Loading...
HomeMy WebLinkAboutItem 05 Approval of Repairs to Maguire Road Bridge over Florida’s TurnpikeMeeting Date: March 2, 2021 Item # Reviewed By., Contact Name: Stephen C. Krug Department Director: Contact Number: 6002 City Manager: Subject: Repairs to Maguire Road Bridge over Florida's Turnpike. Commissioner Firstner, District 3. Background Summary: On September 18, 2018, the Maguire Road bridge was struck by an over height vehicle traveling on the Turnpike, damaging several bridge beams. The damage does not affect the structural capacity, however the long-term integrity of the bridge requires repairs. The superficial damage was not as severe as the previous incident in 2014 and the City can utilize a standard FDOT concrete restoration detail provided by the Turnpike to complete the repair. Due to the amount of extensive temporary traffic control required to complete this simple work over the Turnpike, Public Works has had difficulty finding, contractors interested in performing the work. Public Works approached contractors with active Orange County and the City of Orlando continuing construction contracts to obtain a quote from Mercon Construction Company, which has active continuing contracts with both the County and City of Orlando. Mercon had been in a since settled lawsuit with the City of Ocoee over a dispute on the Pioneer Key Phase I Mobile Home Park Rehabilitation Project from 2011 through 2014. Mercon has multiple active continuing contracts with Orange County and the City of Orlando. Public Works is requesting Commission approval to contract with Mercon for the Maguire Road bridge repair based on their successful contracts with the neighboring government entities. The cost proposal for the work of $27,800.00 is within industry standards based on the extensive amount of temporary traffic control required to complete the one-night task. Public Works is requesting Commission approval of the repair work with Mercon as the repair costs have been included in the Streets Division budget for this year. Issue: Request the City Commission award the Maguire Road bridge repairs to Mercon Construction Company. Recommendations: Recommend to approve the Maguire Road bridge repairs in the amount of $27,800.00 with Mercon Construction Company of Orlando, Florida, through the City of Orlando's Contract No. RFQu21-0009 for Rapid Response Construction Services and authorize the City Manager and staff to approve and execute change orders to the work in accordance with the limits established in the Purchasing Code. Attachments: Mercon Construction Company Price Proposal. City of Orlando Contract RFQu21-0009 Repair Plans and Detail Financial Impact: The $27,800.00 cost for the repairs is adequately funded in the Streets Division Contractual Services. Type of Item: (please mark with an 'x') Public Hearing For Clerk's Dept Use: Ordinance First Reading 4—Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A W Attention: Mr. Steve Krug Mercon Construction Company 5401 South Kirkman Rd Orlando Florida 32819 RE: Repair of McGuire Bridge OVER FTPK November 112020 Item Description Unit Qty Unit Price Total 1 Mobilization LS 1 $5,000.00 $5,000.00 1-B MOT including FHP off duty officer(s), Truck mounted attenuators (TMA) LS 1 $10,000.00 $10,000.00 1-C Preload the damaged beam(s) before repair work. Preload with a loaded 10 -yd. dump truck or other approved method. will Keep the preload in place until curing requirements LS 1 $5,000.00 $5,000.00 are complete. 1-D Repair procedure damaged concrete beams of McGuire Bridge over FL.T.P. by patching spalls and or injecting cracks as shown on the plans or as directed. LS 1 $7,800.00 $7,800.00 Total 1 $27,800.00 RAPID RESPONSE CONSTRUCTION SERVICES RFQu21-0009-2 CITYWIDE RAPID RESPONSE CONSTRUCTION SERVICES AGREEMENT BETWEEN CITY OF ORLANDO, FLORIDA E MERCON CONSTRUCTION COMPANY GENERAL GROUTING Initial Term: 2/10/2021— 2/9/2023 Renewal Option: 2/10/2019 — 2/9/2024 RFQu21-0009-1 Rapid Response Construction Services RFQu21-0009 Mercon Construction Company ATT: MJid Fouladi 1740 Aloma Ave. Winter Park, FL 32789 Effective Date: 1/27/2021 Contractor Project: RF01121-0009, Rapid Response Construction Services Date of Bid Opening: 10/29/2020 You are hereby notified as of the date indicated above that you are the Successful Bidder on the Project noted above. Upon compliance with the conditions precedent to be fulfilled by you within the time specified, the Agreement will be executed and delivered to you. Enclosed are the following: No. Copies Item Agreement Between City and Contractor Certificates of Insurance (Accord Form) Notice of Award Please take the following actions: 1. Execute Agreement. 2. Have your bonding company complete bond forms and attach notarized Acknowledgement of Authorized Representative. 3. Have your insurance company complete the Certificates of Insurance. 4. Return all 3 copies of documents enclosed no later than fifteen (15) days after the date indicated above to: CITY OF ORLANDO Attention: Silvia Coste, CPP, Purchasing Agent III Procurement and Contracts Division 400 South Orange Avenue, 4th Floor Orlando, Florida 32801 We will return a fully executed copy of the contract document to you along with a Notice to Proceed. BY OWNER: City of Orlando Procurement & Contract Division By: 400 South Orange Avenue 4u' Floor David Billingsley, CP,SM, C,P.M, Chief Pi ure et Officer Orlando, FL 32801 Anowledge ecei t of otzr�"i ,c,k r Contract Date: r�l��,�. NO'T'ICE OF AWARD 1/3/13 00910-1 Rapid Response Construction Services RFQu21-0009 11 THIS AGREEMENT is dated as of the�__,.day of TS6rwe in the year 2021 by and between the City of Orlando, Florida ("CITY") and Nereou Construction Compal ("CONTRACTOR'). CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK 1.1 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents, The Work is generally described as follows: Rapid Response Repair for City -Wide Underground Utilities, Roads and Drainage Wells, Project No. 2580. More particularly, the Work consists of providing emergency or rapid response repairs to City -Wide underground utilities and drainage wells and includes six basic areas of work: A. Above or ground repair; external repair of above ground surface such as excavation and replacement of soil with compaction, roadway, striping, sodding, and miscellaneous reconstruction. B. Underground Utilities; General storm sewer, sanitary sewer, pumping station and pressurized Pipe repairs or replacement including all associated work to complete the job. C. General Construction; General construction services such as lift stations, roads, gravity sewer, pressurized pipe, wastewater treatment plant emergency repairs, sodding & seeding, clearing & grubbing, concrete work, small parks and equipment, above ground structures, demolition work, riprap, excavation and embankment, road restoration, parking lots, irrigation, structure rehabilitation and any other City's related construction project. D. Internal Grouting and Reoair; Internal grouting and repair of gravity sewers and structures of various types and sizes throughout the City, including road repair if necessary. E. External Soil Stabilization Grouting; External pressure or chemical grouting to seal leaking joints in pipes or structures, stabilizing loose soil and filling soil voids caused by leaking joints, and occasionally restoring slightly depressed asphalt pavement without removing and replacing. These types of injection grouting may be required thought the City and may include road repair if necessary. F. Drainage Wells TV Video Inspection Repairs and Replacement: Drainage well repair work will vary from well to well. In general, the Contractor should assume a generic condition of re -lining different diameter wells using different diameter steel casing to a depth of 200' or as specified and grouted. The Contractor shall provide high-resolution pre -repair and post -repair color video recordings of work and high-quality color pictures. Video and picture documentation must be submitted to the City for approval. For well work, TV video logging of drainage shall be performed using the latest technology to produce a clear color picture with the highest resolution. The Contractor shall be responsible for preparing the well to produce a clear video recording. The well may require flushing with clean water. The Contractor may be required to produce a geophysical log of drainage wells consisting of a caliper log, gamma ray log and electric log and may be required to produce Standard Penetration Test (SPT's) borings with soil profile reports. G. Installation of New Well or Repair of Existing Well with Pipe and Necessary. Structures; New replacement drainage wells will vary from well to well. Contractor should assume a generic condition of installing different diameter steel cased well to a depth of twalrundred feet (200') or more as specified in the Contract and will include grouting. The well is to continue from two -hundred feet (200') to a depth of four -hundred AGREEMENT 2/04/21 00500-1 Rapid Response Constivetion Services RFQu2t-0009 feet (4001) as open hole in the formation. The steel casing is to be over-cased.with a bigger diameter steel casing to a depth Bast the piezounetric water level (generally sixty -feet [60] below ground surface) and grouted between the two casings. The outer casing may be driven using a cable rig machine. However, the inner casing is to be drilled using a rotary rig machine. The well is to be finished off with the construction of a well box and intake structure with a flashboard riser. Color videotape of the completed well is required utilizing the approved recording equipment. A geophysical log is required of the completed well consisting of a caliper log, gamma ray log and electric log supported by soil profile reports from the driller's log. 1.2 The CITY does not guarantee, warrant, or represent that any number or any particular type of project will be assigned to the CONTRACTOR under the terms of this Agreement, Furthermore, the purpose of this Agreement is not to authorize a specific project, but to set forth certain duties, obligations, rights, and responsibilities that may be incorporated by reference into any project that may be mutually agreed to by the parties. The CITY shall have the sole discretion to select the project(s), if any, that may be given to the CONTRACTOR, and such project(s) will be awarded to the CONTRACTOR -by the CITY as a Change Order to this Agreement. ARTICLE 2. ENGINEER 2.1 DESIGN ENGINEER as named in the Contract Documents is 2,2 ENGINEER is the Director of Public Works. If the CITY is using an agent to review the Application for Payment to assist the ENGINEER, the agent is identified as follows: (Name) (Address) ARTICLE 3. CONTRACT TIME 3.1 The provisions regarding Contract Time and Liquidated Damages are set forth in the Bid Form and may also be set forth in the Supplementary Conditions. ARTICLE 4. CONTRACT PRICE 4.1 CITY shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents on the basis of the prices indicated on the Bid Form. AGREEMENT 2/04/21 00500-2 Rapid Response Constivetion Services RFQu21-0009 ARTICLE 5, PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1 Progress Payments. CITY shall make progress payments on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, in accordance with Article 14 of the General Conditions. 5.1.1 Prior to completion of fifty percent (50%) of the Work (which shall be defined for purposes of this Article as the point when the CITY has paid the CONTRACTOR fifty percent (50%) of the Contract Price including approved Change Orders), progress payments will be in an amount equal to ninety-five percent (950/0) of the Work completed, and the CITY will pay an amount equal to ninety-five percent (95%) of materials and equipment not incorpoxated in the Work but delivered and suitably stored on site, less in each case the aggregate of payments previously made. In no event shall payments for materials and equipment stored exceed ninety-five percent (950/0) of the value of the related cost for the specific item of work shown in the breakdown of Contract Price regardless of the stated value of the materials or equipment. CITY may, at its sole option, pay an amount equal to ninety-five percent (95%) of materials and equipment not incorporated in the Work stored offsite if stored in a manner acceptable to CITY, as stated above for on-site stored materials. When payment to CONTRACTOR is made for stored materials and equipment, CONTRACTOR shall submit invoices marked paid by the supplier with the next month's request for payment to document that CONTRACTOR has paid for said materials and equipment or the previously paid amount for stored materials shall be deducted from any remaining payment(s) or retainage for any stored materials not so properly documented. The CONTRACTOR shall provide the consent of the Surety with each pay application. 5.1.2 Upon completion of fifty percent (50%) of the Work, progress payments will be in the amount equal to ninety-five percent (95%) of the Work completed, and the CITY will pay an amount equal to ninety-five percent (95%) of materials and equipment not incorporated in the Work but delivered and suitably stored on site, less in each case the aggregate of payments previously made. In no event shall payments for materials and equipment stored exceed ninety— five percent (95%) of the value of the related cost for the specific item of work shown in the breakdown of Contract Price regardless of the stated value of the materials or equipment. CITY may, at its sole option, pay an amount equal to ninety-five percent (95%) of materials and equipment not incorporated in the Work stored offsite if stored in a manner acceptable to CITY, as stated above for on-site stored materials. When payment to CONTRACTOR is made for stored materials and equipment, CONTRACTOR shall submit invoices marked paid by the supplier with the next month's request for payment to document that CONTRACTOR has paid for said materials and equipment or the previously paid amount for stored materials shall be deducted from any remaining payment(s) or retainage for any stored materials not so properly documented. The CONTRACTOR shall provide the consent of the Surety with each pay application 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.9.1 of the General Conditions, CITY shall pay the remainder of the Contract Price as provided in said paragraph 14.9.1 5.3. Living Wage. CONTRACTOR, as well as its Subcontractors at all tiers, shall pay to all of their employees providing services pursuant to a contract with the CITY, a living wage for the time spent providing services to the CITY, (This provision does not include general administrative personnel unless they are assigned to a CITY project.) "Living wage" means compensation for employment of not less than $14.00 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision and the CONTRACTOR shall allow the, CITY to audit (at CONTRACTOR's place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusion from future CITY contracts at the sole option of the CITY. 5.4. Responsible Contractor's Policies. 5.4.1, The CONTRACTOR, when paying its workers on this Project, shall pay such workers an hourly wage, based on classification for the Orlando region established by the Davis -Bacon Act (40 U.S.C. 276a-7) as supplemented by the Department of Labor regulations (29 CFR part 5) (hereinafter "hourly wage"). Additionally, CONTRACTOR shall provide said workers with health benefits. CONTRACTOR may satisfy this AGREEMENT 2/04/21 00500-3 Rapid Response Construction Services RFQu21-0009 health benefits requirement by providing to its workers on this project either 1) health benefits through a bona fide program or 2) by increasing the hourly wage by 20%, Evidence of the existence of a bona fide health benefits program must be submitted to the City with the bid at the time of bid opening. The City, in its sole discretion, will determine whether a bona fide health benefits program is acceptable to the City, Payment of the appropriate wages must be documented in CONTRACTOR'S progress payment applications by the submission of certified payrolls by CONTRACTOR for the duration of this Agreement. Moreover, CONTRACTOR shall require compliance with these provisions for health benefits, Davis -Bacon hourly wages and certified payrolls by all Subcontractors at every tier, and CONTRACTOR will be held responsible for compliance by any Subcontractor or lower tier Subcontractor. Notwithstanding the foregoing, CONTRACTOR acknowledges and agrees that no hourly wage paid on this project by the CONTRACTOR and Subcontractors will be less than the living wage referenced in this Agreement. 5,4.2. The CONTRACTOR and Subcontractors at all tiers shall each classify all of their workers as either independent contractors or employees in accordance with the requirements of Laws and Regulations, Workers who are employees as defined by Laws and Regulations shall not be classified as independent contractors. The CONTRACTOR and Subcontractors shall each provide written notice to their workers classified as independent contractors of their classification status within seven (7) days after contract award or within seven (7) days of hiring if hired subsequent to contract award, Documentation demonstrating compliance with this requirement for each worker classified as an independent contractor shall be submitted by the CONTRACTOR with its first Application for Payment, For those workers classified as independent contractors hired after submittal of the first Application for Payment, documentation demonstrating compliance with this requirement shall be provided with the first Application for Payment submitted subsequent to the worker's hiring. 5.43 The CONTRACTOR and Subcontractors at all tiers shall each use the E -verify internet-based system operated by the United States Department of Homeland Security to verify that all of their workers performing labor on the Project are eligible to work in the United States. Documentation of E -verify confirmation for each worker shall be submitted by the CONTRACTOR with the first Application for Payment, or for those workers hired after submittal of the first Application for Payment, with the first Application for Payment submitted subsequent to the worker's hiring. 5.4.4 The CONTRACTOR shall post a copy of the CITY'S Living Wage and Responsible Contractor policies at designated Iocations on the Project site as required by the Contract Documents. ARTICLE 6, [RESERVED] ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce CITY to enter into this Agreement, CONTRACTOR makes the following representations; 7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, weather, and with all local conditions and federal, state and local laws, ordinances, rules, policies and regulations that in any manner may affect cost, progress or performance of the Work. 7.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions of the site or otherwise affecting cost, progress or performance of the Work which were relied upon by ENGINEER in the preparation of the Drawings and Specifications and which have been identified in the Contract Documents. AGREEMENT 2/04/21 00500-4 Rapid Response Construction Services RFQu21 0009 8.17 Exhibit 3 Construction Documents. The Contract Documents may only be altered, amended or repealed by a Modification as defined in the General Conditions, ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated is the General Conditions. 9.2 No assignments by a party hereto of any rights under or interests hi the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound and any such assignment shall be void and of no effect; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by raw), and unless specifically stated to the contrary in any written consent to an assignment,'no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 CITY and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 9.4 Any action taken by the Public Works Director may also be taken by the Chief Procurement Officer of the City of Orlando. AGREEMENT 2/04/21 00500-6 Rapid Response Construction Services RFQu21 0009 IN WITNESS WHEREOF, the parties hereto have signed copies of this Agreement. At least one counterpart each has been delivered to CITY and CONTRACTOR. All portions of the Contract Document have been signed or identified by CITY and CONTRACTOR. CITY OF ORLANDO, FLORIDA David Billingsley, CPSM, C.P.M. Chief Procurement Officer, City of Orlando (CORPORATE SEAL) Address for giving notices: 400 South Orange Avenue Orlando, Florida 32801 APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of Orlando, Florida only T—AIALkA. 10 , 20 I Assistant City Attorney Orlando, Florida AaA,4-4 (41A&10 5�e e BE Comphanee Officer CONTRACTOR Title (CORPORATE SEAL) Attest: Avyvf N, '�'A' O \- Title �Go e�G rn Ali r\ esu y Address for giving notices: o (Olio�njo FL. 32, fel`( Florida State Contractor's License No. C -6-c- 1 5 )-1 1'3L Agent for service of process: Name ` q b'i Ka Street Address 3 Z City, State and Zip AGREEMENT 2/04/21 00500-7 Rapid ROSPosraso Constar ai©n SeMces RFQU21-0009 ITV WITNESS 01HEREOl', the parties hereto have signed ,.._.,_ copies of this Agreement. At least one counterpint each has been delivered to CITY and CONTRACTOR, All portions of the Contract Docurnent lave been. signed or idontified by CITY and CONTRACTOR, . CRTY OF ORLANDO, ISLE ,®1111% A By: David BURingcloy, C psm, E.II°.M. Chlef Procurement Officer, City of Orlando (CORPORATESEAL) Address for giving notices; 400 South Orange Avenue Orlando, Florida 32501 APPROM) AS TO FORM AND LEGAL. IT for the use and reliance of the City of Orlando, Florida only W _ A 1 ,20 l� Assistant City Attorney Orlando, Florida 413E ComPliance Officer CONTRACTOR TOR 14r\ JVV� Name (Type) Title—. (CORPORATE SEAL) Attest; 1= M% y' Titlo_..l_Go Address forgiving notices; Florida State Contractor's License No. C_ 6-c l Agent for service of process; Name Street Address City, State and Zip AGREEMENT 2/04/21 OOS00-7 10 ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(M011299/!22021021 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT, if the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCERNTA Brown & Brown of Florida, Inc. 2200 Lucien Way Suite 400 Maitland FL 32761 NAME:CT Amy Manor IPA o Ext , (40!) 660-8282 FAX No): (407) 660-2012 E-MAIL SS: amanor®bborlando.com ADDRE INSURERIS) AFFORDING COVERAGE NAIL 4 iNSURERA: Allied World Insurance Company 22730 INSURED Mercon Construction Company 6703 Red Bug Lake Road Suite 332 Winter Springs FL 32708 INSURERS: Allied World Specialty Insurance Company 18624 INSURER C: Colony Insurance Company 39993 INSURER D: FFVA Mutual Insurance Co. 10386 INSURER E: XL Specialty Insurance Company 3786I- 6 INSURERF: COVERAGES CERTIFICATE NUMBER; CL2112926139 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE INSD WVD POLICY NUMBER MALJULINVtJKI M/DDYlYYYY MMIODY� LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE ® OCCUR PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL a ADV INJURY $ 1,800,000 A Y 6004.0649 01/29/2021 01/2912022 GEN'LAGGREGATELIMITAPPUESPER: POLICY N JEST El LOC GENERALAGGREGATE $ 2,000,000 PRODUCTS - COMPIOPAGG $ 2,000,000 S OTHER: AUTOMOBILE LIABILITY OM13dentSINGLELIMIT g 1,000,000 BODILY INJURY (Per person) S X ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOSONLY 6000-1056 01/29/2021 01/29/2022 BODILY INJURY (Par aeddem) g PROPERTY DAMAGE S Per ecddenl PIP- Basic $ 10,000 UMBRELLALIAB I X1 OCCUR EACH OCCURRENCE $ 5,000,000 C XEXCESS LIAR- CLAIMS -MAGE X8176151 01/29/2021 01/29/2022 AGGREGATE $ 5,000,000 DED I X1 RETENTION $ 0 S D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY/� Y!N ANY PROPRIETORlPARTNERIEXECUTIVEf"� I OFFICERIMEMBER EXCLUDED? FM (Mandatory In NH) NrA WC840-0032624-2020A 04!2312020 04/23(2021 STATUTE �R _ E.L.EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 11000,000 If yea, desaibe under DESCRIPTION OF OPERATIONS below E Inland Marine Rented/Leased Equipment QUM0119463MA21A 0112912021 01/29/2022 Limit 380,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) RE; RFQU21-0009, RAPID RESPONSE CONSTRUCTION SERVICES City of Orlando is granted additional insured status by the General Liability policy with regards to the operations of the named Insured when required by written contract or agreement. CERTIFICATE HULUER ',MN1,CLLH11UN City of Orlando, Procurement and Contracts Division 400 South Orange Avenue Fourth Floor Orlando FL 32801 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE 01U6ts-XU10 H�,Urcu vurcru"I,vn, Au rig nts reserved. ACORD 26 (201 6103) The ACORD name and logo are registered marks of ACORD ►�' :' I C ; RTIFICATE CE LIABILITY INSURANCE i A?TE,(MM1DD11Y1 02/03/2021 :THIS CERTIFICATE IS I$S,U' AS -A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE'HOLDER,• THIS CERTIFICATE DIOES.NOtli((} IRNIATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POL )CIEs TP�OF INSURANCE'DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED BELOW.. THIS Ct;RTIFIC !! E CERTIFICATE HOLDER. R�PRFSENTATIVE OR Phi ,Cl ,CER, Ai�D TH :IMPORTANT: If the certificale!holder Is art ADDITIONAL INSURED, the polloy(Ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVt 15,isubjeotltolhe terms and conditions of the policy, certain policies may require an endorsement, A statement on this cerfiticate does not cd } r,rights It 'Ad certilloate holder In lieu of such endorsement(s). PRODUCER ; " li Automatic Data Processing it Oce Agenby Inc, i CONTACT NAM Automatic Data Processing Insurance Agency, Inc. E i-800-524 7024 arc No E•M L ADDRESS; INSURERS AFFORDING COVERAGE NAIC S 1, Adp Boulevard Roseland NJ 07068 INSURER A : Technology Ineuranco Company, 1110, 42376 .INSURED La Costa Sod, LLC,; p INSURER B : INSURER 0: F INSURER D: 808 Nicole Blvd j i, , i INSURERS. :j!I�' 1 QCoee ! I({ FL 3476: 1 INSURER P; i THIS IS TO CERTIFY THAT TH9 POLICIES:OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDIOATED, NOTWITHSTANpt.�JS ANY RL'.QU REWENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY ISBIID QR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND OONDITInN$ CSF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, IL 8 TYPEOFINWRAF(d !i 'i POLICY NUMBER MaWD"D YY MMIOD1YYYY LIMITS COMMERCIAL QENERAL t; of ITY ' EACH OCCURRENG $ � PRE 1985 Ea occurrence $ CLAIMS -MADE iOC4UR MED 8XP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES IjER: POLICY j �T ❑ �LCl0 . OTHER: I u 1 AUTOMOBILE LIABILITY GENERAL AQGREGATE $ PRODUCTS - COMPIOP AGO,$ $ -SINGLE com Ea eco e0t 1 MIT$ BODILY INJURY (Per person) $ ANY AUTO BODILYINJURY (Per accident) $ ' + OWNED SCHEDULED AUTOS ONLY AUTOS' HIRED NONQWNEp AUTOS ONLY AUTvO' S ONI- (I PR PER A AQE Peraacldenl $ $ . UMBRELLA LIAR OOGUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR :,P.[�IMSNADE PED RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY '• Y / N PROPRIETORlPARTNERlEXECyT1VE FNN!A MEMBEREXCLUD (Mandatory In NH) 11es, describe under DI ' , �SGRIPTION OP OPERATIONS bglo' $ STATUTE ER AANY N TWO3916494 11/22/2020 11/22/2021 _ $.,00E.L. EACH E.L• DISEASE - EA EMPLOYE $ 500,000 E.L. DISEASE- POLICY LIMIT $ 500,000 jT .! .i DESCRIPTION OF OPERATION$ I LOpATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space is required) aQF-21-0009 (Response Construction Services) Owner: City of Orlando Procurement & Contract DIViSlo' 400 South Orange Avenue 4th Floor Oriando FL 32801 t1 nUILUMM MERCON CONSTFLICTION COMPANY HERC RENTALS 5703 red bug lake; rd suite 3$2 Winter Springs I FL 32708 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1 ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD WORK IDENTIFICATION OI REPAIR CRACKS z ?�" WIDE, SPALLS AND DELAMINATIONS IN THE DECK. O SUPERSTRUCTURE CONCRETE DEFICIENCIES EXISTING DECK TO REMAIN IN PLACE REPAIR CRACKS, DELAMINATIONS AND/OR SPALLS AS NECESSARY PARTIAL PLAN VIEW REPAIR CRACKED, DELAMINATED AND/OR SPALLED AREAS (TYP). COMBINE MULTIPLE, SPALLED AREAS INTO A SINGLE PATCH AS APPROVED BY THE ENGINEER AT TIME OF REPAIR. GENERAL NOTE: DEFICIENCIES SHOWN ARE FOR ILLUSTRATION ONLY, ANY DIMENSIONS ARE APPROXIMATE. IN THE PRESENCE OF THE ENGINEER, THE CONTRACTOR SHALL CLEARLY OUTLINE ALL AREAS IN NEED OF REPAIR WITH AN APPROVED PAINT OR MARKER PRIOR TO DEMOLITION. NO DEMOLITION OF ANY AREA OR MEMBER OF THE BRIDGE SHALL BE PERFORMED UNTIL THE CONTRACTOR RECEIVES APPROVAL FROM THE ENGINEER. EXPOSED RESAR SPALLED CONCRETE EXISTING SECTION TYPICAL SPALL WITH EXPOSED REBARS SEE TYP. SPALL REPAIR METHOD 1" MIN. CL, REFER TO SPALLED SURFACE JyP. SPALL REPAIR CORRODED BARS SECTION THROUGH CONCRETE MEMBER — REFER TO NOTE 2 UNDER TYPICAL SPALL REPAIR BELOW PREPARED CONCRETE SURFACES TO RECEIVE REPAIR MATERIAL EXISTING SECTION EXPOSING EXPOSING AND UNDERCUTTING REINFORCING STEEL APPLICABLE TO HORIZONTAL, VERTICAL, AND OVERHEAD LOCATIONS SPALL CRACKS, DELAMINATIONS, AND SPALLS (UNSOUND CONCRETE) SPALLS TYPICAL DELAMINATIONS AND SPALLS TYPICAL DEFICIENCIES a - PREFERRED 9PAR PREFERRED SIMPLE PATCH CONFIGURATION AT CORNER LOCATIONS PROVIDE RIGHT ANGLE CUTS. PATCH CONFIGURATIONS SHALL BE KEPT AS SIMPLE AS POSSIBLE. INDIVIDUAL REPAIR AREAS WITHIN 2 FEET SHALL BE JOINED AT THE DIRECTION OF THE ENGINEER. TABLE TYPICAL CRACK REPAIR METHOD: 1. REMOVE UNSOUND CONCRETE FROM CRACK AREA. 2. OBTAIN ENGINEERS APPROVAL TO CARRY OUT CRACK REPAIR (IN LIEU OF SPALL REPAIR) FOR CASES WHERE ADJACENT CONCRETE IS OTHERWISE SOUND AND CRACKING IS NOT A RESULT OF CORRODING REINFORCEMENT. 3. APPLY CLASS II FINISH AT CRACK REPAIR TO REMOVE FINS OR KNOBS. 4. FOR CRACKS {-,' TO ?,/", USE AN INJECTION GEL OR NON -SAG PASTE WITH 28 -DAY COMPRESSIVE STRENGTH OF 10000 PSI. 5. FOR CAP SEAL, USE INJECTION GEL WITH MINIMUM 28 -DAY COMPRESSIVE STRENGTH OF 72000 PSI. 6. ENGINEER TO APPROVE CRACK AND CAP SEAL MATERIAL PRIOR TO BEGINNING CONSTRUCTION. TYPICAL SPALL REPAIR 1. FOR CONCRETE RESTORATION, REMOVE AND REPAIR UNSOUND C014CRETE FROM AREAS TO BE REPAIRED. AREAS WELL ADHERED TO EXISTING STRAND OR REINFORCEMENT SHALL REMAIN. 2. ANY REINFORCEMENT WHICH 15 LOOSE SHALL BE SECURED IN PLACE BY TYING TO OTHER SECURED BARS OR BY OTHER APPROVED METHODS, LAP SPLICES SHALL BE INSTALLED IN ACCORDANCE WITH THE TABLE. 3. CLEAN EXPOSED REBARS AND ANY LOOSE CONCRETE OR ABRASIVES. 4. FILL VOIDS WITH REPAIR MATERIAL IN ACCORDANCE WITH THE SPECIFICATIONS. BRIDGE NO. 750295 - 201 N.F ldlp &AssOGafaS COIF. TSC IZ-Ira STATL+OF F3ARIDA 207 N Franklin Street DEriAT.nffi:V'C on rrz..Nsroxr-•raov CONCRETE RESTORATION DETAILS S.R. 400u ��'�� fuaaauwmi¢nm Tompa. FL 33602 ai¢Tw, Flodda C.OA. No.02317 .w. SR 414 OVER US 17192 PaMck D. Mutheam, PE No. 71456 µ m^ SR 414 ORANGE 439276.1-52-01 BRIDGE DECK EPDXY OVERLAY 6-24 COMPONENTS OF CONTRACT PLANS SET BRIDGE REPAIR PLANS INDEX OF BRIDGE REPAIR PLANS SHEET NO. SHEET DESCRIPTION I KEY SHEET 2 TEMP. TRAF. CONTROL GENERAL NOTES 3 TURNPIKE TYPICAL SECTION 4 NB TURNPIKE LANE CLOSURE DETAIL 84 CONCRETE REPAIR DETAILS GOVERNING STANDARDS AND SPECIFICATiON5' Florida Department of Transportation, 2014 Design Standards and revised Index Drawings as appended herein, and 2014 Standard Specifications for Road and Bridge Construction, as amended by Contract Documents, For Design Standards click on the 'Design Standards' link at the following web site: Despn1wt dards sfa[e.fl.us/rddesign/ For the Standard Specifications for Road and Bridge Construction click on the-Speclf/cations' link at the following web site: 5 apes%u 5pedn.s'at �fl.uslspecificationsoffice! CITY OF ®C®EE MAGUIRE ROAD BRIDGE OVER FLORIDA'S TURNPIKE (SR 91) ORANGE COUNTY BRIDGE NO. 755750 PROJECT LOCATION TO LEESBURG T 22S T 23S TO TAMPA TO ORLANDO 0 1 2 Miles SHOP DRAWINGS TO BE SUBMITTED TO: Thomas C. White, P.E. Volkert, Inc. 1408 North Westshore Blvd. Suite 600 Tampa, Florida 33607 PLANS PREPARED BY. Volkert, Inc. T 22 S 1408 North Westshore Blvd. Suite 600 T 13 5 Tampa. Florida 24701 Vendor No.. 602470)4 Contract No. BAuth Certilicate of AUfhori2atioR No. 4641 r. m rvry as PROJECT LENGTH 1S BASED ON LENGTH OF MOT ON FLORIDA'S TURNPIKE LENGTH OF PROJECT LINEAR FEET MILES ROADWAY 10787 2.043 BRIDGES O 0 NET LENGTH OF PROJECT 10787 2.043 EXCEPTIONS 0 0 GRO55 LENGTH OF PROJECT 10787 2.043 TO PORT ST. LUCIE KEY SHEET REVISIONS A RI 1 N NOTE: THE SCALE OF 'THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION, ROADWAY PLANS ENGINEER OF RECORD: OMARI S. HAND P.E. NO.: 74678 STRUCTURES PLANS ENGINEER OF RECORD: THOMAS C. WHITE P.E. NO; 23033 TEMPORARY TRAFFIC CONTROL GENERAL NOTES THE REGULATORY SPEED USED FOR MOT CALCULATIONS FOR EACH FACILITY ARE NOTED BELOW. MODIFICATION'S TO THE REGULATORY SPEED MAY REOUIRE RE -SUBMITTAL OF THE MOT PLAN. FACILITY NAME REGULATORY SPEED FLORIDA'S TURNPIKE (SR 91) 70 MPH 408 INTERCHANGE (NS ON-RAMP) 45 MPH 1. TRAFFIC SHALL BE CONTRACTOR SHALLNTAINED IN UTILIZE INDEXC670'MOTOR/ST AWARENESSCE WITH THE SYSTEhfOWHENNS AND PERFORtDOT DESIGNSTANDARDS,ON 600 SERIES, TING LANE NCLOSURES FLORIDA'S TURNPIKE. 2. DROP-OFF CONDITIONS MUST BE ELIMINATED AND AN ACCEPTABLE GRADE RESTORED AS OUTLINED IN THE FOOT DESIGN STANDARDS, INDEX 600 SERIES, BY THE END OF EACH ACTIVE WORK PERIOD, 3. THE CONTRACTOR SHALL NOTIFY THE ENGINEER A MINIMUM OF 7 DAYS IN AOVANCE OF ANY LANE CLOSURES. THE CONTRACTOR SHALL. AT THE DISCRETION OF THE ENGINEER . OPEN ANY TEMPORARI' LANE CLOSURE CAUSING EXTENDED TRAFFIC CONGESTION (5 MINUTE DELAY) UNTIL TRAFFIC HAS RETURNED TO AN ACCEPTABLE FLOW AS DETERMINED BY THE ENGINEER. 4. ANY EXISTING SIGN TO REMAIN THAT IS DISTURBED DURING CONSTRUCTION SHALL BE RESET TO CURRENT STANDARDS FOR HEIGHT. OFFSET. AND METHOD OF INSTALLATION. COST OF THIS WORK SHALL BE REFLECTED IN THE LUMP SUM PAY ITEM 102-1 MAINTENANCE OF TRAFFIC. 5. THE TRAFFIC CONTROL DEVICE LOCATIONS ARE APPROXIMATE AND MAY BE VARIED AS DEEMED NECESSARY BY THE ENGINEER TO AVOID STREETS. DRIVEWAYS, INTERCHANGES, OR OTHER CONFLICTS. PlINIMUM SIG14ING DISTANCES SHALL BE MAINTAINED DURING CONSTRUCTION. 6.V/Ht NtVtH CONSIKUCfION tOUIPMtilf IS BEING VHIV[N ON IRANSPOKItU ON DPtN fRAVtL LANt S. IHt CONIHACIOR SHALL UTILIZE INDEX 619. 7. WHEN SEPARATE PAI' ITEMS DO NOT EXIST IN THIS CONTRACT, THE CONTRACTOR SHALL INCLUDE THE COST FOR ANY ITEMS AND INCIDENTALS NECESSARY TO ABIDE BY INDEX 600 UNDER THE LUMP SUM PAY ITEM 102-1 MAINTENANCE OF TRAFFIC. S. THE CONTRACTOR SHALL NOTIFY THE PUBLIC THROUGH MEDIA OUTLETS, LOCAL LAW ENFORCEMENT AGENCIES, AND FIRE/EMS STATIONS OF TEMPORARY LANE CLOSURES DUE TO CONSTRUCTION. ANY PCIS NOT, SHALL BE DONE 14 TO 48 HRS PRIOR TO CLOSURE. 9. A DISCUSSION OF LANE CLOSURE OPERATIONS WILL BE MADE PART OF ALL PRE -CONSTRUCTION CONFERENCES. THE CONTRACTOR WILL BE REQUIRED TO SUBMIT A WRITTEN PLAN WHICH DETAILS EACH ACTIVITY INVOLVED IN THE LANE CLOSURE. THE PLAN SHALL INCLUDE BACK-UP PLANS FOR ACTIVITIES CRITICAL TO REOPENING THE LANES TO TRAFFIC. THE BACK-UP PLAN SHALL INCLUDE BACK-UP FOR ALL SUBCONTRACTOR OPERATIONS AS WELL AS THE PRIME CONTRACTOR'S. 10. NO LANE CLOSURE WILL BE ALLOWED WITHOUT ABSOLUTE ASSURANCE THAT THE CONTRACTOR AND ITS SUBCONTRACTORS HAVE PLANNED THE OPERATIONS TO ACHIEVE REOPENING ACCORDING TO THE CONTRACT. AN EXAMPLE OF THE PROVISION WITHIN AN ACCEPTABLE BACK-UP PLAN WOULD INCLUDE THE CONTRACTOR CHOOSING TO HAVE TEMPORARY PAVEMENT MARKING TAPE ON HAND. 11. DURING PERIODS OF LANE CLOSURES THE CONTRACTOR SHALL PROVIDE A DEDICATED CREW FOR THE INSTALLATION, MAINTENANCE, AND REMOVAL OF THE TRAFFIC CONTROL DEVICES (i.e.. BARRICADES. SIGNS, ARROW BOARDS, ETC.). THIS CREW SHALL CONSIST OF AT LEAST THREE MEMBERS OF THE CONTRACTORS WORK FORCE WHOSE SOLE RESPONSIBILITY WILL BE THE MAINTENANCE OF TRAFFIC CONTROL DEVICES. THE CONTRACTOR SHALL FURNISH A WORK VEHICLE TO AID IN MAINTAINING THE CONTROL DEVICES. COST TO 6E INCLUDED UNDER THE TRAFFIC CONTROL PAY ITEM NO. 102-7. 72. LANES [TAY BE CLOSED ON FLORIDA'S TURNPIKE BETWEEN THE HOURS OF 10:00 PM TO 6:00 AM BY IMPLEMENTING INDEX 670. OFFICER AND TOLL OPERATIONS AS WELL AS WITH LOCAL SPECIAL EVENTS. FOR ADDITIONAL INFORMATION RELATED TO MAINTENANCE OF TRAFFIC, REFER TO THE U.S. DEPARTMENT OF TRANSPORTATION'S MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), LATEST EDITION. 74. FHP TROOP K SHALL SERVE AS THE POINT OF CONTACT AND SCHEDULING FOR ALL TRAFFIC CONTROL NEEDS ON THE TURNPIKE. MAKE PROVISIONS FOR A LAW ENFORCEMENT OFFICER FOR TRAFFIC CONTROL AT SPECIFIC LOCATIONS CALLED OUT IN THE PLANS, BY CONTACTING THE FOOT DISTRICT 5. - 15. MAKE PROVISIONS FOR A LAW ENFORCEMENT OFFICER (FHP TROOP K) FOR ALL LANE CLOSURES AND/OR AS DIRECTED BY THE ENGINEER. ALL COST ARE INCLUDED IN 102-14. IF THE CONTRACTOR ELECTS TO USE OFFICERS FOR ANY OTHER ACTIVITY. INCLUDE THE COST IN LUMP SUM. PAY ITE14 102-1. SUMMARY OF OUANTITIES PAY 1TE14 NO. DESCRIPTION UNIT OUANTITY QUANTITY TOTAL 101-1 MOBILIZATION LS - 1 102-1 MAINTENANCE OF TRAFFIC LS - 1 102-14 TRAFFIC CONTROL OFFICER I4H 2 (OFFICERS) 32 702-60 WORK ZONE SIGNS ED 17 34 102-74-1 TEMP. BARRICADES, TYPE 1, 11. VP, DRUM ED 149 298 102-74-2 TEMP. BARRICADES, TYPE 111 ED 6 12 102-76 ADVANCE WARNING ARROW PANEL ED 3 6 702-77 H16H INTENSITY FL LTS, TEMPORARY. TYPE B ED 7 14 102-99 PORTABLE CHANGEABLE MESSAGE SIGN (PCI.fS) ED 2 B 102-150-2 RADAR SPEED DISPLAY UNIT (RSOU) ED 2 4 BASED ON 2 DAYS (8 HOURS PER DAY) OF CONTRACT TIRE ON FLORIDA'S TURNPIKE. NOTE: FOR STRUCTURE OUANTITIES SEE SHEET B-1. \�\\�\xx sEAly i No 74678�� - STATE OF �i0't` ' FCOM Op, ' S'9 ONA81111 it ' `�?\\\ BRIDGE NO. 755750 nar n c('afPTInN GryaTF DeScatPrlDN CeKilleate of Authorization No. 4641 ST.A TE OF Ft ORIDA SHEET Omari S. Hand, PE 74678 OEP4 RTiYF.1vT OF 7R.4!�.SPORT.4T7O.ti =HP TRAFFIC CONT -?OL ND. 1408 N. Westshore Blvd., Suite 600 ROAD NO. COUNTY FINANCIAL PROJECT ID GENERAL OTES Tampa, FL 33607T Phone: 813.875.1365 SR 91 ORANGE 2 r1A R/W LINE LA R/W LiNE xcvrsJDNs sfR vrrnNQAIE Descary ON MAGUIRE RD. BRIDGE N. 755750 ST.4 TF. OF FLORZD.4 DF./L4RLE£AT OF TAaNSPORT.4 TION Il TYPIICAL SHEET NO. BRIDGE WALL 1408 N. Westshore Blvd., Suite 600 Tampa, FL 33607 Phone: 81 87S. 1365 �',�+ CT70..1V ROAD NO. COUNTY FJNANCIAL PROJECT 10 ), SR 91 BRIDGE WALL AND END _voikert.com WORK ZONE AND END BENT - SENT 12' 7. ]0' 10' 72' 12' SHLOR. EXIST. PAVT. ISHLDR 5HLOR EXIST. PAVT. 5HLOR. PAVT. I PAVT. PAVT. PAVT. I 72' 12' 12' 2' IZ 12' 12' 12' 72 12' 12' 72' NATURAL GROUND, r -r. ^--r3 TNATURAL GROUND SB TRAVEL LANES `CHANNELIZING DEVICE NB TRAVEL LANES TYPICAL SECTION FLORIDA'S TURNPIKE UNDER MAGUIRE RD. BRIDGE (DURING OFF-PEAK HOURS) POSTED SPEED = 70 MPH Z��// NoBZ� i 0 ; S ACE OF /ASSIII 1 ONAt ,��\\\\ <r xcvrsJDNs sfR vrrnNQAIE Descary ON Certinaete of Authorization No. 4641 Oman S. Hand, PE 74678 ST.4 TF. OF FLORZD.4 DF./L4RLE£AT OF TAaNSPORT.4 TION Il TYPIICAL SHEET NO. 1408 N. Westshore Blvd., Suite 600 Tampa, FL 33607 Phone: 81 87S. 1365 �',�+ CT70..1V ROAD NO. COUNTY FJNANCIAL PROJECT 10 ), SR 91 ORANGE _voikert.com 406 INTERCHANGE 56 OFF -RAMP NTS �L�1RjC5q_�YSfHN1IKE:j _. _. __ . _.. _ _. _....._ _. _ K __ _ _ 77 LY IP LY B W LI' LY Ll' 7'-_ �� y _ _ - _ - - _ - ___ _ _ _ _ _ �� _ y -- - - - - - - - - - - - - - _ _ _ ___ __ _ ___ _ y _---_ - t1T 1f -A -AT TA -AT 4-A d T y -A --A J_ !_ _ 1 A -A • A -I -i r ! I-- _--. ® A�-A -I- TBS T A 1.000' 509 1,64a 509 I,I49 r.. y� %_----------® r11 -r 1 -A -B T 1-A-6 T -TV - .0-[-! <-0__ _I_ _ 1/^� BRIDGE 500' 170' 840' 849 APER 840' 870 S4a 7 IA11R ER L1I.tITS SPACE EAD aoAo / GORE WOK ✓ G R FORD i40R1: r I I I\\\�5eAN PC OF _ CURVE n r b 6 g VARIABLE MESSAGE FOR FLORIDA'S TURNPIKE LEGEND: . b Z= WORK ZONE ` 2 DAYS IN ADVANCE OF WORK. -SIGN WITH 18'X78"(It1NJ 0 ORANGE FLAG AND TYPE 8 LIGHT DISPLAY 7 DISPLAY 1 8 TYPE I OR 11 BARRICADE OR VERTICAL PANEL OR DRUM (WITH STEADY BURNING LIGHT AT NIGHT ONLY) 8 N NIGHTLY CANE CLOSURE FROM XX/XX 70 XX/xX CO TYPE III BARRICADE (WITH STEADY BURN LIGHTS) Com' PORTABLE CHAI4GEA6LE MESSAGE 5(GtJ (PCIA5) tg Y Hu ,mcg 2. caiw RADAR SPEED DISPLAY UNIT (RSDU) ADVANCE WARNING ARROW PANEL � o DURING CONSTRUCTION (OFF-PEAK):''. Roan (] WORK ZONE SIGN 'NORM HEA DISPLAY 1 DISPLAY 1 w LANE IDENTIFICATION & DIRECTION OF TRAFFIC WORKERS PAHEADT fdERGE ADVA14CED WARNING TRUCK WITH ATTENUATOR ® LAW ENFORCEMENT OFFICER LET NOTE: SEE INDEX NO. 672. 673. 623. AND 670 FOR ADDITIONAL INFORMATION '.�.� ON PLACELIENT/SPACING REQUIREhIENTS FOR BARRICADES/SIGNS ON THE M1IAfNLIN'E, RAMPS, AND SHOULDERS. REVISIONS Volkert, Inc. CertiFl®te of Authorization No. 4641 Oman S. Hand, PE 74678 DEP.9R'f.AfE�T ST.4 TE OF FLOR7Dd OF 7RdJgFORT,9 TION TURNPIKE LANE SHEET ry0, o TF s a pT rrN AT .es[alpiloN 1408 N. INt_SGShore Blvd., S.Ite 600 Tampa, FL 33607 + ��®� ��� �� ���� ROA. NO. COUNTY FINANCIAL ➢ROJECT fD SR 91 ORANGE Phone: 813.875.1365 4 www.volkert.com '- -"'IND DURING REPAIR OPERATIONS, 4 ANY NEARBY CRACKING /N EXISTING BEAMS EXISTING PRESTRESSING STRAND MORTAR OR CONCRETE REPAIR EDGE REQUIRED AT EXTERIOR CORNERS SPALL REPAIR TYPE01 (FOR SMALL ISOLATED SPALLS) 1. CHIP TO SOUND CONCRETE. 2. THOROUGHLY CLEAN ANY EXPOSED REINFORCING STEEL, PRESTRESSING STRANDS AND CONCRETE SURFACES. J. FILL VOIDS WITH REPAIR MORTAR TO ORIGINAL NEAT LINES. CHIP TO SOUND CONCRETE. CHIP ADDITIONAL SOUND CONCRETE TO PROVIDE -A MINIMUM OF 3/4' CLEARANCE AROUND EXISTING REINFORCING MORTAR OR CONCRETE REPAIR IF FOUND DURING REPAIR OPERATIONS, REPAIR ANY NEARBY CRACKING IN EXISTING BEAMS • FILL VOIDS WITH CONCRETE • • <' P • • ................ .. .. TO ORIGINAL NEAT LINES SPALL REPAIR TYPE (2) (FOR LARGER SPALLS AND STRAND REPAIRS) REPAIR OF ANY SEVERED PRESTRESSING STRAND: 1.REMOVE DAMAGED PORTIONS OF STRAND. 2. SPLICE UNDAMAGED PORTIONS OF STRAND WITH "GRABB-IT" CABLE SPLICER FROM PRESTRESS SUPPLY, INC., LAKELAND, FLORIDA, TELEPHONE NO. 1-800-282-7327 OR APPROVED EQUAL. J. LOAD SPLICED STRANDS THROUGH A CALIBRATED TORQUE WRENCH TO A LOAD OF 2000 POUNDS PER PRESTRESSING STRAND. 4, PRE -LOADING OF BEAMS PRIOR TO CONCRETE/MORTAR PLACEMENT IS NOT REOUIRED. 5. COST OF STRAND REPAIRS SHALL BE INCLUDED IN SPALL REPAIRS. SHARP EDGE REQUIRED AT EXTERIOR CORNERS THOROUGHLY CLEAN ALL REINFORCING BARS, PRESTRESSING STRANDS AND CONCRETE SURFACES AND REPAIR ANY SEVERED PRESTRESSING STRANDS AS DESCRIBED ON THIS SHEET. ,a"`4ZC � 9EV8Farx4' oo n ° n > Ne.23G33r_ e -- �-STATE OF o ' T'aSG A'68 aap3 CRACK AND SPALL ESTIMATED REPAIR QUANTITIES PAY ITEM NO. 401-70-5 BEAM CRACKS SPALLS ( LF i C CF J No. OF BROKEN STRANDS 2-1 0 0.04 0 2-4 0 2.22 1 2-5 0 0.45 0 2-9 0 1.13 0 2-13 0 0.38 0 TOTALS 0 4.22 ] NOTES. 1. CONSTRUCTION SPECIFICATIONS. FLORIDA DEPARTMENT OF TRANSPORTATION 2014 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, AS AMENDED BY CONTRACT DOCUMENTS. 2. THESE DETAILS ARE APPLICABLE TO ALL ORIENTATIONS_ HORIZONTAL, VERTICAL OR OVERHEAD. 3. REPAIR CRACKS IN ACCORDANCE WITH SPECIFICATION SECTION 41I. 4. MORTAR FOR SPALL REPAIR TYPE /SHALL BE SUITABLE FOR THE APPLICATION - HORIZONTAL, VERTICAL OR OVERHEAD. 5. MORTAR OR CONCRETE FOR SPALL REPAIRS SHALL HAVE A MINIMUM 28 -DAY COMPRESSIVE STRENGTH OF 5000 PSI. MATERIAL SHALL CONFORM TO SPECIFICATION 930. 6. PREPARATION AND PLACEMENT OF MORTAR SHALL BE IN STRICT CONFORMANCE WITH THE MANUFACTURER'S RECOMMENDATIONS. SURFACE PREPARATION SHOWN ON THESE PLANS SHALL BE CONSIDERED TO BE THE MINIMUM PREPARATION WITH ADDITIONAL PREPARATION REQUIREMENTS ACCORDING TO THE MORTAR MANUFACTURER. 7. SPALL AND CRACK DIMENSIONS AND LOCATIONS ARE APPROXIMATE. REGARDLESS OF THE SIZES NOTED, REPAIR THE ENTIRE DEFICIENCY. THERE MAY BE ADDITIONAL CRACKS AND SPALLS BEYOND THOSE SHOWN. THE CONTRACTOR SHALL PERFORM A THOROUGH INVESTIGATION OF THE BEAMS TO LOCATE CRACKS, SPALLS AND DELAMINATION IN THE BRIDGE COMPONENTS, AND REPAIR THOSE AS DIRECTED BY THE ENGINEER. 8. PAY ITEM NOTE. PAYMENT FOR THE COSTS OF THE ABOVE INVESTIGATION SHALL BE INCLUDED IN THE RESPECTIVE ITEMS. BRIDGE NO. 755750 ou[ ocscxirnar wrc e* rfrscnirnw -.-I STATE Of FLORIDA CONCRETE REPAIR DETAILS VOLKEPJ acuco or. DEPARINfENT OF TRANSPORTATION GNlioh of AulhvArsevn a6vl RE'a.6r� C6xnrY FiNw[InL %�6,E[t ID xwnn x•i[• 6nUi M. m°°e rra�, ve z3a33 n00 IT* cm no MAGU I RE ROAD OVER TURNPIKE 140 —1 ,m.a„swr<6c6 vn,no: ev.eos.439 ORANGE B-! T_.R ]3600 613.6>4.>656 m,rrn•.r.dtl, J//4/ 4 l,:b Pu S:Wbn - Flvr)E6Wavf Lmi EnJ�veb00-vfr6rJW<pvlrpda,