in criminal prosecution or certification of a prospective participant in a lower tier administrative sanctions. covered transaction that it is not debarred, suspended, ineligible or voluntarily excluded .from the covered The Contractor is advised that by signing this contract, the transaction, unless it knows that,the certification is Contractor is deemed to have signed this certification. erroneous.. A participant may decde the method and frequency, by which it determines the eligibility of its II. INSTRUCTIONS FOR CERTIFICATION REGARDING principals. Each participant may, but is not required to, DEBARMENT,. SUSPENSION, AND OTHER check the Nonprocurement List.published by the U. S. RESPONSIBILITY MATTERS PRIMARY COVERED General Services Administration. TRANSACTIONS 9. Nothing contained in the foregoing shall be construed to 1. By signing this contract, the Contractor is providing the required establishmenroUa system of records to render in certification set out below. good faith the certification required by this clause. The knowledge and information of a participant is not required 2. The inability to provide the.certification required below to exceed that which is normally possessed by a prudent will not necessarily result in denial of participation in this person in the ordinary course of business dealings. covered transaction. The Contractor shall explain why he or she cannot provide the certification set out below. 10. Except for transactions authorized under paragraph.6 of This explanation will be considered in connection with these instructions, if a participant in a covered transaction the Oregon Department of Transportation determination knowingly enters into a lower tier covered transaction with to enter, into this transaction. Failure to furnish an a person who is suspended, :debarred, ineligible or explanation shall disqualify such person from voluntarily.excluded from participation in.this transaction, participation in this transaction. in addition to other remedies available to the Federal Government or Department,Department may terminate this 3. The certification in this clause is a material representation transaction for cause or default. of fact upon which reliance was placed when Department detennined to enter into this transaction. If it is later III. ADDENDUM TO FORM FHWA-1273, REQUIRED determined that the Contractor knowingly rendered an CONTRACT PROVISIONS erroneous certification, in addition to other remedies available to the Federal Government or Department may This certification applies to subcontractors, material suppliers, terminate this transaction for cause of default. vendors,and other lower tier participants. 4. The Contractor shall provide immediate written notice to Appendix B of 49 CFR Part 29- Department.to whom this proposal is submitted if at any time .the. Contractor leams that its certification was Appendix B—Certification Regarding Debarment, Suspension, erroneous when submitted or has become erroneous by Ineligibility, and Voluntary Exclusion—Lower Tier Covered reason of changed circumstances. Transactions S. The terms "covered transaction", "debarred", Instructions for Certification "suspended", "ineligible", "lower tier . covered _ transaction", "participant", "person", "primary covered 1. By signing and submitting this contract, the prospective transaction", "principal", and "voluntarily excluded", as lower'tier,participant is providing the certification set out used in this clause, have the'meanings set.out in the below. Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact 2. The certification in this clause is a material representation Department's Contracts Section (Tel. (503)986-2710).to of fact upon which reliance was placed when this which this proposal is being submitted for assistance in transaction was entered.into: If it is later determined that obtaining a copy of those regulations. the prospective:lower tier participant knowingly rendered an erroneous certification, in addition to other remedies 6. The Contractor agrees bysubmitting this proposal,that, available;to the.Federal Government'or.department with should the proposed covered transaction be entered.into, ' .which'this transaction'originated may pursue available it shall not knowingly enter into any lower tier covered remedies,:including suspension and/or debarment. transactions with a person who is deb_arredi suspended, declared .ineligible or voluntarily excluded -from 3. The prospective lower -tier participant shall provide participation `in this covered transaction,. unless 'immediate written' notice to the person. to which, this authorized.by department enteringinto this transaction: contract is submitted if at,any time the prospective lower tier participant learns that its certification was erroneous 7. The Contractor further agrees by submitting this proposal when submitted or hasbecome`:erroneous 'by reason of that it will include the Addendum to Form FHWA-1273 changed circumstances. titled, "Appendix B--Certification Regarding Debarment, Suspension, Ineligibility and Voluntary 4. The'terms ''covered transaction ".debarred", "suspended", Exclusion—Lower Tier Covered Transactions", provided "ineligible", "lower tier covered transaction", "participant", by Department entering into this covered transaction "person", "primary covered transaction", "principal", f:lhwym07n\16182\16182.doc "proposal", and."voluntarily e., red", as used in this ceru...;ation, such prospective participant shall attach clause,have the meanings set out in the Definitions and an explanation to this proposal. Coverage sections of rules implementing Executive Order 12549. You may contact the.person to which this IV. EMPLOYMENT proposal is submitted for assistance in obtaining a copy of those regulations. I. Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee 5. The prospective lower tier participant agrees by working solely for Contractor, to solicit or secure this submitting.this contract that,should the proposed covered contract and that he.has not paid or agreed to pay any transaction be entered into, it shallnotknowingly enter company or person, other than ,a :bona fide employee into any lower tier covered transaction with a person who working•solely for Contractors, any fee, commission, is debarred,suspended,declared ineligible or voluntarily percentage, brokerage fee, gifts or any-other consideration excluded from.participation.in this covered transaction, contingent upon or resulting from the award or making of unless authorized by Department with which this this contract. For breach or violation of,this warrant, transaction originated. Department shall have the,right to annul this contract without, liability or'in its discretion to deduct from the 6. The prospective lower tier:participant further agree by contract price or consideration or otherwise recover, the submitting this contract that it.will include this clause full amount of such fee,commission,percentage,brokerage titled, "Certification Regarding Debarment, Suspension, fee,gift or contingent fee. Ineligibility and Voluntary Exclusion—Lower Tier Covered Transaction",without modification, in all lower 2. Contractor,shall not engage, on a full or part-time basis or tier covered transactions.and in all solicitations for lower other basis, during the period of the contract, any tier covered transactions. 1. professional or technical personnel:who are or have been at any time during the period of this contract,in the employ of 7. A participant in a covered transaction may rely upon a Department, except regularly retired employees, without certification of a prospective.participant in a lower tier written consent of the public employer of such person. covered transaction that it is not debarred, suspended, ineligible or voluntarily excluded from the covered 3. Contractor agrees to perform consulting services with that transaction, unless it knows that the certification is standard of care,skill and,diligence normally provided by a erroneous. A participant may decide the method and professional in the performanceof such consulting services frequency by which it determines the eligibility of its on work similar to that hereunder. Department shall be principals. Each participant may, but is not required to, entitled to rely .on the accuracy, competence, and check the nonprocurement list. completeness of Contractors services. 8. Nothing contained in the foregoing shall be construed to V. NONDISCRIMINATION require establishment of a system of records to render in good faith the certification require by this clause. The During the performance of this contract, Contractor, for knowledge and information of a participant is not himself, his assignees and successors in interest, hereinafter required to exceed that which is normally possessed by a referred to as Contractor,agrees as follows: prudent person in the ordinary course of business dealings. 1. Compliance with Regulations. Contractor agrees to comply with Title VI of the-Civil Rights Act of 1964, and Section 9. Except for transactions authorized under paragraph 5 of 162(a) of the Federal-Aid Highway Act of'1973 and the these instructions,if a participant in a covered transaction Civil Rights Restoration Act of 1987. Contractor shall knowingly enters into a lower tier covered transaction comply with the regulations, of the Department of with a person who is suspended, debarred, ineligible or Transportation relative to nondiscrimination in Federally voluntarily excluded from participation in this assisted programs of the Department of Transportation, transaction, in addition to other remedies available to the Title 49,Code of Federal Regulations,Part 21,as they may Federal Government or department with which this be amended from time to time(hereinafter referred to as the transaction originated may pursue available remedies, Regulations), which are incorporated by reference and including suspension and/or debarment. made a part of this contract. Contractor,with regard Lto the work performed after award and prior to completion of the Certification Regarding Debarment, Suspension, contract work, shall not discriminate on grounds of race, Ineligibility, and Voluntary Exclusion—Lower Tier creed, color, sex or national origin inr the selection and Covered Transactions retention of subcontractors, including procurement of materials and leases of equipment. .Contractor shall not a. The prospective lower tier participant certifies, by participate either directly or indirectly in the discrimination submission of this proposal, that neither it nor its prohibited by Section 21.5 of the Regulations, including principals is presently debarred, suspended, employment practices,when the contract covers a program proposed for debarment, declared ineligible or set-forth in Appendix:B:of the Regulations. voluntarily excluded from participation in this transaction by any Federal department or 2. Solicitation for Subcontractors; including Procurement of department. Materials and Equipment. In all solicitations, either by competitive bidding or,negotiations;made,by Contractor for b. Where the prospective lower tier .participant is work to be performed under a subcontract, including unable to certify to any of the statements in this procurement of materials and equipment, each potential subcontractor or supplier shall be notified by Contractor of U\hwynv07n\16182\16182.doc Contractor's •,obligations unucr this contract and into su,.- atigation to protect the interests of the State of regulations relative to nondiscrimination on the grounds Oregon. of race,creed,color,sex or national origin. VI. LOBBYING 3. Nondiscrimination in Employment(Title VII of the 1964 Civil Rights Act). During the performance of this The Contractor certifies, by signing this agreement to the best contract,Contractor agrees as follows: of his or her knowledge and belief,that: a .Contractor will not discriminate against any 1. No Federal appropriated funds have been paid or will be employee or applicant for employment because of paid,by or on,behalf of the undersigned,to any person for race,creed,color,sex or national origin. Contractor influencing or- attempting to influence an officer or will take affirmative action to ensure that applicants employee of :any Federal department,_ a Member of are employed,and'that employees'are treated during Congress, am,officer or employee of Congress 'or an employment, without regard to their race,-creed, employee ofa Member of Congress in connection with the.._ color, :sex or,national! origin. Such action shall awarding of any' Federal 'contract, the making of any 7 include, but not be limited to the following: Federal grant,the making of any Federal loan,the entering employment, upgrading, demotion or transfer; into of any.`cooperative agreement, and the extension, recruitment or recruitment advertising; layoff' or continuation renewal;'amendment or modification of any termination; rates' of pay . or other forms of Federal contract,grant,loan or cooperative agreement. compensation; and selection for,training, including apprenticeship: Contractor,agrees to post in 2. If any funds other than Federal appropriated funds have been conspicuous places, available to-employees and paid or will be paid.to any person for influencing or applicants:for employment, notice setting;forth the attempting to influence an officer or employee of any Federal provisions of this nondiscriminationclause. department,a Member of Congress,an officer or employee of Congress or an employee of a Member of Congress in b. Contractor will,in all solicitations or advertisements connectionwith this agreement;the undersigned shall for employees placed by or on behalf of Contractor, complete and submit Standard Form-LLL,'"Disclosure Form state that all qualified applicants will receive to Report Lobbying",in accordance with its instructions. consideration for employment without regard to race,creed,color,sex or national origin. This certification is a material representation' of fact upon which reliance was placed when this transaction was made or 4. Information and Reports. Contractor will provide all entered into. Submission of this certification is a prerequisite information and reports required by the Regulations or for making or entering into this transaction imposed by Section orders and. instructions issued pursuant thereto, and will 1352, Title 31, U. S. Code. Any person who fails to file the permit access to his Books, records, accounts, other required certification shall be subject to a civil penalty of not sources of information, and his facilities as may be less than'$10,000 and not more than $100,000 for each such determined by Department or FHWA as appropriate,and failure. shall.set forth what efforts he has made to obtain the information. The.Contractor also agrees by signing this agreement that he or she shall require that the language' of this certification be 5. Sanctions for Noncompliance. In the event of included in all lower tier ,subagreements, which exceed Contractor's noncompliance with the;nondiscrimination $100,000 and that all such subrecipients shall certify and provisions of the contract,•Department;shall impose such disclose accordingly. agreement sifnctions as it or the FHWA may determine to be appropriate,.including,but not limited-to: - a Withholding of'payments to Contractor under the agreement until Contractor complies;and/or, b. Cancellation, termination or suspension of the agreement in whole or impart. - 6. Incorporation of Provisions: •Contractor will include the provisions of paragraphs 1 through 6 of this section.in- every subcontract;, including procurement of materials and'leases of equipment,unless exempt-from'Regulations orders oriinstructions:issued pursuant,thereto.Contractor shall such,action,with respect to zany subcontractor or procurement gas Department or FHWA may direct as a means of enforcing such;provisions,including sanctions for noncompliance;:provided; however, that in the event Contractor becomes involved• in or is threatened' with litigation with a.subcontractor or supplier as,a result of such direction,•Department may, at its option, enter into such litigation to protect the interests of Department,and, in addition, Contractor may request Department to enter f\hwym07n\16182\16182.doc � I EXHIBIT F - DISADVANTAGED.BUSINESS ENTERPRISE(DBE).POLICY In accordance with Title 49, Code of Federal Regulations, Part 23, or as may be amended(49 CFR 23),. Contractor shall agree to abide by and take all,necessary and reasonable steps to complywith the following statement: DBE Policy. It is the policy of the Oregon Department of Department the Affirmative Action steps taken to replace-'the Transportation (Department) that Disadvantaged Business DBE with another DBE. Failure to do so will result in Enterprises as defined in 49 CFR 23 shall have the maximum withholding payment on those items. The monthly opportunity to participate in the performance of contracts documentation will not -'be required atter the DBE goal financed in whole or in part with federal fiords. Consequently, commitment is satisfactory to Department. the DBE requirements of 49 CFR 23 applyto this contract Any DBE participation attained after the DBE goal has been DBE Obligations. Contractor agrees to ensure that satisfied should be reported to Department. Disadvantaged Business Enterprises as defined in 49 CFR 23 have the maximum opportunity to participate in the performance DBE Certification. Only flims certified by the Office of of contracts and subcontracts financed in whole or in part with Minority, Women, & Emerging Small Business (OMWESB) Federal funds. In this regard,Contractor shall take all necessary Department of Consumer& Business Services (DCBS)as DBE and reasonable steps in accordance with 49 CFR 23 to ensure firms rmay be utilized to satisfy this obligation. To verify that Disadvantaged Business Enterprises have the maximum certification status of a DBE firm, contact OMWESB at (503) opportunity to compete for and perform contracts. Contractors 947-7976 or by intemet access to OMWESB's web site: shall not discriminate on the basis of race, color, national origin httpJ/www.cbs.state.or.us/extemal/omwesb/index.html or sex in the award and performance of federally-assisted contracts. CONTRACTOR'S DBE CONTRACT GOAL The DBE Policy Statement shall be included in all subcontracts DBE GOAL 12 % entered into under this contract. By signing this contract,Contractor assures that good faith efforts Records and Reports. Contractor shall provide monthly have been made to meet the goal for the DBE participation documentation to Department that.it is subcontracting with or specified in the Request for Proposal/Qualification for this project purchasing materials from the DBEs identified to meet contract. as required by ORS 200.045. goals.Contractor shall notify Department and obtain its written FOR INQUIRY CONCERNING ODOT'S DBE PROGRAM approval before replacing a DBE or making any change in the REQUIREMENT,CONTACT.OFFICE OF CIVIL RIGHTS AT DBE participation listed. If a DBE is unable to fulfill the original (503)986-4354. obligation to the contract, Contractor must demonstrate to DBE Program Policy It is the policy of the Oregon Department of Transportation (Department),its recipients and contractors to provide Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR 23 and the Inter-modal Transportation Efficiency Act of 1991, with the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Good Faith Efforts: To determine whether a consultant has failed to meet the assigned goal but still may be awarded the contract, Department must decide if the consultant put forth good faith efforts to meet the goal. Consultants failing to meet the assigned goal must include documentation of good faith efforts in performing the following: a. The consultant attended any pre-solicitation or pre-bid d. The consultant provided written notice to a reasonable meetings scheduled to inform disadvantaged,minority or number of specific disadvantaged, minority or women women business enterprises of contracting and business enterprises drawn from an 'Department list of.,. subcontracting opportunities on the project; certified disadvantaged,• minority' or women business enterprises for selected disciplines in sufficient time to b. The consultant identified and selected specific allow the.enterprises to participate; economically feasible project units disadvantaged, minority or women business enterprises could perform; e: The consultant followed up initial solicitations to determine whether the enterprises were interested; c. The consultant advertised in general circulation, trade association, minority and trade oriented women-focus f. The consultant provided interested disadvantaged, publications, if any,concerning the subcontracting; minority or women business enterprises with adequate fAhwym07n\16182\16182.doc information about the plans, specifications and r requirements for the selected subcontracting; g. The. consultant negotiated in good faith with the enterprises, and did not reject any disadvantaged, minority or women business enterprises without justifiable reason; h. Where applicable, the consultant advised and made efforts to help interested disadvantaged, minority or women business enterprises obtain bonding, lines of credit or insurance Department or contractor requires; i. The consultant's efforts to obtain disadvantaged, - minority or women business enterprise participation were reasonably expected to produce a level of participation sufficient to meet Department goals or requirements and; j. The consultant used the services of minority community organizations, minority contractor groups, local, state and federal minority business assistance offices and other organizations the Advocate for Minority and Women Business identified that help recruit and place disadvantaged,minority or women business enterprises. f Ah wy mO7 n116182116182.d oc