Crystal Drive Bridge Repair

CONTRACT DOCUMENTS & SPECIFICATIONS

Prepared for

February 2019 City of Madeira Beach, Florida

Crystal Drive Bridge Repair

TABLE OF CONTENTS

SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS

SECTION II INSTRUCTIONS TO BIDDERS

SECTION III GENERAL CONDITIONS – Not Included

SECTION IV TECHNICAL SPECIFICATIONS - Not Included

SECTION IVa SUPPLEMENTAL TECHNICAL SPECIFICATIONS

SECTION V CONTRACT DOCUMENTS

Cover Page II 10/17/2013 SECTION I

ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

MADEIRA BEACH, FLORIDA

Copies of the Contract Documents and Plans for this Project are available for inspection and/or purchase by prospective bidders at the City of Madeira Beach’s City Hall - website address: www.maderiabeach.gov, ON 02/08/2019, until no later than close of business three (3) days preceding the bid opening. $40 Price of Contract Documents and Plans reflects reproduction cost only.

The work for which proposals are invited consists of Crystal Drive Bridge Repair, Madeira Beach Fl, including work for the Project to repair (furnish, place, finish, and cure materials) concrete bridges, including: expansion joints; concrete spall repair deck and concrete pier caps, bulkhead seawall, and concrete bridge railing and inject and seal crack with necessary appurtenances.

Sealed proposals will be received by the City Clerk, at the Maderia Beach City Hall, located at 300 Municipal Dr., Madeira Beach, FL 33708, until 10:00 A.M. on 03/08/2019. The bids will be publicly opened and read at that hour and place for Crystal Drive Bridge Repair. The Contractors must submit FDOT prequalification letter from FDOT along with proposal.

A complete bidders package containing plans, specifications, bond forms, contract form, affidavits and proposal form is available to the general public (Contractors, Sub-contractors, suppliers, vendors, etc.) for review and purchase. A 10% bid bond is required for all City of Madeira Beach projects.

The right is reserved by the City of Madeira Beach, Florida to reject any or all bids.

The City of Madeira Beach, Florida

SectionI Page 1 of 1 3/1/2013 SECTION II INSTRUCTIONS TO BIDDERS Table of Contents: 1 COPIES OF BIDDING DOCUMENTS...... 1 2 QUALIFICATION OF BIDDERS ...... 1 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE ...... 1 4 INTERPRETATIONS AND ADDENDA ...... 2 5 BID SECURITY OR BID BOND ...... 3 6 CONTRACT TIME ...... 3 7 LIQUIDATED DAMAGES ...... 3 8 SUBSTITUTE MATERIAL AND EQUIPMENT ...... 3 9 SUBCONTRACTORS ...... 3 10 BID/PROPOSAL FORM ...... 4 11 SUBMISSION OF BIDS ...... 4 12 MODIFICATION AND WITHDRAWAL OF BIDS ...... 5 13 REJECTION OF BIDS ...... 5 14 DISQUALIFICATION OF BIDDER ...... 5 15 OPENING OF BIDS ...... 5 16 LICENSES, PERMITS, ROYALTY FEES AND TAXES ...... 5 17 IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE ...... 6 18 AWARD OF CONTRACT...... 7 19 BID PROTEST ...... 8 20 TRENCH SAFETY ACT ...... 9 21 CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES ...... 9

SectionII i 7/29/2013 Section II – Instructions to Bidders

1 COPIES OF BIDDING DOCUMENTS 1.1 Complete sets of the Bidding Documents are available at the City of Madeira Beach’s City Hall. Price of Contract (Fee of Forty Dollars ($40.00)) reflects reproduction costs only, which is non-refundable. A complete bidder’s package containing plans, specifications, bond forms, contract form, affidavits and bid/proposal form is available only to pre-qualified bidders. Contractors, suppliers, or others who are not pre-qualified but who may be a possible subcontractor, supplier, or other interested person may purchase a "Subcontractor" package consisting of plans, specifications, and list of pay items. 1.2 Complete sets of Bidding Documents must be used in preparing bids. Neither on the City’s nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub-bidders or others. 1.3 The City, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant any other permission to use the documents for any other purpose. 2 QUALIFICATION OF BIDDERS 2.1 Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Madeira Beach, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner before obtaining drawings, specifications and contract documents. An application package for pre- qualification may be obtained by contacting the City of Madeira Beach, Madeira Beach City Hall, 300 Municipal Drive, Madeira Beach, FL 33708 (street address only). Pre- Qualification requirements information is also available on the City of Madeira Beach Website at address: www.madeirabeachfl.gov. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten work days) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1 It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 3.2 In reference to the Technical Specifications and/or the Scope of the Work for identification of those reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. In reference to those drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in SectionII Page 1 of 9 7/29/2013 Section II – Instructions to Bidders preparation of the Contract Documents, bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5 Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6 On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8 The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4 INTERPRETATIONS AND ADDENDA 4.1 All questions as to the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda, by Deuel & Associates to all parties recorded by the City as planholders having received the Bidding Documents. Questions received after the time frame specified at the pre-bid meeting prior to the date for opening of Bids may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect.

SectionII Page 2 of 9 7/29/2013 Section II – Instructions to Bidders 4.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5 BID SECURITY OR BID BOND 5.1 Each Bid must be accompanied by Bid Security made payable to the City of Madeira Beach in an amount equal to ten percent (10%) of the Bidder’s maximum Bid price and in the form of a certified or cashier’s check or a Bid Bond (on form attached) issued by a surety meeting the requirements of the General Conditions. A cash bid bond will not be accepted. 5.2 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid opening. 5.3 The Bid Bond shall be issued in the favor of the City of Madeira Beach by a surety company qualified to do business in, and having a registered agent in the State of Florida. 6 CONTRACT TIME 6.1 The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7 LIQUIDATED DAMAGES 7.1 Provisions for liquidated damages are set forth in the Contract Agreement. 8 SUBSTITUTE MATERIAL AND EQUIPMENT 8.1 The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9 SUBCONTRACTORS 9.1 If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed

SectionII Page 3 of 9 7/29/2013 Section II – Instructions to Bidders Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security to the Cityof any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2 No Contractor shall be required to employ any Subcontractor, supplier, person or organization against whom he has reasonable objection. 10 BID/PROPOSAL FORM 10.1 The Bid/Proposal Form is included with the Contract Documents and shall be completed in ink or by typewriter. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation’s, alterations or erasures, the price for which he will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2 Bids by corporations shall be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3 Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4 All names shall be typed or printed below the signature. 11 SUBMISSION OF BIDS 11.1 Sealed Bids shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a 8.5”x11” manila envelope with the project name and number on the bottom left hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Madeira Beach, attention City Clerk. Bids will be received at the office indicated in the Advertisement until the time and date specified. Telegraphic or facsimile bids received by the City Clerk will not be accepted. SectionII Page 4 of 9 7/29/2013 Section II – Instructions to Bidders 12 MODIFICATION AND WITHDRAWAL OF BIDS 12.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered as described in the Advertisement of Bids. A request for withdrawal or a modification shall be in writing and signed by a person duly authorized to do so. Withdrawal of a Bid will not prejudice the rights of a Bidder to submit a new Bid prior to the Bid Date and Time. After expiration of the period for receiving Bids, no Bid may be withdrawn or modified. 12.2 After a bid is received by the City, the bidder may request to modify the bid for typographical or scrivener's errors only. The bidder must state in writing to the City that a typographical or scrivener's error has been made by the bidder, the nature of the error, the requested correction of the error, and what the adjusted bid amount will be if the correction is accepted by the City. The City reserves the right at its sole discretion to accept, reject, or modify any bid. 13 REJECTION OF BIDS 13.1 To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any and all Bids, and to waive any and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14 DISQUALIFICATION OF BIDDER 14.1 Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non-Collusion Affidavit contained in the Contract Documents. 15 OPENING OF BIDS 15.1 Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16 LICENSES, PERMITS, ROYALTY FEES AND TAXES 16.1 The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Madeira Beach building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2 The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically

SectionII Page 5 of 9 7/29/2013 Section II – Instructions to Bidders stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3 The Contractor shall pay all applicable sales, consumer, use and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4 The City of Maderia Beach is exempt from state sales tax on materials incorporated into the WORK. The City of Maderia Beach reserves the right to implement the Owner Direct Purchase (ODP) Option, if indicated in the Scope of Work Description in Section IV – Technical Specifications and as defined in Section III – General Conditions. 17 IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 17.1 In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug-free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

(2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

(3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

(4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted.

SectionII Page 6 of 9 7/29/2013 Section II – Instructions to Bidders (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

I certify that this firm does/does not (select only one) fully comply with the above requirements. 18 AWARD OF CONTRACT 18.1 Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2 In evaluating the Bids, the City will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3 If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4 Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5 The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statues (2013), specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Madeira Beach in order to perform the service;

(b) Provide the public with access to public records on the same terms and conditions that the City of Madeira Beach would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law;

(c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and

(d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Madeira Beach all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Madeira Beach.

SectionII Page 7 of 9 7/29/2013 Section II – Instructions to Bidders 19 BID PROTEST 19.1 RIGHT TO PROTEST: Any actual bidder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of his/her complaints initially with the City Clerk, and if not satisfied, with the City Manager, in accordance with protest procedures set forth in this section. 19.2 PROTEST PROCEDURE: A. A protest with respect to the specifications of an invitation for bid or request for proposal shall be submitted in writing a minimum of five (5) work days prior to the opening of the bid or due date of the request for proposals, unless the aggrieved person could not have been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening or the closing date for proposals. Opening dates for bids or due dates for requests for proposal will be printed on the bid/request document itself.

B. Protests in respect to award of contract shall be submitted in writing a maximum of five (5) work days after notice of intent to award is posted, or is mailed to each bidder, whichever is earlier. Notice of intent to award will be forwarded to bidders upon telephonic or written request. Protests of recommended award should cite specific portions of the City of Madeira Beach Code of Ordinances that have allegedly been violated.

C. Exceptions to the five (5) day requirements noted in both A and B above may be granted if the aggrieved person could have not been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening, posting of intent to award, or due date for requests for proposals. Request for exceptions should be made in writing, stating reasons for the exception.

D. The City Clerk shall respond to the formal written protest within five (5) work days of receipt. The City Clerk’s response will be fully coordinated with the appropriate Department Director and the City Manager.

E. If the protestor is not satisfied with the response from the City Clerk, he/she may then submit in writing within five (5) work days of receipt of that response his/her reason for dissatisfaction, along with copies of his/her original formal protest letter and the response from the City Clerk, to the City Manager.

F. The City Manager as Purchasing Agent for the City has the final authority in the matter of protests. The City Manager will respond to the protestor within ten (10) work days of receipt of the appeal.

19.3 PROTEST FEE: When filing a formal protest, the protesting vendor must include a fee in the amount of 5% of the selected vendor’s total bid to offset the City’s additional expenses related to the

SectionII Page 8 of 9 7/29/2013 Section II – Instructions to Bidders protest. This fee shall not exceed $2,500 nor be less than $50. If either the City Clerk or the City Manager upholds the protest, the City will refund 100% of the fee paid. 19.4 STAY OF PROCUREMENT DURING PROTEST: In the event of a timely protest, the City Clerk shall not proceed with the solicitation or award of contract until all administrative remedies have been exhausted or until the City Manager makes written determination that the award of contract without delay is necessary to protect the best interest of the City. 20 TRENCH SAFETY ACT 20.1 The Bidder shall comply with the provisions of the City of Madeira Beach’s Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60-553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or revisions of these laws. 21 CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1 The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP’s) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction-related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at the EPA website to help address construction-related Best Management Practices. References EPA website

SectionII Page 9 of 9 7/29/2013 SECTION IVa TABLE OF CONTENTS

CITY OF MADEIRA BEACH Crystal Drive Bridge Repair

Supplemental Technical Specifications (STS)

These Supplemental Conditions amend or supplement the General Conditions Section III and the Technical Specifications Section IV of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented remain in full and effect.

The terms used in these Supplemental Conditions will have the meaning indicated in the General Conditions. Additional terms used in these Supplemental Conditions have the meaning indicated below, which are applicable to both the singular and plural thereof.

STS-01 includes amendments to the referenced conditions found in Section III General Conditions.

STS-01 REVISIONS TO ARTICLE 6 – CONTRACTORS RESPONSIBILITIES

STS-02 REVISIONS TO ARTICLE 13 – TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK

STS-03 through STS-08 includes amendments to the referenced conditions found in Section IV Technical Specifications.

STS-03 REVISIONS TO ARTICLE 19 – STORM SEWERS

STS-04 REVISIONS TO ARTICLE 20 – SANITARY SEWERS AND FORCE MAINS

STS-05 REVISIONS TO ARTICLE 33 – STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES

STS-06 REVISIONS TO ARTICLE 37 – AUDIO/VIDEO RECORDING OF WORK AREA

STS-07 REVISIONS TO ARTICLE 38 – EROSIONS AND SILTATION CONTROL

STS-08 REVISIONS to Section IV Article 44 WORK ZONE TRAFFIC CONTROL

STS-09 includes additional conditions that supplement or supersede conditions found in Section IV General Conditions.

STS-09 SECTION 01201 – MEASUREMENT AND PAYMENT (ATTACHED)

STS-10 General Conditions

STS-01 REVISIONS TO SECTION III ARTICLE 6 – CONTRACTORS RESPONSIBILITIES

A. The Contractor shall provide shop drawings for all components of the proposed improvements. These include, but are not limited to, the following:

- Concrete Mix Design - Erosion Control Material - Tree Protection Material - Seawall and appurtenances - Sealant

STS-02 REVISIONS TO SECTION III ARTICLE 13 – TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK

A. Add the following to the end of General Condition 13.1 – Tests and Inspections:

Contractor shall employ and pay for the services of an independent testing laboratory to perform density testing on backfilled material. The cost for density testing shall be included in the unit bid price for road construction quantities such as road subgrade, base, asphalt, curb and storm pipe construction.

STS-03 REVISIONS TO SECTION IV ARTICLE 19 – STORM SEWERS

A. Rubber gaskets, in accordance with Section 942 of the current FDOT specifications shall be installed in all pipe joints in addition to wrapping in filter fabric.

B. All pipe joints shall be wrapped with Mirafi 140N filter fabric or equivalent.

C. All concrete pipes/culverts shall be reinforced utilizing steel.

STS-04 REVISIONS TO SECTION IV ARTICLE 20 – SANITARY SEWERS AND FORCE MAINS

A. “Polylining” referenced in this Article shall be Protecto 401 as manufactured by Induron Coatings, Inc.

STS-05 REVISIONS TO SECTION IV ARTICLE 33 – STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES

1. The bedding thickness requirement of 5”, as stated in Article 33.2, shall be revised to 8”. Bedding material shall be FDOT No. 57 stone.

STS-06 REVISIONS TO SECTION IV ARTICLE 37 – AUDIO/VIDEO RECORDING OF WORK AREA

A. The contractor is to adhere to all sections in Article 37 and to also include a complete video of all improvements in American Legion Drive. Any adjacent private fences or walls or any pavement settlement is to be documented and brought to the attention of the City Representative.

STS-07 REVISIONS TO SECTION IV ARTICLE 38 – EROSION AND SILTATION CONTROL

B. Synthetic hay bales shall be used. The use of actual hay bales will not be permitted.

STS-08 REVISIONS TO SECTION IV ARTICLE 44 WORK ZONE TRAFFIC CONTROL

A. The MOT Certification Form (as found in Appendix A-4) must be completed and attached to Maintenance of Traffic plans submitted to Deuel and Associates.

STS-09 SECTION 01201 - MEASUREMENT AND PAYMENT

PART 1 – GENERAL

1.1 SCOPE

The essential portions of the proposed Work for the Project are to repair (furnish, place, finish, and cure materials) concrete bridges, including: expansion joints; concrete spall repair, and inject and seal crack.

The Contractor shall receive and accept the compensation as provided in the Bidder’s Proposal and the Contract in full payment for furnishing all materials, labor, tools, equipment, and for performing all operations necessary to complete the work under the contract, and also in full payment for all loss or damages arising from the nature of the work, or in any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer, or from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the City.

Work not shown or called out in either the Drawings, Bridge Report or the Specifications, but necessary in carrying out the intent of the Project or in the complete and proper execution of the Work, is required and shall be performed by the Contractor as though it were specifically delineated or described. No additional compensation will be considered for this associated and necessary work.

The prices stated in the Bidder’s Proposal include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the plans and specified herein. The Basis for Payment for an item at the unit price shown in the Bidder’s Proposal shall be in accordance with the description of the item in this Section. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the costs for any item of work has not been established by the Bidder’s Proposal or Measurement and Payment, he shall include the costs for that work in some other applicable bid item, so that his proposal for the project does reflect his total price for completing the work in its entirety.

1.2 LUMP SUM QUANTITIES

Contractor shall be solely responsible for determining the quantities of each lump sum pay item necessary to complete the Work as required by the Contract Documents. When lump sum items are broken into components, the sum of the components shall be the total Contract Price for the Work. The lump sum price stated on the Bidder’s Proposal shall constitute full compensation for each lump sum pay item completed in accordance with the drawings and specifications. No other payments will be made to the Contractor except as specifically authorized by change order.

1.3 UNIT PRICE QUANTITIES

All estimated quantities stipulated in the Unit Price portion of the Bidder’s Proposal or other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for unit price work and materials shall be the actual amount of work done and materials furnished. Contractor agrees that he shall make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts thereof.

1.4 MEASUREMENT AND PAYMENT

A. Payment for all work done in compliance with the Contract Documents, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of this project, will be made under the pay items listed herein and in accordance with the accepted Bid.

B. Methods of Measurement:

1. Units of measurement shall be defined in general terms as follows:

a. Lump Sum (LS) b. Linear Feet (LF) c. Cubic Yards (CY) d. Square Yards (SY) e. Each (EA) f. Square Foot (SF) g. Ton (TON)

1.5 BASIS OF PAYMENT

Measurement and payment for each bid item shall include all labor, materials and equipment required to perform the work included for that respective item to provide a complete and operable installation whether specifically described, mentioned or implied. Payment for all sheeting, shoring, bracing, cofferdams, and other items necessary for a safe and workable excavation shall be included in those Items requiring same for a complete and operable installation whether specifically described, mentioned or implied.

1.6 ITEMS INCLUDED BUT NOT SPECIFIED

The unit or lump sum prices designated in the proposal shall include all profit, taxes, labor, overhead, material, equipment, tools, survey staking, utility notification and coordination, resident notification (preparation and distribution of door hangers), towing of vehicles, clearing of right-of-way, protection of existing utilities, rock excavation, shoring, sheeting, removal of pavement, backfill, dewatering, erosion control, surface restoration, extra backfill material as required, stone bedding for storm structures, plugging of existing pipe and structures, excavation materials, replacement of storm piping, concrete encasement, concrete slabs under new backflow devices, record drawing (or “As-Built Survey”) preparation and other work incidental thereto and specified in these specifications and on the drawings, all as applicable to the item described unless designated otherwise in the Unit Price Bid Schedule and hereafter specified.

If unsuitable material is found in any location other than within the foundation of any structural feature and/or within the bedding of any pipe/culvert it shall be removed, transported offsite, properly disposed of and replaced (if needed) at no additional cost to the City.

1.7 PAY ITEMS

Pay Item No. 1.1 – Mobilization, General Conditions, Demobilization

The work specified under this Section consists of preparatory work and operation in mobilizing to begin work on the project, including but limited to those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site(s), and for the establishment of temporary offices, buildings, safety equipment and supplies, sanitary and other facilities as required by these specifications, special provisions, and state and local laws and regulations. Mobilization costs shall also include the costs of preconstruction videotaping, preparation and submission of a Hurricane Preparation Plan, preparation and submission of an Overall Work Plan, all materials, labor and equipment necessary to implement, maintain and remove (once the project is complete). The contract unit price will be on a lump sum unit price. Partial payments will be allowed as outlined below.

ALLOWABLE PERCENT PERCENT OF ORIGINAL OF THE LUMP SUM CONTRACT AMOUNT EARNED PRICE FOR MOBILIZATION (*) 5 25 10 50 25 75 100 100

Pay Item No. 1.2 - Maintenance of Traffic

This Section consists of the maintaining of traffic within limits of the project for the duration of the construction period, in accordance with the requirements of FDOT Section 102 of the "Standard Specifications", as amended herein.

Access for all businesses and condominium residents will need to be maintained at all times.

No night time work will be allowed.

Provisions will be made to provide access to large trucks for pick-up and delivery of materials during the construction period. The Contractor shall furnish, erect, and maintain all necessary traffic control and safety devices, in accordance with the Florida Department of Transportation "ROADWAY AND TRAFFIC DESIGN STANDARDS", applicable edition, and State of Florida's "MANUAL OF TRAFFIC CONTROL AND SAFE PRACTICES FOR STREET AND HIGHWAY CONSTRUCTION MAINTENANCE AND UTILITY OPERATIONS", applicable edition, and shall take all necessary precautions for the protection of the work and the safety of the public for duration of the construction period.

A Maintenance of Traffic (MOT) plan shall be submitted to the City, by the Contractor, and approved prior to beginning construction. This plan shall include all necessary signage and dimensions. Reference the General Notes on the Drawings to view additional Maintenance of Traffic requirements.

The work specified under this Section shall include the furnishing, erection, and maintenance of all temporary traffic barricades of whatever type required, and for such duration as may be required, and shall include all materials and construction necessary for temporary connections and driveway maintenance. The Contract unit price for this item will be a lump sum unit price. Partial payments for maintenance of traffic will be limited to the overall percent of the work completed by the Contractor.

Pay Item No. 1.3 - Erosion and Sediment Control

Price shall include payment for all installation, maintenance, removal, and all other incidentals necessary to provide erosion and sediment control (within the project boundaries) as notated on the Drawings, as stated in provided permit documentation and as required by any local, state or Federal code, statute or ordinance. Daily debris removal from right of ways, easements and vehicle use areas, as required by the Drawings, shall be included in this pay item. Payment for this item shall be on a lump sum basis and shall include all necessary equipment, labor and materials to complete this pay item. The Contractor shall receive compensation for this item as stipulated in the below table.

Contractor will be required to install a Barrier for the duration of the project.

ALLOWABLE PERCENT PERCENT OF ORIGINAL OF THE LUMP SUM CONTRACT AMOUNT EARNED PRICE FOR EROSION AND SEDIMENT CONTROL 5 25 10 50 25 75 100 100

Pay Item No. 1.3 –Floating Turbidity Barrier

Payment for floating turbidity barrier will include all labor, materials tools, equipment, and services required to fabricate, furnish, deploy, secure, and maintain the turbidity barrier throughout the entire duration of the proposed Work, as shown or required.

Payment will be a lump sum price and will include removal of the barrier upon completion and acceptance of the Work.

Pay Item No. 1.4 – Project Sign

Payment shall be for one permanent project sign as described in City Section III Article 23 of contract documents. Contractor shall coordinate with City Inspector as to the exact location of the sign.

Pay Item No. 1.5 – Clean Deck

Payment for the above pay item the Contract lump sum which will include all Surface Preparation for Existing Concrete: Remove substances such as dust, grime, dirt, stains, mineral deposits, oil, bituminous materials, debris, and all other deleterious material by using water blasting equipment of sufficient operating capacity and pressure, all in accordance with the penetrant sealer manufacturer's recommendations.

Per FDOT Section 413

Pay Item No. 1.6 – Restore Spall Areas

Apply epoxy resin adhesive Type II to all hardened concrete surfaces just prior to pouring the concrete, see FDOT Specifications.

Payment for spall repair (repair of concrete and reinforcing steel), including installation of welded steel wire fabric where applicable, will be per cubic foot of in-place repair. Reinforcing steel repair and coating is not a Pay Item. The cost of supplying and installing filter fabric as part of seawall repairs shall be included in the Contract price of other pay items. The cost of reinforcing steel repair and coating shall be included in the Contract price of other Pay Items.

Pay Item No. 1.7 – Bridge Deck & Construction Joints

Payment for re-sealing expansion joints with materials including silicone rubber sealant and backer rod (902 RCS Silicone Sealant) will be per linear foot of in-place repair. Payment for Bridge deck expansion joint, rehabilitation, pored joint with backer rod will include removal of any existing expansion joint material, cleaning, preparing, furnishing, and installing the new seal, and all incidentals, complete in place. Poured Joint with Backer Rod System consisting of Type D Silicone Sealant material, Foam Backer Rods, Sidewalk Cover Plates (as required) and all associated miscellaneous components.

The Contract unit price per square foot for joints will be full compensation for all work and materials necessary for the complete installation. Such price and payment will include, but not be limited to, the following specific incidental work: (a) Any work required to clean and prepare the adjacent bridge deck, deck block out or deck joint gap. (b) Any repairs to the galvanizing on metallic joint components. (c) Any additional work or materials required for non-standardized or special construction or installation techniques. (d) Any cost of erection and removal of any temporary supports which may be necessary for ensuring proper alignment and positioning of the joint relative to the bridge deck. FDOT pay item.

Pay Item No. 1.8 – Channel Cleaning

The quantity to be paid for under this Section must be one lump sum.

All dredging operations must conform to the applicable requirements of Section 120 of the FDOT Specifications, as amended herein, and must be performed in accordance with all provisions and conditions of all permits issued for dredging operations on this project. Dredging must include all labor, equipment and materials necessary for cleaning, deepening and widening an area, canal, creek or area by the use of a dredge, or any other type of machinery or equipment used to clean, deepen, or widen and also pumping (and/or otherwise transporting) of the dredged material to the spoil site.

All dredged material must become the property of the contractor and the contractor must be responsible for transportation of dredged material to a suitable offsite disposal area (unless specified otherwise).

Pay Item No. 1.9 – Expansion Joints

This Section provides shall conform to applicable requirements of FDOT Section 932. The requirements for furnishing and installing a bridge deck joint sealing system consisting of silicone sealant and epoxy mortar headers. The epoxy shall be mixed in accordance with the manufacturer's recommendations and the requirements of this Specification. Expansion joint for concrete pavement surfaces (bridge deck) shall conform to applicable requirements of FDOT Section 458-1-21, basic items of joints.

The Contract unit price per foot for joints will be full compensation for all work and materials necessary for the complete installation. Such price and payment will include, but not be limited to, the following specific incidental work:

a) Any work required to clean and prepare the adjacent bridge deck, deck block out or deck joint gap. b) Any work to replace any rejected joints. c) Any repairs to the galvanizing on metallic joint components. d) Any additional work or materials required for non-standardized or special construction or installation techniques. e) Any cost of erection and removal of any temporary supports which may be necessary for ensuring proper alignment and positioning of the joint relative to the bridge deck. f) Any sidewalk cover plates required. g) All costs associated with the manufacturer’s installation technician. h) All work related to performance of the watertight integrity test and any necessary repairs and retesting.

Payment for the repair of the seawall connection will be for connection per all details on

Pay Item No. 1.11 – Bulkhead/ Seawall Spall Repair

The basis of payment for the bulkhead / seawall repair for above pay item per linear foot. Bulkheads constructed from temporary joint filler shall be installed in the joint to contain the epoxy mortar and keep it from running into the joint. The material shall be the proper total thickness to maintain the correct joint width.

Pay Item No. 1.12 – 6” Stripping for Deck

The basis of payment per linear foot and shall include all equipment, preparation, materials and incidentals required to complete the work per the plans.

All marking work shall be performed per the latest edition of FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. This specification includes the following work: RPM's (Section 706), painted traffic stripes and markings (Section 710), thermoplastic stripes and markings (Section 711) and tubular delineators/flex posts (Sections 705 and 972).

The Contractor is responsible to ensure that striping is correctly placed. Errors in striping or markings shall be "blacked-out" with paint, unless otherwise directed by the Engineer. No payment will be made for these incorrect or "blacked-out" areas. Omissions in striping or markings shall be corrected to the Town's satisfaction prior to any payment being made.

Crystal Drive Bridge Repair

1.1 LOCATION OF THE WORK SITE AND ACCESS

The general locations of the proposed Work for the Project are:

Bridge No. Location Water Body

156401 Island Drive CRAB KEY

Access to the Work site shall be over public streets and rights-of-way. Any damage to existing pavement or other surface improvements, attributable to the Contractor's activities, shall be restored to like-new condition by the Contractor at the Contractor's expense.

1.2 SCOPE OF WORK

The essential portions of the proposed Work for the Project is to repair (furnish, place, finish, and cure materials) concrete bridges, including: expansion joints; concrete spall repair deck and concrete pier caps, bulkhead seawall, and concrete bridge railing and inject and seal crack. All Work shall be of the highest standard and in strict accordance with the manufacturer's instructions and recommendations. The material placement (installation) shall be performed by a contractor having past experience with the use and application of the specified materials or by a contractor who has had prior instructions, before application, on the use and application or the material by the manufacturer. A manufacturer's representative shall be present during the initial phases and finishing of the installation. Said representative shall furnish a written report to the City. Estimated quantities and Contract Pay Items are listed in the Proposal.

1.3 ESTIMATED QUANTITIES

The estimated quantities listed in the Proposal for the various Contract Pay Items shall be used for the purposes of comparing bids and determining amounts for which the bid and performance bonds shall be furnished. Certain estimated quantities listed are greater than the quantities required to complete the Work as shown on the Plans. The greater quantities and quantities of work items not shown may be for contingent work; compensation for contingent work will be made if required and approved by the Engineer. The City reserves the right to vary the estimated quantities or to delete the Work and the corresponding Contract Pay Items from the Contract. The Contractor will be compensated for work actually performed as indicated on the Plans, in the Specifications, or authorized by the Engineer, all in accordance with the unit prices and lump sum prices contained in the Proposal. The bidder shall quote in the Proposal a unit or lump sum price for which he will perform the work for each of the Contract Pay Items.

1.4 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION The Contractor shall be responsible for prevention, control, and abatement of erosion, siltation, and water pollution resulting from construction of the Project until final acceptance of the Project. The Contractor shall implement all appropriate turbidity management practices at the point of discharge into a storm sewer, gutter, or other conveyance to ensure that state water quality standards are not violated at the point where the storm drain, gutter, or other conveyance discharges into a surface water. All necessary provisions shall be taken to ensure compliance with the water quality standards of the State of Florida.

SECTION 2 - CEMENTITIOUS AND PROTECTIVE COATINGS 2.01 GENERAL

The Work includes furnishing all materials, labor, supervision, tools, equipment, and incidentals for the removal and repair of designated areas of deteriorated pre-stressed and reinforced concrete structures by use of patching, crack repair applications, and coatings. The Work is the repair of spalls and cracks, as shown on the Plans.

2.02 SUBMITTALS The Contractor shall submit the manufacturer's catalog data, including performance data, physical properties, and recommended application procedures on the cementitious material and coating materials for approval by the Engineer.

The Contractor shall provide certification from the manufacturer of the mortar that the product has been manufactured and supplied in accordance with these Specifications.

2.03 MATERIALS Materials to be used in the Work are as follows: A. Welded Wire Fabric: Welded Steel wire fabric in accordance with FDOT-SSRBC Section 931-1.2, ASTM A 185, which is rigidly welded at joints and points of intersection to form a fabric reinforcement. Furnish fabric in sizes indicated on the Plans. B. Reinforcement Steel (when required and directed): Billet steel bars in accordance with FDOT-SSRBC Section 931-1.1. Furnish ASTM A 615 Grade 60 deformed bars and ASTM A 706 low allow steel deformed bars. C. Epoxy grout: Epoxy grout for application around dowels shall be FDOT/ City approved and have a compressive strength of 5,000 psi and a tensile strength of 80,000 psi.

2.04 CONSTRUCTION The Contractor shall accomplish the Work as follows: A. Proceed with the patching, crack repairs, and coating after approval of the material and application procedures by the Engineer. Conform to the material manufacturer's safety precautions in performance of the Work. B. Sound the area around the deterioration with a light hammer. The Engineer will identify and then delineate those areas that are to be repaired. C. Square cut edges where indicated, and remove all gunite and unsound concrete by an acceptable method that does not damage the concrete beyond the intended boundaries or depth of the repair area. Use a chipping hammer, weighing not more than 15 pounds, or other approved mechanical means, to remove the deteriorated concrete. If deteriorated concrete extends to the existing reinforcing steel, and the steel is corroded with cross section loss, continue with repair for a major spall repair. Sandblast the concrete surface to remove all loose and foreign materials. Keep the concrete clean of excessive moisture, dust, laitance, oil, grease, and disintegrated materials. D. Mix the mortar in accordance with the manufacturer's directions as approved. Prior to application, spray wash the surface with fresh water to remove salt water contaminants. At the time of application, the substrate must be saturated surface dry with no standing water. Scrub the mortar into the substrate, filling all voids. The scrub coat is still plastic, force material against the edge of repair, working toward the center. After completely finishing the repair area, consolidate the mortar and then screed.

After the mortar is set to the desired stiffness, finish the surface as required with a trowel, float, or broom to produce a neatly finished area. Where the depth of repair to sound concrete exceeds 12 inches in thickness, score the surface of each lift to produce a roughened surface for the next lift. Allow the proceeding lift to reach final set before applying the next lift. Scrub fresh mortar into the preceding lift. Then apply final coatings.

SECTION 3 - FDOT 413 SEALING CRACKS AND CONCRETE STRUCTURE SURFACES 413-1 Description. Seal concrete surfaces and cracks in concrete using materials, surface preparation, and application of penetrant sealers and high molecular methacrylates (HMWM) as specified in this Section and in accordance with the manufacturer recommendations. Consult with the FDOT State Materials Office (SMO) in the event of conflict between the manufacturer's recommendations and this specification. Perform surface preparation and application to all areas as shown in the Plans or as directed by the Engineer. 413-2 Penetrant Sealers. 413-2.1 Materials: Use alkylalkoxysilane penetrant sealers, with 40 percent solids and active materials dispersed in water that meet the following:

Table 1: Physical Properties of Penetrant Sealers Appearance White, or light gray color or fugitive dye VOC content (EPA method 24) Less than 350_gll Flash Point (ASTM 3278) Greater than 200°F SETA Less than Resistance to Chloride ion 0.52 pounds/yd 3(criteria of 1.5) at 1/2 inch penetration AASHTO T259 level; and T260 00.50%.00 pounds/y maximum/48d3 (criteria hours ;of 0.75) at l inch Water absorption test (ASTM C 642) 1.5%level maximum/50 days NCHRP244 Series II - cube test

Water weight gain 85% reduction minimum Absorbed chloride 87% reduction minimum Series IV - Southern climate

Absorbed chloride 95% reduction minimum (non- air- entrained concrete) 0 rating "No Scaling resistance (ASTM C 672) Scaling" (100 cycles)

413-2.2 Surface Preparation for Penetrant Sealer: 413-2.2.1 General: Prepare concrete surfaces to receive a penetrant sealer in accordance with these Specifications dependent on whether the surfaces are of recently cast concrete (new construction) or of existing concrete. 413-2.2.2 Surface Preparation for New Construction: Remove substances such as dust, grime, dirt, curing compounds, form oil, debris, etc. by water blasting, light sandblasting, wire brushing, or other methods acceptable to the Engineer, all in accordance with the penetrant sealer manufacturer’s recommendations. When using cleaning methods other than water blasting, wash the cleaned surfaces with water meeting the requirements of Section 923, as a final cleaning operation. 413-2.2.3 Surface Preparation for Existing Concrete: Remove substances such

as dust, grime, dirt, stains, mineral deposits, oil, bituminous materials, debris, and all other deleterious material by using water blasting equipment of sufficient operating capacity and pressure, all in accordance with the penetrant sealer manufacturer's recommendations. 413-2.2.4 Cleaning Equipment: Use approved water blasting equipment to clean existing concrete surfaces. Use water blasting equipment which is specifically manufactured to clean concrete surfaces. Use equipment that has a minimum rated nozzle capacity of 6,000 psi using the spray head proposed for use in the work. 413-2.2.5 Water for Blasting: Use water meeting the requirements of Section 923. 413-2.2.6 Concrete Surface Cleaning Operation: Exercise sufficient care during the cleaning operation to minimize the removal of the concrete matrix. Furnish hand tools, power grinders, and other similar equipment to remove materials which cannot be removed by water blasting without abrading the concrete matrix beyond acceptable limits. Wash concrete surfaces cleaned by methods other than water blasting with water blasting equipment as the final cleaning operation. Limit the duration of water blasting to provide a light abraded surface. Do not allow surface abrasion to exceed 0.016 inch. The Engineer will not require further cleaning of stains still apparent after abrading to a depth of0.016 inch. Avoid exposure of coarse aggregate by water blasting. Re-clean concrete surfaces which become contaminated before applying the penetrant sealer at no expense to the Department prior to applying the penetrant sealer. 413-2.3 Application of Penetrant Sealer Materials: Apply the penetrant sealer only to surfaces which have been prepared in accordance with these Specifications and approved by the Engineer. For application of the penetrant sealer, meet these Specifications and the penetrant sealer manufacturer’s recommendations. Prior to application of any penetrant sealer, cure concrete for a minimum of 21 days. Apply penetrant sealer no later than ten days after completion of the surface preparation and prior to any contamination of the prepared surfaces as determined by the Engineer. 413-2.3.1 Application Equipment: Apply the penetrant sealer using any suitable air or airless sprayer with an operating pressure of approximately 20 psi. 413-2.3.2 Application Limitations: Apply the penetrant sealer material only when the ambient air is between 50 and 90°F. Apply the penetrant sealer only to concrete surfaces which have dried a minimum of 48 hours after water from any source last contacted the concrete surfaces. Do not apply the penetrant sealer when winds are blowing 25 mph or more, during rainfall, or when water spray or mist is present. 413-2.3.3 Application: Apply the penetrant sealer only to concrete surfaces that have been prepared in accordance with the requirements and limitations set forth in these Specifications. Determine the actual coverage rate in square feet per gallon on the basis of field trials. Conduct a field trial to determine coverage rate at the beginning of any penetrant sealer application operation. Conduct additional confirmation field trials at a frequency of once for every 5,000 ft2 applied, each production day of application, or when the character of the work changes, whichever is sooner. For each field trial, determine the optimum coverage rate for 500 ft2 of surface area. Maintain the penetrant sealer application rate between 155 and 225 ft2 covered per gallon of penetrant sealer used. Apply the penetrant sealer in a uniform manner without pudding and skips. Redistribute any penetrant sealer which is applied and subsequently puddles in low areas over the concrete surfaces by use of a squeegee.

Begin the application of the penetrant at the lowest elevation and proceed upward toward higher elevations unless otherwise approved by the Engineer. Maintain operating in the sprayers used for application of the penetrant sealer material sufficiently low so that atomization or misting of the material does not occur. Saturate cracks to refusal when used as crack sealer per 400-21. 413-2.4 Control of Materials: 413-2.4.1 Packaging and Identification: Deliver the penetrant sealer to the project in unopened, sealed containers with the manufacturer's label identifying the product and with numbered seals intact. Ensure that each container is clearly marked by the manufacturer with the following information: a. Manufacturer's name and address. b. Product name. c. Date of manufacture. d. Expiration date. e. LOT identification number. f. Container serial number. 413-2.4.2 Manufacturer's Certification: Provide the Engineer a certification conforming to the requirements of Section 6 from the manufacturer, confirming that the penetrant sealer meets the requirements of this Section. Do not incorporate these materials into the project until the Engineer has accepted and approved the certification for the material. Submit such certification for each LOT of material delivered to the project. In each certification, identify the serial or LOT numbers of the containers certified. 413-2.4.3 Materials Sampling for Tests: The Engineer may require samples from each LOT or container of materials delivered to the project or from containers at the point of use. When samples are required, furnish samples in accordance with the Engineer's instructions. 413-2.4.4 Storage of Materials: Store materials delivered to the job site in original unopened containers within an appropriate storage facility. Use a storage facility that provides protection from the elements, and safe and secure storage of the materials. 413-2.4.5 Unused Material in Opened Containers: Do not return unused material in opened containers to storage for later use. Either apply such material to appropriate areas on concrete surfaces or remove and dispose of it at offsite locations provided by the Contractor. 413-2.5 Acceptance: The Engineer will accept penetrant sealer application when it is determined that the Contractor has properly cleaned all surface areas to be sealed and has applied the penetrant sealer within the required rates of application. 413-3 High Molecular Weight Methacrylate (HMWM). 413-3.1 General: Perform the surface preparation and application of a high molecular weight methacrylate to seal cracks on horizontal and slightly sloped concrete surfaces as approved by the Engineer. Applications on bridge decks and other riding surfaces will require the addition of sand over the treated areas to increase the surface friction number (FN) measured as described by AASHTO T242.

The rate of application (ft2 of concrete per gallon) and the application method and equipment to achieve a minimum average penetration of 1 inch must be approved by the SMO prior to commencement of work based on the size, depth and the internal condition of cracks. Submit a written sealer application plan based on the above described crack characteristics for approval by the SMO. In addition, provide a minimum of 14 days advanced notice so that personnel from the SMO may be present at the beginning of work to evaluate the cracks and provide final approval of the application rate if such is requested by the Engineer. Make arrangements with the material manufacturer to provide an on-site technical representative with a minimum often previous projects with experience in the application and formulation of the methacrylates for the initial application and certify that the mixing ratio, application methods, and sand broadcasting are correct and in accordance with their recommendations. The representative shall then visit the site to provide quality assurance observations every two weeks for applications lasting longer than two weeks. Maintain a daily log of used resin material to be verified by the Engineer. Include the drum or container identification number in the log as well as the date and location of use. Retain the containers at the jobsite until the Engineer verifies its use and authorizes removal from the site. 413-3.2 Materials: Use a methacrylate system that has a three component formulation consisting of: a) methacrylate monomer, b) cumene hydroperoxide (CHP) initiator, and c) cobalt promoter. Use a HMWM monomer that is approved by the Department and included on the Department's Qualified Products List (QPL). Use initiator and promoter approved by the monomer manufacturer. Manufacturers seeking evaluation of their products must submit an application conforming to the requirements of Section 6 along with the following documentation: 1. Manufacturer's material installation instructions showing the product can be installed in accordance with this Section. 2. Independent laboratory test data and results showing the product has been tested in accordance with the requirements of this Section and meets the requirements. 3. Qualification of their on-site representatives.

413-3.2.1 Properties: Use a methacrylate material that meets the following physical and performance requirements:

Table 2: Physical Properties of Methacrylate Resin Viscosity (Brookfield RVT) 14-20 cps at 50 rpm Density (ASTM 01481) 8.5- 9.0 lb/gl at 77° F I

I Flash Point (ASTM 093) > 200°F (Pensky Martens CC)

Odor Low Bulk Cure S()eed 3 Hours@ 73°F (max.) Surface Cure 8 Hours_@_ 73°F (max.)

Gel Time (ASTM 2471) 60 minutes (max.)

4-6 Hours (max.) (at 72°F and 50% Tack Free Time Relative Humidity

Compressive Strength (AASHTO T106) 6,500 psi (min) Tensile Strength (ASTM C307) 1,300 psi (min) Shear Bond Adhesion (ASTM C882) 600 psi (min)

Elongation* (ASTM 0638) 10%10% to 30%to 30% Wax Content 00 *Do not usc mcthncrylnlc with clongution less than 20% for concrete decks supported by steel girders.

The monomer shall have a shelf life of no less than 12 months and shall be no more than 8 months old at the time of application. Provide each container shipped to the job site with the following information on a manufacturer's label: manufacturer's name, product name, Jot or batch number, date of production, and drum serial number. Identify the catalysts by their generic classification and provide the date of manufacture.

413-3.2.2 Sand: Use uniformly graded 6-20 (or similar), clean, bagged, blast sand for spreading over the applied polymer on bridge decks and other riding surfaces. CertifY that the sand has a maximum moisture content that does not exceed 0.25% and that the aximum amount of dust or other material that may pass through a No. 200 sieve -200 content) is not greater than 0.75%. Store the sand at a location that will preserve the above described conditions and characteristics of the sand until applied. 413-3.2.3 Identifier: Use methacrylates with a fluorescent dye when applying methacrylate over previously sealed cracks. The fluorescent dye shall be part of the manufacturer formulation and be clearly fluorescent under a UV light source provided by the Contractor. 413-3.3 Surface Preparation: 413-3.3.1 Cleaning: On the day of application, thoroughly power sweep the area to be treated to remove all dust, dirt or debris present. On bridge decks and other riding surfaces, use a tractor mounted (or similar) power broom with non-metallic bristles suitable for the intended purpose. Use a power vacuum after sweeping when sealing cracks on grooved bridge decks. Re-clean the deck as necessary immediately prior to the application as debris may be blown back onto the work area by adjacent traffic or other means. If present, remove oils and oil based substances from the concrete surface using an approved solvent. 413-3.3.2 Containment: Provide adequate containment to prevent the sealer material from flowing beyond the designated area of application. Plug any drain holes or openings within the work area. Prevent airborne material from dispersing onto open traffic lanes or outside the work area. 413-3.3.3 Pavement Markers: Protect by masking or clean after application, all existing pavement markers affected by the application of the methacrylate. Alternatively, remove and replace such markers as indicated in the Contract Documents. 413-3.4 Application: 413-3-4.1 Equipment: Apply the methacrylate material according to the manufacturer's specifications using mobile equipment capable of distributing material on large areas of decks and riding surfaces. Apply the material by hand using adequate containers for isolated or localized applications. 413-3.4.2 Mixing: Mix the methylmeth acrylate material following the manufacturer's specified mixing proportions for the catalysts. Perform the initial mixing by equally dividing the resin to be used into two separate containers. In all instances, mix the initiator (CHP) at the HMWM manufacturer's specified volume with 50% of the monomer resin in one container and the cobalt promoter at the HMWM manufacturer's specified volume with the other 50% in the second container. After properly blending, combine the two resins and mix as per manufacturer's instructions. For spray bar application, mix the activator/resin blend and the

promoter/resin blend through a static mixer in the feed line located ahead of the material distribution bars where polymerization would start. Calibrate the valves to the static mixer to ensure a one to one mixing ratio of the two blends. 413-3.4.3 Polymer Application (Mobile Distribution): Distribute the monomer uniformly over the work area using a pressure nozzle or spray head distribution bar system. Provide feed to the distribution bar(s) using positive displacement pumps moving equal amounts of the two monomer blends from two calibrated drums. Calibrate the equipment to mix the two monomer blends to the recommended ratio (by volume) within plus or minus 5%. The discharge volume shall be calibrated to the moving speed to provide a discharge rate capability ranging from 50 to 200 square feet per gallon at a pressure ranging from 15 to 60 psi. The typical application rate of the material is approximately 100 square feet per gallon. Prior to application of the monomer, the SMO will approve the final production application rate based on the internal characteristics of the cracks as determined from Contractor supplied cores that the Engineer approves as being representative of the overall cracking conditions. 413-3.4.4 Polymer Application (Localized Distribution): Distribute the material by hand over the work area using pails or other suitable containers adequate for the size of the area. This only applies to localized small areas or areas where the use of mobile distribution equipment would be considered impractical as approved by the Engineer. Do not re-use containers or mixing paddles fully or partially contaminated with polymerized methacrylate . 413-3.4.5 Sealing of Cracks: Regardless of the method used to apply the material over the concrete surface, work the material back and forth over the cracks to maximize the amount of material to be absorbed by the cracks. Move the material over the cracks using brooms, squeegees or paint brushes as appropriate, based on the size of the area. Commence this operation immediately after distributing the material on the concrete surface. Continue this operation until no additional material is flowing inside the cracks or the material begins to exhibit signs of polymerization. Do not distribute material over areas larger than what the available personnel can effectively work over the cracks within the limits of the pot life. 413-3.4.6 Sand Distribution: Apply sand over the monomer treated area within a timely period following the application of the polymer based on the manufacturer's recommendations for the existing conditions. Use equipment that will produce a uniform distribution of the sand over the treated area. If wheel mounted, use a sand spreader that has pneumatic tires compatible with the treatment material such that no tire footprints are left on the deck surface. Use an initial application rate of0.6 (plus or minus 0.05) pounds of sand per square yard of treated area, and adjust the rate as necessary to produce a friction number (FN) of no less than FN40R greater than or equal to 35 at 7 days. Coordinate with the Engineer to conduct a preliminary on-site friction test to determine the actual sand application rate prior to the beginning of production application. If friction numbers below those specified are obtained, completely remove all loose sand from the surface and re-apply the polymer at a rate of 150 square feet per gallon and spread additional sand as necessary to achieve the specified friction numbers. Remove the surface material by grinding, shot blasting, or other approved method if satisfactory friction values are not achieved. Friction tests will be conducted by the State Materials Office. 413-3.5 Opening Riding Surfaces to Traffic: Protect the sand covered area from vehicular traffic until the polymer has fully cured. After curing, power vacuum to remove excess sand from the riding surface, before opening to traffic. 413-3.6 Acceptance Tests: Verify penetration of the methacrylate into the cracks by extracting a 2 inch diameter core ( 1-1/2 inch deep) for every 1000 square feet or less (if

application is less than 1000 square feet) of sealed concrete. Use caution to prevent cutting the reinforcing steel. Frequency of verification may be reduced by the SMO with the concurrence of the Engineer. Test curing on the treated area using a cotton strand or cotton ball. Consider the material fully cured and ready for traffic when polymer does not adhere to the cotton ball when pressed against the treated surface and then pulled away. Obtain approval from the Engineer prior to reopening area to traffic. 413-3.7 Limitations: Apply the material only under weather conditions recommended by the manufacturer and when no rainfall has occurred during the previous 48 hours and no rain is expected for the next 6 hours following completion of the application. 413-4 Method of Measurement. Prestressed, precast items designated in the Plans to be sealed with penetrant sealer, will not be measured for separate payment. The Contractor shall include the cost of cleaning, ealing, and applying penetrant sealer with the cost of the prestressed, precast items. For cast-in-place surfaces to be sealed with penetrant sealer, the quantities to be paid for will be (1) the volume, in gallons, of penetrant sealer as determined by use of the field measured area satisfactorily sealed divided by the approved application rate based on field trials, and (2) the area, in square feet, of cleaning and sealing concrete surfaces as determined by field measurement, completed and accepted. Quantities of high molecular weight methacrylate to be paid will be based on the volume in gallons of monomer resin material (not including the promoter, initiator, and fluorescent dye) actually used to seal the cracked surfaces at the approved application rate, and the dimensions of the treated areas in square feet. The area of application will be computed based on the plan dimensions of concrete surface sealed with methacrylate. For localized application, the Engineer will determine the method of measurement that most accurately reflects the area of application in square feet. 413-5 Basis of Payment. Prices and payments will be full compensation for all work specified in this Section, including cleaning, furnishing and applying the material required to satisfactorily clean and seal cracks and designated surface areas, testing, and miscellaneous related costs including storage, handling, etc. No additional compensation will be made for material, reapplication or removal due to Contractor error, or to correct deficient friction values. Payment will be made under: Item No. 413-149- Penetrant Sealer- per gallon Item No. 413-151- Methacrylate Monomer- per gallon Item No.413-154- Cleaning and Sealing Concrete Surfaces – square foot

SECTION 4 - FDOT 411 EPOXY INJECTION OF CRACKS IN CONCRETE STRUCTURES

411-1 Description. Inject epoxy into cracks in Portland cement concrete. 411-2 Materials. Meet the requirements of Section 926 and as follows: Use Type E compound epoxy for injection. Use Type F-1 compound epoxy for sealing crack surfaces in preparation for injection. Use epoxy materials on the Qualified Products List. 411-3 Equipment. For the equipment used to inject the epoxy, meet the recommendations of the epoxy injection material manufacturer and the following requirements: (I) Use equipment that has the capacity to automatically proportion the material components within the mix ratio tolerances set by the epoxy materials manufacturer. (2) Use equipment that has the capacity to automatically mix the epoxy component materials within the pump and injection apparatus. The Engineer will not allow batch m1xmg. (3) Use equipment that has the capacity to inject the epoxy resin under controlled variable pressures up to 200 psi, with a pressure gauge mounted at or near the nozzle to indicate the actual working pressure. 411-4 Injection Personnel Qualifications. Employ personnel trained in performing injection work similar to that required for the project to carry out the epoxy injection of cracks in concrete. Provide an on-site supervisor for the epoxy injection work who is qualified by one of the following methods: (1) Certified by the manufacturer of the epoxy injection material as having the necessary competence to accomplish the epoxy injection work in a satisfactory and safe manner in compliance with these Specifications. (2) He can furnish documented evidence that he has a minimum of three years’ experience of on-site supervision of similar epoxy injection work and a list of five contracts in which similar epoxy injection was acceptably completed. Ensure that the listed experience in on• site supervision and completed contracts contains the project name and location, names of contracting parties, the owner's name, brief description of the work, and dates of completion of the epoxy injection work. Furnish written evidence showing personnel training and the on-site supervisor's qualification to the Department prior to beginning any epoxy injection work. 411-5 Crack Surface Preparation and Cleaning Requirements. Clean the area surrounding the cracks of all deteriorated concrete, efflorescence and other contaminants detrimental to the adhesion of the surface sealing epoxy compound. Clean the interiors of the cracks with air under sufficient pressure to remove loose materials entrapped within the crack including efflorescence. 411-6 Sealing Cracks for Epoxy Injection. After cleaning, drill injection port holes using a swivel drill chuck and hollow drill bits, including a vacuum attachment which will remove dust and debris generated during drilling. Determine the spacing of the injection port holes by the size of the crack and the depth of the crack in the concrete substrate. Generally, space the injection ports from 4 to 8 inches apart.

Determine the actual spacing of injection ports by field trials. Drill the holes to a minimum depth of 5/8 inch, exercising care in aligning the hole along the plane of the crack so that the hole follows the crack for the full 5/8 inch depth. Insert the injection ports in the drilled holes approximately 112 inch, allowing for a small reservoir below the injection port . After cleaning the cracks and drilling the injection port holes, seal the crack surface and the injection ports with suitable epoxy. 411-7 Epoxy Injection. Inject the epoxy in accordance with the epoxy manufacturer's instructions. Determine the actual injection procedures and pressures in field trials, based on crack widths and depth into the substrate and sufficiency of the results. 411-8 Cleaning After Epoxy Injection. Clean concrete surface areas of excess epoxy materials and injection ports after completing the epoxy injection work. Clean in a manner which will not damage the concrete by scraping, light sand blasting, grinding, use of solvents, or any other appropriate method approved by the Engineer. Clean excess materials so that no epoxy material or injection ports extend beyond the plane surface of the concrete. 411-9 Acceptance. Drill three cores located in each day's work as directed by the Engineer. Take drilled core samples containing representative crack sizes. The Engineer will accept the epoxy injection work represented by the core samples when the core samples indicate that 90% of the crack void greater than 0.006 inch wide is filled with epoxy resin and the concrete of the core sample is bonded through the crack into a unit. Re-inject epoxy injection work which does not satisfy the acceptance criteria, and correct it as necessary at no expense to the Department. Install additional injection ports as required to achieve satisfactory reinjection of epoxy resin. After the epoxy injection work is completed and accepted, fill the core holes with an epoxy mortar consisting of one part by volume epoxy injection resin and four parts by volume clean, dry sand. Supply the sand in moisture proof bags. Do not use previously opened bags of sand for making epoxy mortar . The Contractor may use one part by volume epoxy material for sealing with one part by volume clean, dry sand in lieu of the above. 411-10 Method of Measurement. 411-10.1 Epoxy Material: The quantity to be paid will be the volume, in gallons, authorized, injected, and accepted. 411-10.2 Inject and Seal Crack: The quantity to be paid will be the length, in feet, authorized and accepted, measured along the approximate centerline of the sealed crack. 411-11 Basis of Payment. 411-11.1 Epoxy Material: Price and payment will be full compensation for all work specified in this Section, including furnishing the epoxy material, and miscellaneous related costs, storage, handling, etc. 411-11.2 Inject and Seal Crack: Price and payment will constitute full compensation for furnishing all labor, equipment, incidentals and materials (except epoxy), for cleaning and sealing the crack, and all labor and equipment for injecting the crack. 411-11.3 Payment Items: Payment will be made under: Item No. 411- 1 Epoxy Material -per gallon. Item No. 411- 2 Inject and Seal Crack -per foot.

SECTION 5 - SILICONE BRIDGE DECK JOINT SEAL WITH EPOXY HEADERS

5.1 DESCRIPTION This Section provides shall conform to applicable requirements of DOT-SSRBC Section 932. The requirements for furnishing and installing a bridge deck joint sealing system consisting of silicone sealant and epoxy mortar headers. The epoxy shall be mixed in accordance with the manufacturer's recommendations and the requirements of this Specification. Expansion joint for concrete pavement surfaces (bridge deck) shall conform to applicable requirements of DOT-SSRBC Section 458-1-21.

5.2 GENERAL REQUIREMENTS

The joint sealing system shall be designed for HS-20 truck loading and impact in accordance with AASHTO design parameter and shall accommodate the anticipated joint movement.

A. Silicone The silicone shall as a minimum:

1. Be a two component rapid curing system. 2. Be mixed through a static nozzle mixing system in sufficient quantity so that a minimal number of passes are need to properly fill joint. 3. Be compatible with the epoxy mortar header material. 4. Have gone through a two-year field evaluation and be approved by the office of material and research. 5. Be recessed below the riding surface throughout the normal limits of joint movement. 6. Be capable of being repaired without requiring the removal of the entire joint.

B. Epoxy

The epoxy mortar shall as minimum:

1. Be compatible with the silicone and concrete, steel, or asphalt to which it is bonded. 2. Provide a smooth riding surface across the joint. 3. Be capable of being mixed using normal equipment. 4. Be capable of being mixed and placed at of 55 degrees F and above. 5. Be capable of being repaired without requiring the removal of the entire header.

5.3 MATERIALS

A. Acceptance

Silicone furnished under this Specification shall have successfully gone through a two year field evaluation. The manufacturer shall furnish a certification for each batch or lot of silicone furnished. Each container shall be marked with the manufacturer’s

name, batch of lot number and component identification. All containers shall be undamaged and properly sealed. Preliminary samples of the epoxy shall have been tested by a certified test lab to confirm that the epoxy meets the requirements of this Specification. The manufacturer or the supplier of the joint system shall certify that the epoxy furnished is the same formulation as the samples submitted. Even though the components of the joint system meet all of the requirements of this Specification, failure to perform adequately in actual use shall be cause for rejection.

At the option of the City, material may be accepted on the basis of the manufacturer’s or supplier's certification or from results of tests made on random samples selected from the shipment after delivery.

B. Silicone Joint Sealant

The sealant shall be a two component rapid curing self- leveling silicone that cures to an ultra-low modulus rubber. The silicone shall conform to the physical requirements of the 2010 FDOT-SSRBC Section 932-1.3.2 for a Type C silicone sealant. Test method shall be in accordance with the FDOT-SSRBC Section 932-1.3.3.

C. Epoxy Mortar Header Material

The header material shall be a two component rapid curing epoxy with aggregate that cures to a dense semi-flexible, weather, abrasion, and impact resistant epoxy mortar. The material shall have the following physical properties:

1. Mixed epoxy without aggregate (before and after oven aging at 70 degrees C for hours):

Test Requirements Test Method

Tensile Strength 900 psi minimum ASTM D 638

Elongation at break 40% minimum ASTM D 638

Shore D Hardness 45-75 ASTM D 2240 Pot

Life 45 minutes max. GDT – 111

2. Mix ed Epoxy with Aggregate

Test Requirements Test Method

Compressive Strength 2,500 psi minimum ASTM C - 39 at 24 hours

R esilience at 5% Deflection 75% minimum* GDT - 111

B ond Strength to Concrete 375 psi minimum * GDT - 111

Wet Bond Strength to Concrete 250 psi minimum * GDT - 111

Thermal Compatibility No Delamination ASTM C 884

* Minimum psi or Concrete Failure

D. Aggregate

The aggregate shall be furnished by the manufacturer. It shall be well graded, clean and dry, meeting the following gradation requirements.

5.4 Percent Passing Size by Weight

No. 4 sieve 100

No. 80 sieve 0 - 5

Note: Method of tests shall be in accordance with AASHTO T 27.

E. Temporary Joint Filler

The temporary joint filler shall be extruded rigid cellular polystyrene having sufficient compressive strength to ensure that the correct joint width is maintained and relatively smooth and straight faces are obtained upon removal of the material.

F. Backer Rod

Backer rod shall be in accordance with the silicone manufacturer's recommendations.

G. Primer

Primer shall be in accordance with the silicone manufacturer’s recommendations.

5.5 CONSTRUCTION

The installation and handling of the epoxy and silicone shall be in accordance with the manufacturer’s recommendations and the following:

A. Weather Limitations

No part of the installation (pouring the epoxy mortar or applying the silicone sealant) shall be applied on wet or damp surfaces. The ambient temperature shall be at least 55 degrees F and rising.

B. Surface Preparation

The Contractor shall remove all loose, eroded and unsound concrete from the surface within the joint area. The concrete surfaces shall then be sand blasted or abraded free of oil, dust, dirt, traces of asphaltic concrete or other contaminants immediately before placement of the epoxy mortar. Compressed air used for sandblasting and/or blowing debris shall be moisture and oil free.

C. Bulkheads

Bulkheads constructed from temporary joint filler shall be installed in the joint to contain the epoxy mortar and keep it from running into the joint. The material shall be the proper total thickness to maintain the correct joint width. The cure time of epoxy mortar is directly related to the temperature. The following table will serve as a general guideline for the cure time at various temperatures.

5.6 Air & Deck Temperature Approximate Cure Degrees F Time (Hours)

40 5 50 4 60 3 70 22 80 12 90 1 100 :

If the ambient temperature is not 55 degrees F and rising, the removal of the old joint should be postponed. If it is not possible to postpone the operation, supplement heat will be necessary to be able to complete the operation and reopen the lane in a reasonable amount of time. If supplemental heat is used, care shall be exercised to make sure the cure has progressed throughout the mass of the header.

D. Joint Sealant Application

After the epoxy mortar has developed sufficient to be traffic ready, the temporary joint filler shall be removed with a chainsaw or other practical means. The joint faces shall then be thoroughly cleaned of all joint filler and then lightly sand blasted to remove all residue. A primer, as recommended by the sealant manufacturer, shall be applied to the surfaces of the joint (in accordance with the manufacturer’s recommendations) and allowed to dry prior to the installation of the sealant. Backer rod shall be oversized a minimum of 25%. The backer rod shall be installed to a depth that will allow the sealant to be from 1/2" to 3/4" below the deck in accordance with the recommendations of the manufacturer. The backer rod should be continuous but if this is not possible, the two ends shall be butted together and taped with a bond breaking tape. The silicone is self-leveling, therefore care shall be exercised to ensure that leak- by is not a problem.

E. Special Requirements

The following special requirements apply to the Work:

1. After the joint has been sealed, all surplus sealant or other residue on the bridge deck shall be promptly removed. 2. Primer shall be used in accordance with the manufacturer’s recommendations and allowed to dry prior to installing the backer rod. 3. Air compressors used for cleaning joints shall be equipped with suitable traps capable of removing surplus water and oil in the compressed air. The compressed air will be checked daily by the engineer for contamination. No contaminated air shall be used. The compressor shall be capable of delivering compressed air at a continuous pressure of at least 90 psi. 4. The Contractor shall not allow traffic over the sealed joints until the epoxy mortar is sufficiently hardened and the sealant is tack free and cured sufficiently to resist displacement of the sealant due to deck movement or other causes.

SECTION V

CONTRACT DOCUMENTS

Table of Contents: CONTRACT BOND ...... 1 CONTRACT ...... 3 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT ...... 7 PROPOSAL BOND ...... 8 AFFIDAVIT ...... 9 NON COLLUSION AFFIDAVIT ...... 10 PROPOSAL ...... 11 CITY OF MADEIRA BEACH ADDENDUM SHEET ...... 14 BIDDER’S PROPOSAL ...... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ...... 16

SectionV Page i 7/29/2013 BOND NUMBER: ______

CONTRACT BOND

(1)

STATE OF FLORIDA

COUNTY OF ______

KNOW ALL MEN BY THESE PRESENTS: That we ______as Contractor and ______(Surety) whose home address is ______

HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Madeira Beach, Florida (hereinafter called the "Owner") in the penal sum of: ______Dollars ($______) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the ______day of ______, 20___, entered into between the Contractor and the City of Madeira Beach for:

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein.

NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract.

SectionV Page 1 of 16 7/29/2013 CONTRACT BOND

(2)

And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise.

And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract.

And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this ______day of ______, 20___.

______CONTRACTOR

By: ______

ATTEST:

______

______SURETY

WITNESS: By: ______ATTORNEY-IN-FACT

______

COUNTERSIGNED:

______

______

SectionV Page 2 of 16 7/29/2013 CONTRACT

(1)

This CONTRACT made and entered into this ___ day of ______, 20___ by and between the City of Madeira Beach, Florida, a municipal corporation, hereinafter designated as the "City", and ______, of the City of ______County of ______and State of Florida, hereinafter designated as the "Contractor".

WITNESSETH:

That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows:

The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following:

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEYS

in the amount of $______

In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City.

If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein.

THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES.

SectionV Page 3 of 16 7/29/2013 CONTRACT

(2)

In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements:

In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the nondiscrimination clause.

The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials.

It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract.

It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it.

SectionV Page 4 of 16 7/29/2013 CONTRACT

(3)

The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statues (2013), specifically to:

(a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Madeira Beach in order to perform the service; (b) Provide the public with access to public records on the same terms and conditions that the City of Madeira Beach would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Madeira Beach all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Madeira Beach.

SectionV Page 5 of 16 7/29/2013 CONTRACT

(3)

IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written.

CITY OF MADEIRA BEACH

IN PINELLAS COUNTY, FLORIDA

By: ______(SEAL) Jonathan Evans, City Manager

Attest:

Countersigned: ______Clara VanBlargan, City Clerk

By: ______Approved as to form: Maggie Black, Mayor

______Ralf Brookes, City Attorney

(Contractor must indicate whether Corporation, Partnership, Company or Individual.)

______

______(Contractor)

By: ______(SEAL)

(The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation).

SectionV Page 6 of 16 7/29/2013 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT

(CORPORATION FORM)

STATE OF FLORIDA

COUNTY OF ______

On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, ______, who after being duly sworn, deposes and says:

That he is the ______(TITLE) of ______, a Florida Corporation, with its principal place of business located at ______(herein, the "Contractor").

That the Contractor was the general contractor under a contract executed on the ______day of ______, 20___ with the Error! Reference source not found., FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of:

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property.

That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of ______(Final Full Amount of Contract) in full satisfaction and discharge of said contract.

That the Owner is hereby released from any claim which might arise out of said Contract.

The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes.

Sworn and subscribed to before me ______AFFIANT

This _____day of ______, 20___.

BY: ______

______NOTARY PUBLIC

______My Commission Expires: PRESIDENT

SectionV Page 7 of 16 7/29/2013 PROPOSAL BOND

(Not to be filled out if a certified check is submitted)

KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______as Principal, and ______as Surety, who’s address is ______, are held and firmly bound unto the City of Madeira Beach, Florida, in the sum of ______Dollars ($______) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.

The condition of the above obligation is such that if the attached Proposal of ______as Principal, and ______as Surety, for work specified as: ______all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Performance Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal Bond will be paid to the City as stipulated or liquidated damages.

Signed this ______day of ______, 20____.

(Principal must indicate whether corporation, partnership, company or individual)

______

______Principal

By: ______Title

______

______Surety

(The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation).

SectionV Page 8 of 16 7/29/2013 AFFIDAVIT

(To be filled in and executed if the bidder is a corporation)

STATE OF FLORIDA )

COUNTY OF ______)

______being duly sworn, deposes and says that he/she is Secretary of ______a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at:

______(Street & Number) (City) (County) (State)

Affiant further says that he is familiar with the records, minute books and by-laws of ______(Name of Corporation)

Affiant further says that ______is ______(Officer's Name) (Title) of the corporation, is duly authorized to sign the Proposal for ______or said corporation by virtue of ______(state whether a provision of by laws or a Resolution of Board of Directors. If by Resolution give date of adoption).

______

______Affiant

Sworn to before me this ______day of ______, 20____.

______Notary Public

______Type/print/stamp name of Notary

______Title or rank, and Serial No., if any

SectionV Page 9 of 16 7/29/2013 NON COLLUSION AFFIDAVIT

STATE OF FLORIDA )

COUNTY OF ______)

______being, first duly sworn, deposes and says that he is

______of ______, the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Madeira Beach, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof.

______Affiant

Sworn to and subscribed before me this ______day of ______, 20____.

______Notary Public

SectionV Page 10 of 16 7/29/2013 PROPOSAL

(1)

TO THE CITY OF MADEIRA BEACH, FLORIDA, for

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY and doing such other work incidental thereto, all in accordance with the contract documents, marked

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Madeira Beach, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice.

The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Contract Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Madeira Beach, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Madeira Beach, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit:

SectionV Page 11 of 16 7/29/2013 PROPOSAL

(2)

If the foregoing Proposal shall be accepted by the City of Madeira Beach, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Madeira Beach, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein.

Attached hereto is a bond or certified check on ______Bank, for the sum of ______($______) (being a minimum of 10% of Contractor's total bid amount).

The full names and residences of all persons and parties interested in the foregoing bid are as follows:

(If corporation, give the names and addresses of the President and Secretary. If firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder).

NAMES: ADDRESSES:

______

______

______

______

Signature of Bidder: ______

(The bidder must indicate whether Corporation, Partnership, Company or Individual).

SectionV Page 12 of 16 7/29/2013 PROPOSAL

(3)

The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, to bind the corporation.

Principal: ______

By: ______Title: ______

Business Address of Bidder: ______

City and State: ______Zip Code ______

Dated at ______, this ______day of ______, A.D., 20__.

SectionV Page 13 of 16 7/29/2013 CITY OF MADEIRA BEACH ADDENDUM SHEET

PROJECT: CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications.

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

Addendum No. _____ Date: ______

______(Name of Bidder)

______(Signature of Officer)

______(Title of Officer)

______(Date)

SectionV Page 14 of 16 7/29/2013 BIDDER’S PROPOSAL

PROJECT: CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

CONTRACTOR: ______

BIDDER'S GRAND TOTAL: $______(Numbers)

BIDDER'S GRAND TOTAL: ______

______

______(Words)

BID PROPOSAL Project: CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

BID ITEM UNIT EST UNIT PRICE TOTAL ($) QTY ($) 1.0 Mobilization and Site Preparation Mobilization 1.1 LS 1 Maintenance of Traffic 1.2 LS 1 Erosion Control 1.3 LS 1 Project Sign 1.4 EA 1 Pressure Clean Deck-Superstructure & Reseal 1.5 LS 1 Restore Spall Areas, Latex Modified Mortar-Acrylic 1.6 CF 20 Bridge Deck & Construction Joint Repair 1.7 SF 111 Expansion Joint & Re-Seal 1.8 LF 131 Concrete Barrier Wall Repair 1.9 SF 20 Concrete Bulkhead / Seawall Spall Repair 1.10 LF 65 1.11 6" Striping for shoulder & Center LF 828

Subtotal - General (1.1 - 1.11) Total - 10% Contingency TOTAL

THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN.

SectionV Page 15 of 16 7/29/2013 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM

PER SECTION III, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Madeira Beach in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engages in business operations in Cuba and Syria. ______Authorized Signature ______Printed Name ______Title ______Name of Entity/Corporation STATE OF ______COUNTY OF ______The foregoing instrument was acknowledged before me on this ______day of ______, 20____, by ______(name of person whose signature is being notarized) as the ______(title) of ______(name of corporation/entity), personally known to me as described herein ______, or produced a ______(type of identification) as identification, and who did/did not take an oath. ______Notary Public ______Printed Name My Commission Expires: ______NOTARY SEAL ABOVE

SectionV Page 16 of 16 7/29/2013 SECTION I

ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS

CRYSTAL DRIVE BRIDGE REPAIR OVER CRAB KEY

MADEIRA BEACH, FLORIDA

Copies of the Contract Documents and Plans for this Project are available for inspection and/or purchase by prospective bidders at the City of Madeira Beach’s City Hall - website address: www.maderiabeach.gov, ON 02/08/2019, until no later than close of business three (3) days preceding the bid opening. $40 Price of Contract Documents and Plans reflects reproduction cost only.

The work for which proposals are invited consists of Crystal Drive Bridge Repair, Madeira Beach Fl, including work for the Project to repair (furnish, place, finish, and cure materials) concrete bridges, including: expansion joints; concrete spall repair deck and concrete pier caps, bulkhead seawall, and concrete bridge railing and inject and seal crack with necessary appurtenances.

Sealed proposals will be received by the City Clerk, at the Maderia Beach City Hall, located at 300 Municipal Dr., Madeira Beach, FL 33708, until 10:00 A.M. on 03/08/2019. The bids will be publicly opened and read at that hour and place for Crystal Drive Bridge Repair. The Contractors must submit FDOT prequalification letter from FDOT along with proposal.

A complete bidders package containing plans, specifications, bond forms, contract form, affidavits and proposal form is available to the general public (Contractors, Sub-contractors, suppliers, vendors, etc.) for review and purchase. A 10% bid bond is required for all City of Madeira Beach projects.

The right is reserved by the City of Madeira Beach, Florida to reject any or all bids.

The City of Madeira Beach, Florida

74daf5b0-bd50-4cf2-a1e5-f3e8b494cecb Page 1 of 1 3/1/2013 ;.

Florida Department of Transportation

LETTER OF TRANSMITTAL DATE: 3/30/2018 To: City of Madeira Beach Re: SAM I DISTRICT 7 300 Municipal Dr. Local Government Bridge Inspection Program Madeira Beach, FL 33708

Mr. Derryl O'Neal

On behalf of the Florida Department of Transportation, ICA, is submitting the bridges listed below. We are sending you [gl Attached [gl Via: REGULAR Mail (1) of the following items: --~--- [gl Inspection Reports D Load Rating D

BRIDGE NO. BRIDGE NAME DATE 156401 ISLAND DR OVER CRAB KEY 1/12/2018 If enclosures are not as noted, please contact us at (813)699-4992.

These are transmitted as checked below: D For Approval D For Your Use D As Requested D Review and Comment

Comments:

If you have any questions, please contact Joey Gadah of The Florida Department of Transportation at (813)612-3382. BY:

Blvd.)

KCA

(Gulf

ICA

01/12/2018

INSPECTED

SR-699

DATE:

Summary

of

Data

Report

East

Analysis

Critical

Mile

Rating

INSPECTION

Inspection

0.5

U/W

Fracture Load

TRANSPORTATION

OF

REPORT

BEACH

REPORT

OF

DEPARTMENT

MADEIRA

OF

INSPECTION

CONTENTS

FLORIDA

CITY

Photos/Sketches)

&

FOR:

Notes

BRIDGE

OWNER:

(Profile)

{Element

PREPARED

Key BRIDGE

Elevation

Report

Crab

BrM 156401

CIDR Scour

Addendum

over

NO.

Drive

BRIDGE

Island

of22 of22

1 1

from from

. .

KEY KEY

YKQU YKQU

02/13/2018 02/13/2018

: :

Page Page

copied

exempt exempt

CRAB CRAB

and and

and and

1/12/2018 1/12/2018

PRINTED

OVER OVER

PASS PASS

inspected inspected

DRIVE DRIVE

DR DR

DATE: DATE:

000 000

confidential confidential

be be

KEY KEY

12/4/2017 12/4/2017

is is

may may

000 000

5 5

.

000 000

.

ISLAND ISLAND

CRAB CRAB

15 15

2006 2006

00000 00000

0

PASS PASS

ISLAND ISLAND

81

99.54 99.54

report report

: :

: :

: :

: :

: :

.: .:

information information

T

: :

this this

MP

INSPECTION INSPECTION

NO

( (

of of

This This

. .

BUlL BUlL

NAME: NAME:

ROUTE

INDEX

page page

UNDERWATER: UNDERWATER:

RATING: RATING:

DEFICIENT DEFICIENT

CARRIED

structure

YEAR YEAR

cover cover

SECTION SECTION

the the INTERSECTED

SYSTEM SYSTEM

the the

of of

HEALTH HEALTH

FACILITY FACILITY

1/12/2018 1/12/2018

Report Report

TRANSPORTA.1ION TRANSPORTA.1ION

Only Only

STRUCTURE STRUCTURE

. .

OF OF

SUFFICIENCY SUFFICIENCY

depictions depictions

FEATURE FEATURE

Statutes

STRUCTURALLy STRUCTURALLy

and and

WATER: WATER:

Inspection Inspection

D D

Florida Florida

Slab Slab

MANAGEMENT MANAGEMENT

BL BL

structure structure

a a

01 01

ABOVE ABOVE

(3)(b), (3)(b),

lnspection/CIDR lnspection/CIDR

of of

Agy Agy

Agy Agy

GULF GULF

DEPARTMENT DEPARTMENT

Associates Associates

119.071 119.071

NBI NBI

& & security security

Hwy Hwy

Hwy Hwy

BRIDGE BRIDGE

and and

Concrete-

( (

SR-699 SR-699

physical physical

(3)(a) (3)(a)

PERFORMED: PERFORMED:

Campo Campo

OF OF

Regular Regular

the the

FLORiuA FLORiuA

E E

to to

119.071 119.071

WAS WAS

City/Municipal City/Municipal

City/Municipal City/Municipal

Highway-pedestrian Highway-pedestrian

Waterway Waterway

Prestressed Prestressed

5MI 5MI

.

Kisinger Kisinger

5 5

4 4

5 5

4 4

0

5 5

relating relating

OBSOLETE OBSOLETE

: :

sections sections

BY: BY:

BY: BY:

to to

ON: ON:

TYPE

Tampa Tampa

-

information information

UNDER: UNDER:

INSPECTION INSPECTION

156401 156401

OWNER: OWNER:

TYPE TYPE

pursuant pursuant

D7 D7

LOCATION: LOCATION:

INSPECTION: INSPECTION:

ID: ID:

INSP005 INSP005

: :

TYPE TYPE

FIELD FIELD

contains contains

OF OF

. .

ID

SERV. SERV.

MAINTAINED MAINTAINED

FUNCTIONALLy FUNCTIONALLy

inspection inspection

STRUCTURE STRUCTURE

report report

DATE DATE

TYPE TYPE

SERV

D D

DISTRICT: DISTRICT:

Structure Structure

REPORT REPORT

public public This This of22

2

YKQU

from

KEY

02/13/2018

Page

:

copied.

exempt

CRAB

and

and

1/12/2018

PRINTED

OVER

!\

PASS

.

inspected

DR

DRIVE

DATE:

000

confidential

KEY

be

is

000

may

000

.

12/4/2017

ISLAND PASS

15

2006 ISLAND

0

00000 CRAB

:

report

.:

T:

information

MP

NO

this

INSPECTION

)

ACTION

of

BUlL

NAME:

This

ROUTE:

CARRIED:

page

YEAR

SECTION

DEFICIENT

UNDERWATER:

structure.

INTERSECTED:

Damage

cover

SYSTEM

(NBI)

the

the

FACILITY

STRUCTURE

CORRECTIVE

of

N/A

-

Minor Report

TRANSPORTATION

....

N 7 Only

99.54

81.5

.

I~

: ~~

FEATURE

1

t,z

OF

'1'41-

~

•JI!~

1

1/12/2018

,•

depictions

PROMPT

Itt

Ca

Statutes

STRUCTURALLy

INDEX:

II-

f.~,,,"-

RATING

1/JJ

6r

Inspection .

CULVERT

1

CHANNEL:

1

1

D

Florida

\

WATER:

MANAGEMENT

~~~~-

SUFF

REQUIRE

Slab

STAtE 0NAL

HEALTH

~

1

BL

·-~9~~'?--"c;" a s r d

lnspection/CIDR

COMPONENTS

Diver

t:>?/,t~/1¥§

01 (3)(b),

••

\\\\

of

-

'

~~

ABOVE

DEPARTMENT

Agy ;-.(\ ~~~:

Agy

~''\ri-"'{

WHICH

Lead

GULF

Associat~,

Associates ~

-

:

ENGINEER:

BRIDGE 119.071

&

~

-. ~?~

&

-o·

security

(lead)

=:-~5~-=----

Hwy

Hwy :::0

NBI

§1:,

CRITICAL

)

Concrete

and

SR-699

Campo

#00341)

#00056)

Campo

physical

(3)(a)

OF

#00441

Regular FLORIDA

SUPERVISOR:

E

the

071

(CBI

.

(CBI

PERFORMED DEFICIENCIES

to

Technician

FRACTURE

CRITICAL

Highway-pedestrian

Waterway

City/Municipal City/Municipal C.B.I. Prestressed 119

Kisinger NUMBER:

Kisinger

5

5 I

Good

PROFESSIONAL

4

5 4 0.5MI

Good

Good

WAS

:

:

: :

7

7

?Good

2-

relating

#2317

Inspector :

Inspector

BY

BY

sections

ON

SCOUR

TITLE OBSOLETE

INSPECTION

#45177)

Inspection

I Inspector

to

IDENTIFIES

TYPE:

IS

CONTAINS

Tampa

DECK:

UNDER:

Diver

-

OWNER:

Diver

(PE Bridge

Bridge

156401

-

RATING

TYPE

-

-

- RATINGS:

information Boulevard

LOCATION

Bridge

D7

REGISTERED Bridge

INSPECTION

BRIDGE

pursuant

10:

Authorization

TYPE

NBI

BRIDGE

REPORT

BRIDGE

INSPECTION:

Keith

Derek-

INSPOOS

of

David

PERF.

SERV.

Plaza

MAINTAINED

Robert

Michael

:

Scott-

contains

Allan-

PERSONNEL

FIELD OF

FL33619

SUBSTRUCTURE STRUCTURE

ID

THIS

THIS FUNCTIONALLy

THIS

Bay

SERV.

SUPERSTRUCTURE:

inspection

report

Structure

DISTRICT:

TYPE DATE

OVERALL

FIELD Morris, Ellison,

D D Hoogland, D

Fescina, Goldman, D

REVIEWING

Rothman,

CONFIRMING

Cochran,

Certificate

9270

Tampa

SIGNATURE:

DATE:

public This

REPORT

ft ft

ft ft

of22 of22

(SF) (SF)

sq sq

sq sq

3 3

(SF) (SF)

8ft 8ft

8ft 8ft

from from

TQty TQty

YKQU YKQU

131ft 131ft

4 4

TQty TQty

107 107

02/13/2018 02/13/2018

3874 3874

4088 4088

: :

Page Page

copied. copied.

x x

exempt exempt

Bin. Bin.

1ft. 1ft.

(2FT) (2FT)

and and

x x

%4 %4

and and

left left

"lo4 "lo4

. .

to to

PRINTED

1/12/2018 1/12/2018

1ft. 1ft.

up up

the the

span

1ft. 1ft.

to to

-

inspected inspected

a a

0 0

0 0

0 0

0 0

0 0

0 0

0 0

up up

Qty4 Qty4

Qty4 Qty4

DATE: DATE:

mid

confidential confidential

be be

the the

into into

. .

is is

REPAIR REPAIR

intermittently intermittently

spalls spalls

at at

have have

of of

may may

(1FT) (1FT)

REPAIR REPAIR

. .

1 1

overlay. overlay.

1. 1.

areas areas

.

76 76

. .

11 11

(1FT) (1FT)

.

.

0

%3 %3

100 100

100 100

%3 %3

2

100 100

3

2. 2.

6

interior interior

extend extend

lin

each each

element

wide, wide,

report report

corrosion. corrosion.

2. 2.

random random

x x

information information

4 4

and and

this this The The

liON liON

Bent Bent

( (

INSPECTION INSPECTION

photo photo

this this

of of

spalled spalled

A A

This This

4 4

4 4

Bent Bent

concrete concrete

Abutment Abutment

8 8

0 0

8 8

centerline centerline

have have

. .

107 107

107 107

3in. 3in.

Qty3 Qty3

Qty3 Qty3

a a

l/G4in. l/G4in.

to to

to to

surface surface

x x

over over

at at

page page

lanes lanes

x x

the the

REPAIR REPAIR

over over

Abutment Abutment

random random

structure

with with

abutment. abutment.

cover cover

11 11

Gin. Gin.

Refer Refer

1. 1.

.

light light

%2 %2

%2 %2

100 100

spall spall

abutment abutment

the the

over over

SYSTEM SYSTEM

along along

o o

the the

width width

travel travel

spall spall

to to

2. 2.

t

of of

of of

3 3

o

each each

. .

units units

incidental incidental

Report Report

up up

Only Only

ph

each each

the the

TRANSPORT TRANSPORT

. .

full full

0 0

0 0

0 0

0 0

ctions ctions

3/4in. 3/4in.

8 8 6 lin

8 8

delamination delamination

0 0

joint joint

Span Span

i

Qty2 Qty2

associated associated

Span Span

to to

in in

areas areas

over over

Qty2 Qty2

x x

slab slab

x x

to to

OF OF

dep

in in

over over

in in

Statutes

spalls spalls

wide wide

up up

Elements Elements

(187SF) (187SF)

and and

with with

9 9

Sin. Sin.

9in. 9in.

da da

Refer Refer

small small

.

24 24

79 79

.

ri

considered considered

.

joints joints

%1 %1

Inspection Inspection

x x

x x

All All

%1 %1 curb curb

99

faded faded

headers headers

97

87

Gin. Gin.

Flo

. .

wide wide

headers headers

. armor.

)

prestress prestress

corner corner

and and

x x

cracks cracks

MANAGEMENT MANAGEMENT

b

structure structure

REPAIR REPAIR

construction construction

)(

9in. 9in. Bin. Bin.

east east

a a

random random

in in

(3

of of

lnspection/CIDR lnspection/CIDR

a a

a a

of of

3. 3.

two two

sealant sealant

0 0

0 0

long long

INCREASE. INCREASE.

heavily heavily 0 0

0 0

armored armored

115 115

Qty1 Qty1

the the 3767 3767

4084 4084

Qty1 Qty1

-

1/lGin. 1/lGin.

have have

without without

has has

has has

DEPARTMENT DEPARTMENT has has

is is

length length

concrete concrete

119.071 119.071

of of

security security

photo photo

1ft. 1ft.

have have

to to

BRIDGE BRIDGE

l l

transverse transverse

included included

3-1 3-1

2-1 2-1

and and

1-S 1-S

a a

( (

ca

i

) )

up up

pourable pourable

to to

a

constructed constructed

)(

has has

stripe stripe

faces faces

headers headers

3

are are

has has

phys

abutment abutment

(

Unit Unit

Unit Unit

Unit Unit

Element Element

(8FT) (8FT)

Element Element

joints joints

two two

Pot(Wear Pot(Wear

Header Header

is is

structure structure

/

unarmored unarmored

the the

. .

Refer Refer

FLORIDA FLORIDA

or or

east east

to to

curb curb

cracked cracked

are are

each each

Seal Seal

(Sonovoid) (Sonovoid)

beams beams

Slab Slab

Slab Slab

Slab Slab

119.071 119.071

The The Patch

four four

4in

The The

/

on/Spaii/Patched on/Spaii/Patched

deck deck

i

armored armored

/

Deck Deck

= =

Surfaces Surfaces

and and

shoulder shoulder = =

Parent Parent

sidewalk sidewalk

is is

Parent Parent

l

at at

= =

Slab Slab

Joint Joint

spall/delamination spall/delamination

l/4in. l/4in.

east east

X X

the the

relating relating

Notes: Notes:

Notes: Notes:

Adhesion Adhesion

The The

to to

to to

There There

The The

1 1

x x

top top

sections sections

1888 1888

1888 1888

1888 1888

fascia fascia

3218 3218

west west

23G8 23G8

east east west west

Dei/Spaii

Surf) Surf)

= =

of of

Cone Cone

I I

Delaminat to to

Wearing Wearing

Area Area

Seal Seal

Adjacent Adjacent

Sin. Sin.

J

I I

4in. 4in.

PS PS

Pourable Pourable

I

JDescrlptlon JDescrlptlon

I I

Note: Note:

JDescrlptlon JDescrlptlon

The The

CS3 CS3

INCIDENTAL: INCIDENTAL:

CS3 CS3

x x

CS3 CS3

The The

lin. lin.

The The Refer Refer Refer Refer

Span Span

The The

throughout. throughout.

deck deck

CS3 CS3 4 4

Note: Note:

sidewalk sidewalk

X X two two

CS3 CS3

CSl CSl

/

4 4

nformation nformation

-Tampa -Tampa

4 4

4 4

i

' '

156401 156401

/

4 4

/

/

4

/

/

pursuant pursuant

Inspection Inspection

D7 D7

Inspection Inspection

3210

ID: ID:

1

Decks/Slabs Decks/Slabs

JNSP005 JNSP005

1080

510

Joints Joints

2360 2360

2320 2320

J

J

: :

: :

: :

8099 8099

301/4 301/4

contains contains

J

JEiem/Env JEiem/Env

IEiem/Env IEiem/Env

J

ID

inspection inspection

8899/4 8899/4

1888/4 1888/4

Sl8/4 Sl8/4 3218/4 3218/4

381/4 381/4

1 1

Element Element

Element Element

Unit Unit

report report

Unit Unit

1

1 1

1 1

1 1

1 1

s s

i

1

1

DISTRICT: DISTRICT:

DECKS DECKS

1 1

Structure Structure

Str Str

1 1

DECKS DECKS

Str Str

j

1

l

I

REPORT REPORT

public public Th I I I

ft

) ) .

of22

sq

4

EA

(EA (

YKQU

TQty

1

1

TQty

120ft from TQty

77ft

.

TQty

2292

02/13/2018

.

Page

o

:

7 t

copied

2-

exempt

an

up

long

%4

and

1/12/2018

.

and

loss,

PRINTED

Pile

al

i

with

1ft

of

vertical

0 0

to

inspected

DATE:

Qty4

1ft.

extending

confident

be

up

x

adhesion

of

is

each south

may

on

i

of

%3

comments.

loss

approach Bin.

bents,

approach

down

(6FT)

front

19ft.

report

the

informat

areas

in

both

2ft.

1,

INSPECTION

both

s this

i

1ft.

0 0

long.

of

related

Th

of Qty3

adhesion

of

.

to

Span

around

page

for of

up

1ft.

sides

structure

~.2

100 100 to

cover

below

SYSTEM

constructed

rebar

delaminated

intermittent

areas

the

up

the

both

centerline of

is

Report

Material

TRANSPORTATION

has

has

extending with

Only

1 ons 1

i

bottom

.

the

Qty2

Any

OF

along

spalls

inspectors:

bulkheads

depict joint

joint

barrier

face,

down

debris

Statutes

to

and

channel

Inspection

%1

top

.

header

Seawall

due

Florida

MANAGEMENT

wingwalls

the

,

the

wide

underwater

approach

structure

(lEA)

concrete

lnspection/CIDR

.

a

extending

the

in

(unarmored)

(unarmored)

0 0

of

Qty1

the above

concrete visible Bulkhead

071(3)(b}

DEPARTMENT

.

by

1/32in

BRIDGE

crack

119

south

north not joints

the

bottom.

Sft.

security

8393

northwest

)

1

4

to

scattered

4.

and

to

cal

i

to

are }

represents

noted

wide

up

is

the

Element

Element

up

Element

3)(a

phys

(

Slab

FLORIDA

channel

was photo of

Element

the

071

.

(2FT)

Abutment

Abutment

There

to to

adjacent

to

element

the l/32in.

. =

= Elements construction

cracked Parent

Parent 119

Elements

=

face

Parent

1 abutments

extends

Approach

s

Notes: to

to

Abutment

Notes:

to

Notes:

The are

relating

This

Refer from Notes:

2329

2329

Channel Refer The

9149 following Other

Other Lane =

south sections

Cone on

:

Debri

i

Substructure

:

j

Cone

rebar

:

ConcWalls

to Description

Channel

primarily

CS2

in CS2 : Refer

Re I [ Tampa Refer

R/ 2ft. The

CS2

A Refer

Re slabs CSl

slabs. - Note:

INCIDENTAL:

The associated

face.

4

Note:

156401 them.

/

4

informat

/

D7

Inspection

Inspection

ID: Inspection

pursuant

Inspection

9140

j

INSP005 Elem/Env

8290

I [

:

contains

ID

2329/4

2369/4

8299/4

9149/4

321/4 Element

Unit

8475/4

Element

Element inspection

215/4

1

Element

1

report

Structure

DISTRICT:

MISCELLANEOUS 1

Str

MISCELLANEOUS

I [

MISCELLANEOUS

SUBSTRUCTURE

This public

REPORT

of22 of22

(EA) (EA)

5 5

(EA) (EA)

4ft 4ft

from from

. .

77ft 77ft

55ft 55ft

TQty TQty

148ft 148ft

TQty TQty

1 1

YKQU YKQU

TQty TQty

14 14

02113/2018 02113/2018

: :

-

Page Page

x x

copied

exempt exempt

x x

in in

east east

x x

and and

. .

and and

%4 %4

%4 %4

%4 %4

spall spall

is is

4in. 4in.

PRINTED

1/12/2018 1/12/2018

the the

3in. 3in.

no no

6in. 6in.

x x

l/4in

the the

ninth, ninth,

. .

of of

work work

1ft. 1ft.

inspected inspected

x x

0 0

0 0

0 0

0 0

0 0

0 0

below below

4ft. 4ft.

Qty4 Qty4

Qty4 Qty4

Qty4 Qty4

confidential confidential

DATE: DATE:

be be

t t

19in

is is

area area

below below

PVC PVC

form form

to to

as

3in. 3in.

sixth, sixth,

may may

d d

edge edge

to to

x x

6 6

18 18

spalled spalled

49 49

up up

.

.

.

50 50

%3 %3

%3 %3

%3 %3

up up

36

98

crack crack

report report

is is

northe

l/2in. l/2in.

-

information information

3in. 3in.

south south

(28FT) (28FT)

plywood plywood

both both

this this

fourth, fourth,

unpatche

INSPECTION INSPECTION

of of

the the

x x 2

to to

of of

spalled spalled

This This

0 0

0 0

2 2

2 2 2

and and

top top

spalls spalls

. .

54 54

54 54

Qty3 Qty3

Qty3 Qty3

Qty3 Qty3

in in

up up

the the

page page

vertical vertical

REPAIR REPAIR

are are

3in. 3in.

the the

third, third,

have have

front front

transition transition

a a

structure

in in

6 6

inspectors: inspectors:

end end

cover cover

14 14

.

82 82

68 68

voids voids

.

spall spall

wide wide

.

.

in in the the

50 50

%2 %2

%2 %2

100 100

%2 %2

around around

1

0

the the

. .

underside underside

the the SYSTEM SYSTEM

. . have have

of of

one one

joints joints

and and

sector sector

leakage. leakage.

east east

spall spall

Only Only

minor minor

Report Report

cap cap

to to

TRANSPORTATION TRANSPORTATION

1 1

1 1 7

2 2 2

2 2

1 1

1 1

spalls spalls

1/64in

the the

(2FT) (2FT)

have have

Qty2 Qty2

Qty2 Qty2

Qty2 Qty2

wall wall

lin. lin.

pad pad

x x

joint joint

underwater underwater

bulkheads bulkheads

OF OF

depictions depictions

with with

bent bent

x x

private private

structure

Statutes. Statutes.

backfill backfill

from from

and and

each each

minor minor

pile pile

and and

long long

the the

86 86

81 81

84 84

.

.

.

the the

o/o1 o/o1

%1 %1

%1 %1

Inspection Inspection

4in. 4in.

west west

92

94

62

(2FT) (2FT) repair repair

Florida Florida

bearing bearing

with with

, ,

have have

caps caps

x x

concrete concrete

of of

joints joints

sheet sheet

from from

MANAGEMENT MANAGEMENT

structure structure

. .

lain. lain.

centerline. centerline.

transition transition the the

a a

the the

topside topside

(3)(b)

the the

of of

lnspection/CIDR lnspection/CIDR

bent bent

caps caps

2-4

0 0

(lEA) (lEA)

0 0

0 0

REPAIR REPAIR

15in. 15in.

the the

13 13

73 73

93 93

east east

from from

the the Qty1 Qty1

Qty1 Qty1

Qty1 Qty1

concrete concrete

a a

corners corners

DEPARTMENT DEPARTMENT

5. 5.

and and

downward, downward,

119.071 119.071

a a

bent bent

concrete concrete

by by

security security

cap. cap.

causing causing

near near

The The

BRIDGE BRIDGE

has has

protruding protruding

eighteenth eighteenth

and and

: :

associated associated

2-3 2-3

cap cap joint joint

four four

( (

has has

1, 1,

1

the the

represents represents photo photo

cap cap

an an

noted noted

and and

physical physical

the the the the

(3)(a) (3)(a)

Patched Patched

3-4 3-4

intermediate intermediate Element Element

corner corner Element Element

2 2

to to

to to

i/

nails, nails,

is is

ninth ninth Piles Piles

backwall backwall

Span Span

the the

. .

071 071

Any Any

at at was was

FLORIDA FLORIDA

.

Spai

to to

in in

/

from from

Pile Pile

intermediate intermediate

Both Both

Bent Bent

119

element element

Cap Cap

The The Abutment Abutment

The The

south south

Refer Refer

form form

and and

= =

Parent Parent

= =

= = holes

Parent Parent

= = = =

There There

= =

Pile Pile

Seawall Seawall

Pier Pier

nation/Spaii/Patched nation/Spaii/Patched

i

. .

(29FT) (29FT)

adjacent adjacent

beam beam

between between

2in. 2in.

fourteenth fourteenth

relating relating

Notes: Notes:

Notes: Notes:

Notes: Notes:

l l

Both Both

are are

to to

This This

to to

x x

tie tie

sections sections

upper upper

= =

1989 1989

19B9 19B9

1989 1989

1989 1989

1989 1989 1989 1989 following following

Cone Cone

Substructure Substructure

Substructure Substructure

Substructure Substructure

Cone Cone

to to

Delamination

Area Area

Area Area

Area Area ,Delam

,Delamination/Spaii/Patched ,Delamination/Spaii/Patched

I I

I I

: :

I I

: :

: :

Re Re

Pre Pre

Description Description

Bulkhead Bulkhead

Description Description

Materia

I

I I

I I !Description !Description

corner corner

Refer Refer

jammed jammed bearing

Refer Refer

INCIDENTAL: INCIDENTAL: CS2 CS2

l/2in. l/2in.

INCREASE. INCREASE.

the the

Sin. Sin.

There There

CSl CSl Note: Note:

CS2 CS2

fascia fascia

abutments abutments CS3 CS3

form form The The CS3 CS3 CS3 CS3

Tampa Tampa

CS3 CS3

tenth, tenth,

-

4 4

4 4

4 4

information information

156401 156401

/

/

/

4 4

pursuant pursuant

4 4

/

07 07

Inspection Inspection

Inspection Inspection

Inspection Inspection

/

ID: ID:

INSP005 INSP005

1080

1080

1080

1

1

1

: :

Eiem/Env Eiem/Env

8393

contains contains

j226

j234/4 j234/4

!Eiem/Env !Eiem/Env

[Eiem/Env [Eiem/Env

ID

inspection inspection

226/4 226/4

234/4 234/4

1989/4 1989/4

1989/4 1989/4

8393/4 8393/4

Element Element

Element Element

Element Element

Unit Unit

report report

Unit Unit

Unit Unit

1 1

1 1

1 1

l

1

l

1 1

DISTRICT: DISTRICT:

SUBSTRUCTURE SUBSTRUCTURE 1 1

SUBSTRUCTURE SUBSTRUCTURE

Structure Structure

Str Str 1 1

Str Str

Str Str SUBSTRUCTURE SUBSTRUCTURE

j

[

[

[

public public

REPORT REPORT

This This -· -· I I

of22

6

II

each II

YKQU

each

1

TQty

from

3

12

215 TQty

02113/2018

Page

-

at

:

up

copied.

to

exempt

and

photo

and

%4

1/12/2018

open and

%4

photo

active

PRINTED

to

the

leakage

cap

Refer

is

to

bulkhead,

private

transition

to

not

(1FT) 0 0

the

DATE: inspected

0 0

Refer

Qty4

3-S,

Qty4

confidential

be

Sin. was

(lEA)

west

Refer

north

inspection.

is

backfill

x

from cap.

sector

spalling.

may

the Unit

fascia the

down.

parallel the

no

%3

this

which

%3 the to

in

down

1/8in. 3/4in.

of (2FT)

18in. report

the cap

run

Slab

at from

information

with

due

private

INSPECTION

an

this

edge the

edge

during

0 0 of

spall

This

that 0 0

leakage

Qty3 .

REPAIR

wide

under

has Qty3

joint

east

wingwall

page

extending

from

lin.

bearing

3-2 (2FT)

supporting

the

x

structure

cracks

cover 25 of

%2

SYSTEM 100 observed

delamination

chamfered %2

to chamfered

100

0.47

backfill

the eighth)

leakage.

1-1/2in.

the

Unit joint,

3in. of

Report

wide not

REPAIR

transition

TRANSPORTATION REPAIR

loss

1-1/2in. the

the northwest

to

x

wide

Only

with

bearings

the a

x

.

3 3

6.

7. Slab

1

1

up was

OF Qty2

the

Qty2

at

caps.

adjacent

3in.

(lEA)

has

backfill

depictions

sector

1/32in.

32in.

a

1

10in.

Statutes

This

open

photo under (previously

photo

5.

wide.

and

1-1/4in.

x

Inspection

75

are

%1 with

has

to

to x panels

overhanging

overhanging

%1

are

Span

99.53

cap.

pile Florida MANAGEMENT

bleedout

elastomeric abutment

private

Photo

is

1ft. is

in

penetrating

structure

wall

long

2

wall 3 lnspection/CIDR

1/16in.

there the

a

Refer

Refer the and

to

penetrated

and

x

joints of

9

0

east

sheet

nineteenth

0

Qty1

beam

up

DEPARTMENT

214

downward,

be

Qty1

pile

Bent

Bent

bent

10in.

Cap

drain,

below

the

BRIDGE corrosion The

The

long

119.071(3)(b),

pile

barrier

a

at

at

joints,

cap

security

can

growth.

4:

4: the

and

Pier sheet fascia

from

represents

with

has

2-1

3-1 storm

16in. the

and inspection.

west

of

10in.

pile

sheet

Element

physical

two

Element

FLORIDA 3,

marine

east

Cone

to

Area

from the The joint

wide 071(3)(a) this

ends

.

Abutment

Railing

Abutment Re

The

up to

sheet

extend

REPAIR

element the (2FT)

The Bearing

Bearing

4:

of = 119

Span

= Bearing

=

diameter

Parent

the =

Parent

2in.

Bearing

=

234

transition

and

Bridge

of Bearings x Notes:

to

into

This at

relating

spalls/delaminations

Superstructure

Notes:

to

seventh

time 1080

1080

1080

:

1ft. cracks

2-3/4in.

2240

: REPAIR 2240

2240

sections

several

1080

(lEA)

Loss

Cone

I

to

Delamination/Spaii/Patched Area

Sin.

DECREASE. Abutment

e The Tampa to

the void/delamination Description I CS3 Sin. Elastomeric

sector CS2

have CS3 8.

INCIDENTAL: has The joints

At Refer I I

Note: beams •

Element CS2

CS2

9. CS2

Refer IR JDescrlptlon

156401

CS2

/4

information

D7

ID:

40 Inspection

4

pursuant

Inspection

122

INSP005

Elem/Env 11080/4

I 1310/4

:

contains

IEiem/Env 1331/

10

1080/4

310/4

nspection

Element 2240/4

Unit

I

331/4

Element

Unit

report

Structure DISTRICT:

11

......

11 SUPERSTRUCTURE

1 Str

j

I

SUPERSTRUCTURE

1

Str

j !

This public

REPORT

of22 of22

7 7

not not

from from

YKQU YKQU

02113/2018 02113/2018

is is

3/28/08 3/28/08

Page Page

copied. copied.

exempt exempt

and and

and and

dated dated

PRINTED: PRINTED:

structure structure

1/12/2018 1/12/2018

The The

rating rating

inspected inspected

DATE: DATE:

confidential confidential

be be

is is

load load

may may

required. required.

report report

current current

not not

information information

is is

this this

the the

( (

INSPECTION INSPECTION

of of

This This

page page

posting posting

PM PM

structure. structure.

therefore, therefore,

cover cover

the the

the the

SYSTEM SYSTEM

of of

3/28/08, 3/28/08,

4:20:16 4:20:16

Only Only

Report Report

TRANSPORTATION TRANSPORTATION

analysis; analysis;

dated dated

OF OF

depictions depictions

new new

Statutes. Statutes.

a a

divers: divers:

and and

2113/2018 2113/2018

piles piles

. .

at at

Inspection Inspection

the the

analysis analysis

Florida Florida

18in

by by

(1FT) (1FT)

1/12/2018 1/12/2018

MANAGEMENT MANAGEMENT

structure structure

warrant warrant

a a

to to

rating rating

of of

lnspection/CIDR lnspection/CIDR

seven seven

curb. curb.

KNKCARX KNKCARX

load load

DEPARTMENT DEPARTMENT

119.071(3)(b), 119.071(3)(b),

by by

reason reason

security security

with with

the the

underwater underwater

BRIDGE BRIDGE

the the

and and

no no

( ( BEACH BEACH

to to

to to

each each

physical physical

(3)(a) (3)(a)

3 3

north. north.

Element Element

reveal reveal

Accepted Accepted

the the

071 071

FLORIDA FLORIDA

.

to to

inspected inspected

Material Material

and and

YKQU YKQU

to to

119 adjacent adjacent

2 2

MADEIRA MADEIRA

According According

11 11

Parent Parent

Any Any

were were

south south

OF OF

relating relating

to to

systems systems

Bents Bents

face, face,

inspection inspection

sections sections

-

EVALUATION: EVALUATION:

Calculation Calculation

from from

to to

CITY CITY

Seawall Seawall

this this

Pile Pile

Refer Refer east east

Tampa Tampa

elements elements

Elements*: Elements*:

of of

-

information information

. .

156401 156401

Rating Rating

NOTES: NOTES:

of of

pursuant pursuant

D7 D7

Cone Cone

Notes Notes

ID: ID:

INSPOOS INSPOOS

RESTRICTIONS: RESTRICTIONS:

CAPACITY CAPACITY

inventoried inventoried

OWNER: OWNER:

: :

Bulkhead Bulkhead

Channel Channel

defects/protective defects/protective

contains contains

findings findings

following following

Pre Pre

10

governs

Number Number

inspection inspection

1888/4 1888/4

LOAD LOAD

8393 8393

still still

8290 8290 Sufficiency Sufficiency

226 226

The The

The The

report report

INSPECTION INSPECTION

DISTRICT: DISTRICT:

Structure Structure

BRIDGE BRIDGE

Structure Structure

posted. posted.

Structure Structure

TRAFFIC TRAFFIC

Total Total •excluding •excluding

public public

REPORT REPORT This This of22

8

YKQU

from

02/13/2018

Page

:

copied.

exempt

and

1/12/2018 and

PRINTED

inspected

DATE:

confidential

be

is

may

report

information

)

this

INSPECTION

of

This

.

page

ovoid)

structure

cover

SYSTEM

(Son

the

the

of

Report

TRANSPORTATION

Slab

Only

OF

Cone

depictions

Statutes.

PS

and

Inspection

Florida 8099

MANAGEMENT

4

structure

.

a

lnspection/CIDR

4

(3)(b),

of

Element and

DEPARTMENT

1

Abutment

1 -

119.071

BRIDGE

at

security

and

face)

Photo

Abutments

physical

(3)(a)

at

FLORIDA

(west

the

curb

to

curb

119.071

east

east

in

3

relating

sections

to Span

in

-Tampa

156401

information

D7

pursuant

10:

RECOMMENDATION: INSP005

spalls/delaminalions

:

contains

ID

inspection

Spall/delaminalion

REPAIR Repair

report

Structure DISTRICT:

public This

REPORT

of22 of22

9 9

from from

. .

YKQU YKQU

02/13/2018 02/13/2018

: :

Page Page

copied

exempt exempt

and and

and and

1/12/2018 1/12/2018

PRINTED

inspected inspected

DATE: DATE:

confidential confidential

be be

is is

may may

report report

information information

this this

110N 110N

INSPECTION INSPECTION

of of

A A

This This

page page

structure. structure.

cover cover

the the

(Sonovoid) (Sonovoid)

the the

of of

Report Report

Slab Slab

Only Only

TRANSPORT TRANSPORT

. .

OF OF

depictions depictions

Cone Cone

Statutes

PS PS

and and

Inspection Inspection

Florida Florida

8099 8099

structure structure

a a

(3)(b), (3)(b),

lnspection/CIDR lnspection/CIDR

of of

Element Element

-

DEPARTMENT DEPARTMENT

2 2

119.071 119.071

security security

B~DGEMANAGEMENTSYSTEM B~DGEMANAGEMENTSYSTEM

and and

Photo Photo

2 2

physical physical

(3)(a) (3)(a)

the the

FLORIDA FLORIDA

071 071

.

Span Span

to to

in in

119

: :

faded faded

relating relating

stripe. stripe.

sections sections

to to

heavily heavily

-Tampa -Tampa

156401 156401

shoulder shoulder

information information

stripe stripe

pursuant pursuant

D7 D7

east east

ID: ID:

INSPOOS INSPOOS

RECOMMENDATION

contains contains

new new

ID: ID:

shoulder shoulder

inspection inspection

report report

East East

REPAIR REPAIR

Apply Apply

DISTRICT: DISTRICT:

Structure Structure

This This

REPORT REPORT public public of22

10

YKQU

from

02/13/2018

:

Page

copied.

exempt

and

1/1212018 and

PRINTED

inspected

DATE:

confidential

be

is

may

report

information

INSPECTION

this

Surfaces)

of

This

.

page

Wearing

structure

cover

SYSTEM

the

(510

the

of

Report

TRANSPORTATION

Only

.

OF

depictions

Statutes

and

Inspection

SlabJSonovoid)

Florida

MANAGEMENT

,

structure

Cone

lnspection/CIDR a

(3)(b)

PS

of

071

.

DEPARTMENT

8099

BRIDGE 119

security

and

Element

physical

(3)(a)

centerline

FLORIDA

3-

the

071

.

the

to

nt.

i

119

jo

:

along

Photo

relating

joint

sections

on

i

to

Tampa

construction

-

156401

informat

D7

construction

pursuant

ID:

RECOMMENDATION INSP005

centerline

:

contains

the

ID

nspection

ongitudinal i

L

REPAIR Seal

report

Structure

DISTRICT:

This

public

REPORT of22

11

from

YKQU

02/13/2018

Page

copied.

exempt

and

and

1/12/2018

PRINTED:

inspected

DATE:

confidential

be

is

may

report

information

this

INSPECTION

of

This

page

structure.

cover

the

SYSTEM

Walls

the

of

Report

TRANSPORTATION

Only

R/Conc

OF

depictions

Statutes.

8475

and

Inspection

Florida

MANAGEMENT

Element

structure

a

lnspection/CIDR

4 -

of

DEPARTMENT

face

119.071(3)(b),

Photo

BRIDGE

security

south

and

physical

barrier,

FLORIDA

the

to

119.071(3)(a)

:

approach

relating

sections

to

northwest

-Tampa

156401

the

information

in

D7

pursuant

ID:

INSPOOS

RECOMMENDATION

:

contains

ID

inspection

Delamination REPAIR

report

None

DISTRICT:

Structure

This

public

REPORT of22

12

YKQU

from

02/13/2018

Page

copied.

exempt

and

and

1/12/2018

PRINTED:

inspected

DATE:

confidential

be

is

may

report

information

)

this

INSPECTION

Bearing

of

This

page

structure.

cover

SYSTEM

the

Elastomeric

the

of

Report

bearing

310

TRANSPORTATION

Only

of

&

OF

lack

Cap

depictions

Statutes.

and

Pier

Inspection

causing

Florida

MANAGEMENT

Cone

structure

beam,

a

lnspection/CIDR

Re

of

beam.

fascia

234

DEPARTMENT

119.071(3)(b).

BRIDGE

east

fascia

security

the

and

east

Element

physical

5-

below

below

FLORIDA

the

2 071(3)(a)

.

edge

to

Photo

119

Bent

of

south

relating

top

face

sections

the

to

in

south

-Tampa

156401

information

cap

the

D7

2

in

pursuant

ID:

INSP005

RECOMMENDATION:

Bent

spall

contains

in

ID:

inspection

Spall

REPAIR Repair

report

Structure

DISTRICT:

public

This

REPORT .· .· r Page 13 of22 FLORIDA DEPARTMENT OF TRANSPORTA 110N BRIDGE MANAGEMENT SYSTEM lnspection/CIDR Report Inspection Structure ID: 156401 DISTRICT: D7 - Tampa INSPECTION DATE: 1/12/2018 YKQU

Photo 6 - Element 8393 Bulkhead Seawall Any Material

Open bulkhead joint under Slab Unit 3-5

REPAIR RECOMMENDATION: Seal open bulkhead joints at both abutments.

This report contains information relating to the physical security of a structure and depictions of the structure. This information is confidential and exempt from public inspection pursuant to sections 119.071 (3)(a) and 119.071 (3)(b), Florida Statutes. Only the cover page of this report may be inspected and copied.

REPORT ID: INSP005 PRINTED: 02/13/2018 of22

14

YKQU

from

.

02/13/2018

:

Page

copied

exempt

and

1/12/2018

and

PRINTED

inspected

DATE:

confidential

be

is

may

report

information

INSPECTION

this

of

This

.

page

Material

structure

cover

Any

SYSTEM

the

the

of

Report

TRANSPORTATION

Only

.

Seawall

OF

depictions

Statutes

and

Inspection

Bulkhead

Florida

MANAGEMENT

8393

structure

lnspection/CIDR

a

(3)(b),

of

071

DEPARTMENT

.

Element

.

BRIDGE

119

security

3-2

7 -

and

cal

i

Unit

3-2

phys Photo

(3)(a)

Slab

FLORIDA

Unit

the

071

.

to

under

119

Slab

:

pile

relating

under

sections

sheet

tion

.

pile

to

in

Tampa

-

156401

sheet

informa

07

in

10: pursuant

RECOMMENDATION

INSPOOS

delamination

:

contains

ID

inspection

Delamination

REPAIR

Repair

report

Structure

DISTRICT:

This

public

REPORT

of22 of22

15 15

from from

. .

YKQU YKQU

02/13/2018 02/13/2018

: :

Page Page

copied

exempt exempt

and and

and and

1/12/2018 1/12/2018

PRINTED

inspected inspected

DATE: DATE:

confidential confidential

be be

is is

may may

report report

information information

this this

( (

INSPECTION INSPECTION

of of

This This

page page

Material Material

structure. structure.

cover cover

Any Any

the the

SYSTEM SYSTEM

the the

of of

Report Report

Only Only

TRANSPORTA.110N TRANSPORTA.110N

. .

Seawall Seawall

OF OF

depictions depictions

Statutes

transition. transition.

and and

Bulkhead Bulkhead

Inspection Inspection

Florida Florida

sector sector

transition transition

MANAGEMENT MANAGEMENT

structure structure

8393 8393

a a

(3)(b), (3)(b),

sector sector

lnspection/CIDR lnspection/CIDR

private private

of of

east east

DEPARTMENT DEPARTMENT

private private

Element Element

119.071 119.071

at at

security security

BRIDGE BRIDGE

8 8

( (

and and

east east

at at

panels panels

physical physical

(3)(a) (3)(a)

Photo Photo -

pile pile

the the

panels panels

071 071

FLORIDA FLORIDA

.

to to

sheet sheet

pile pile

119

two two

in in

sheet sheet

relating relating

sections sections

two two

to to

in in

Tampa Tampa

-

information information

156401 156401

pursuant pursuant

D7 D7

ID: ID:

INSPOOS INSPOOS

RECOMMENDATION: RECOMMENDATION:

: :

spalls/delaminations spalls/delaminations

contains contains

ID

inspection inspection

report report

Spalls/delaminations Spalls/delaminations

Repair Repair

REPAIR REPAIR

DISTRICT: DISTRICT:

Structure Structure

REPORT REPORT

public public This This of22

16

YKQU

from

02/13/2018

:

Page

copied.

exempt

and

and

1/12/2018

PRINTED

inspected

DATE:

confidential

be

is

may

report

information

)

this

INSPECTION

of

This

.

page

structure

cover

SYSTEM

Bearing

the

the

of

Report

TRANSPORTATION

Only

.

OF

depictions

Elastomerjc

Statutes

and

310

Inspection

Florida

MANAGEMENT

structure

a

lnspection/CIDR

(3)(b),

Element

of

9-

DEPARTMENT

119.071

BRIDGE

security

edge

Photo

and

physical

(3)(a)

chamfered

FLORIDA

the

to

the

119.071

:

relating

sections

overhanging

to

3

Tampa

-

156401

information

Bent

D7

pursuant

at

ID:

INSPOOS

RECOMMENDATION

3-1

contains

ID:

inspection

Bearing

REPAIR

report

None

DISTRICT:

Structure

This

public

REPORT

of22 of22

17 17

from from

2113/2018 2113/2018

. .

: :

ft ft

ft ft

copied

1 1

Page Page

.

exempt exempt

30.1 30.1

mph mph

2040 2040

2018 2018

30

and and

PRINTED

25 25

and and

: :

(32): (32):

(115): (115):

(30): (30):

(51): (51):

: :

DATE DATE

Minimum Minimum

Road Road

Speed

Rate

Year Year

Year Year

. .

inspected inspected

(NBI) (NBI)

ft

.

00 00

00 00

confidential confidential

be be

.

.

netwo netwo

sq

1

1.00 1.00

1

Roadway Roadway

Appr. Appr.

N/A N/A

is is

Above Above

[K] [K]

-$ -$

-$ -$

-$ -$

-1 -1

N N

7 7

-1 -1

3 3 may may

natl natl

: :

: :

: :

: :

: :

: :

: :

: :

of of

0 0

road road

: :

(62)

(71)

(097)

(096)

Class Class

(095)

(094)

report report

ft ft

(NBI) (NBI)

Spalls

part part

ft ft

free free

information information

mph mph

•ION •ION

mi mi

1 1

99 99

Required

this this

.

.

ADT ADT

Cost Cost N/A N/A

Cost Cost

Cost Cost Not Not

On On

( (

Accidents Accidents

A A

Culvert Culvert

of of

1000 1000

1735 1735 1 1

3 3

99 99

-1 -1

25 25

0 0

3 3

0 0

36

99

Medians

This This

0 0

[K] [K]

: :

: :

: :

: :

: :

: :

: :

: :

: :

: :

Estimate Estimate

Waterway Waterway

Total Total

0): 0):

0)

of of

Review Review

05)

and and

page page

(29)

(19)

Unrepaired Unrepaired

(47): (47):

(1 (1

(20)

(109): (109):

(114)

(11 (11

(1 (1

Class

Count: Count:

Route

Route

Speed

2 2

: :

Year Year

structure. structure.

ADT ADT

cover cover

Improvement Improvement

Improvement Improvement

Hwy Hwy

ADT ADT

ADT ADT

Horiz. Horiz.

Bus Bus

ADT ADT

Length Length

Facility Facility

Vertical Vertical

(28)

the the

SYSTEM SYSTEM

Traffic Traffic

Clearances Clearances

the the

Transit Transit

Detour Detour

Network Network

of of

Accident Accident

Toll Toll

Recent Recent

Report Report

Lands Lands

Future Future

School School

Only Only

TRANSPORT TRANSPORT

Detour Detour

Lanes Lanes

Truck% Truck%

. .

Roadway Roadway

Truck Truck

Fed. Fed.

OF OF

depictions depictions

Roadway Roadway

Roadway Roadway

Statutes

CIDR CIDR

and and

" "

3

.

Florida Florida

MANAGEMENT MANAGEMENT

structure structure

00 00

a a

lnspection/CIDR lnspection/CIDR

(3)(b), (3)(b),

of of

082d47'07

: :

(13b): (13b):

DEPARTMENT DEPARTMENT

(17)

Rte Rte

119.071 119.071

PASS PASS

security security

BRIDGE BRIDGE

and and

Long Long

Sub Sub

( (

hwy hwy

KEY KEY

Network Network

physical physical

(3)(a) (3)(a)

(NBI) (NBI)

Structure Structure

(NBI) (NBI)

(P) (P)

CRAB CRAB

" "

PASS PASS

the the

FLORIDA FLORIDA

071 071

2

.

Damage Damage

Base Base

.

N/A N/A

On On

Local Local

to to

NHS NHS

DRIVE DRIVE

traffic traffic

0 0

STRAHNET STRAHNET

000 000

119

on on

KEY KEY

I I

Street Street

ft ft

on on

a a

OVER OVER

Minor Minor

Good Good

Good Good

Good Good

Defense-crit Defense-crit

Route Route

Not Not

Unknown Unknown

Unknown Unknown

Urban Urban

-1 -1

000 000

7 7

7 7

7 7

7 7

1 1

City City

Mainline Mainline

-

Not Not

Not Not

2-way 2-way

DR DR

relating relating

: :

: :

: :

: :

1 1

156401 156401

1 1

Not Not

ISLAND ISLAND

19 19

15 15

00000 00000

CRAB CRAB

5 5

027d47'40

0 0

No No 0 0 0-

2 2

0 0

SPAN SPAN

0 0

sections sections

: :

: :

: :

: :

: :

: :

: :

(61)

(60)

(59)

(58)

Main Main

(076): (076):

to to

(8): (8):

(7): (7):

(6)

(5): (5):

-

02)

(075B): (075B):

(075A): (075A):

(12): (12):

(16)

(11)

(26): (26):

Identification Identification

156401 156401

M M

MAIN MAIN

(13a): (13a):

ISLAND ISLAND

(104): (104):

(1 (1

(100)

No No

Prefix): Prefix):

By By

: :

Facility

Deck Deck

: :

Service: Service:

System: System:

Net Net

information information

Data Data

Rte Rte

Work Work

Length Length

I I

Sys Sys

Point Point

of of

Channel Channel

Hwy Hwy

Class Class

Carried Carried

Key: Key:

(Rte (Rte

Unit Unit

Aid Aid

Emergency

Identification Identification

pursuant pursuant

Classification Classification

Intersect Intersect

Type

Traffic Traffic

Latitude Latitude

Done Done

Name: Name:

base base

156401 156401

Number/Suffix: Number/Suffix:

Critical Critical

Mile Mile

of of Hwy Hwy

Substructure Substructure

INSP005 INSP005

Structure Structure

Level Level

Be Be

Hwy Hwy

Superstructure Superstructure

contains contains

Position/Prefix Position/Prefix

ID: ID:

Facility Facility Description

ID: ID:

Inventory Inventory

Project Project

Defense Defense

Rating Rating

Nat. Nat.

To To

Federal Federal

Proposed Proposed

NBI NBI

Feature Feature

Route Route

Functional Functional

Kind Kind

inspection inspection

National National

Bridge/Unit Bridge/Unit

Structure Structure

On On

Improvement Improvement

Design Design

report report

Direction Direction

LRS LRS

Structure Structure

Roadway Roadway

Roadway Roadway

NBI NBI

NBI NBI

Work Work

Description Description

REPORT REPORT

Structure Structure

public public

This This I I of22

18

2113/2018

from

Page

copied.

exempt

PRINTED:

and

and

DATE

RR

or

inspected

confidential

be

(P)

is

Criteria

Required

may

not hwy

Min

sqft

Not

ft

flare

ft ft

ft

Applicable

6

Applicable

. report

Deficient

No

54

Highway-pedestrian

Waterway ft ft ft

Concrete-Cast-in-Place deg None None .

ft ft

Feature

information Above 3

107

0 35 167

4088

0

81.5

2006

0 5 5

Not

1

38.2

0

0 0

None

)

Permit

0

0 0

Not

this

99 7

: Not

: N :

0

0

Scheduled

: 12/04/2019 01/12/2020 01/12/2020

:

:

:

:

: :

:

:

:

of

This

(45):

(46) (48): (49):

(35):

(27):

(52):

(34)

Area

(38)

(39):

(40):

(106): (67):

(42b)

(42a):

(56):

NBI

(107): (108)

(116):

(111):

Length

(55a) (55b): Index

Details:

Underclearance

page

Rating

Unit

Clr Clr

Material Critical:

Built

On

Date

Span

Clr

Element:

Deck Eval

Skew

Spans

Rating Protection:

Side

Width

Flared

Length

Membrane

Type

Deficiency

Side

Under

Total

structure.

Control

Lift

Underwater:

Main

cover

Health

Surface

Max Year

and SYSTEM

Critical

Data

Left

Other/Special:

in

the

Deck Deck

Vertical

of

Deck Protection

Service

Service

Lateral

the

Reference

Fracture Right

Vert

Report

of

Sufficiency

Horizontal

of

TRANSPORTATION

Reconstructed

Structural Structure

Approach Structure

Nav

Pier

Type

Min

Only

and

Spans

Fracture

Nav

Navigation

Inspection

Length

Condition

Type

OF

Year

Geometries

Age

Deck

depictions

Navigation

NBI

Minimum CIDR

Next

Statutes.

and

Florida

MANAGEMENT

ft

structure

lnspection/CIDR

%

0

4-Atlanta

a

0

BL

(3)(b),

of

DEPARTMENT

Right:

Agy

Agy

Curv

GULF Region

Share:

RR

BRIDGE

119.071

or

security

Morris

NRHP

Hwy

thru Hwy

(NBI)

(P)

(P)

Length

(P)

(P)

and

Concrete

for

hwy

SR-699

footing

exists

Red

Criteria

Allan restriction

NBI

ft -

Beach

County

not

OF

physical

(3)(a)

no

FLORIDA Standards Standards w/in

Standards Min Standards

E

NBI

eligible

5.3 applicable

ft

bridge Tampa

median

the

Speed 071

Applicable

Applicable

.

Meets

: II Applicable

Applicable Florida

Slab

to

5MI

City/Municipal

Not City/Municipal

.

No Prestressed

Open, Not

Equal

ft

Meets Meets J67 Meets

Feature

Meets Stable Pinellas

D7-

(15)Pinellas 12 Madeira

0 119 Not

_ Y-

Not

No

4 5 4 Left

0 5

Not

Not 01

A N 6

8-No 1 1

1

1

5 :

99.99

: N

0

KNKCASM 01/12/2018

E7

Regular

:

0

:

:

:

:

:

(2): (3) (4):

(9):

(1)

03):

(98):

Material (99):

relating

(21):

(37):

(22):

Area:

(50):

(33)

(41):

(68):

(72):

(69):

(112):

(101): (1

.

(53):

(43A): (44A):

(44B):

(43B):

(36a):

(36c):

(36b):

(113):

(36d) Date

(54a) (54b):

sections

Type:

Clearance

No

Group: Group

Code

Len

to

and

District

County

Resp.

Signif Inspector:

SUReg

Admin Required

Owner

Location

Ends

Median

Under

Design Design

Struct

Critical

Br

Material

Place Material

Railings

Structure Structure

Structure Bridge

Bridge Geometry Primary

Alignment

information

Identification

Guardrail

State/Region

Bridge

Type

Main!. Appraisal

Inspection

Transitions

Vertical

(reference)

156401

pursuant

Historic

INSPOOS Review

Alt.

Curb/Sidewalk

Bridge

Span Span

Span

Scour Span

I Inspection Over

Deck

Border

Border

FIPS

Bridge Temp.

Guardrail

10:

NBIS

Underclearances

10:

Parallel

contains

Appr Main

Under

Main Approach Appr

Open/Posted/Closed

Approach

Structure

inspection

Structure

Structure

report

Minimum

Current

Approach

REPORT

Structure

!Appraisal!

!schedule This

public

of22 of22

from from

2/13/2018 2/13/2018

19 19

D D

copied. copied.

exempt exempt

Page Page

and and

and and

PRINTED: PRINTED:

Special Special

3 3

0 0

0 0

0 0

0 0

4 4

DATE DATE

inspected inspected

: :

: :

: :

: :

rail rail

Other Other

beam beam

confidential confidential

be be

& &

is is

FIHS FIHS

Hours

Hours

Hours

Hours: Hours:

Hours: Hours:

Hours

may may

D D

service service

on on

Maintained Maintained

post post

0 0

Resources Resources

Crew Crew

Crew Crew

Equip Equip

tons tons

tons tons

tons tons

ft ft

Helper Helper

tons tons

report report

tons tons

tons tons

tons tons

ft ft

ft ft

Flagger Flagger

FOOT FOOT

applicable-No applicable-No

applicable applicable Other Other

tons tons

tons tons

tons tons

tons tons

tons tons

tons tons

tons tons

Routes Routes

electric electric

recommendation recommendation

recommendation recommendation

recommendation recommendation

Snooper Snooper

% %

9 9

9 9

information information

0 0 0 0

.

.

.

.

1ION 1ION

this this

156400 156400

Not Not

No No

Concrete Concrete

Not Not

No No

99 99

Not Not

99 99 Others Others 74

99 99 99 99

33.9 33.9

99 99 99 99

No No 30 30

99 99 No No

74

-1

No No

44.9 44.9

-1.0 -1.0

-1

-1.0 -1.0

-1.0 -1.0

-1.0 -1.0

Special Special

of of

: :

: :

( (

: :

: :

: : : :

: :

: :

: : : : : :

: : : : : :

: : : :

: :

: :

: :

: :

: :

: :

: :

: :

: :

: : : :

: :

: : : :

Special Special

A A

This This

1

1

2: 2:

II

. .

Ill

0 0

OFF

Inspection Inspection

Yard

Type

Underwater Underwater

(064)

(066): (066):

Span

page page

Rail Rail

Rail Rail

I I

Rating

Rating

Length

Length: Length:

Method

Posting

Posting: Posting:

Posting

Posting

Posting

Posting

Posting

Percent: Percent:

Devices

Structure

Structure

Structure

Elevation

Elevation

ON ON

C C

C C

in in

structure

Frequency

(90) (90)

Wing-Span

SU SU

SU SU

Transverse

Transverse

Transverse

cover cover

ST5 ST5

Rating Rating

ST5 ST5

Rating Rating

Span Span

Culvert Culvert

Span Span

Span Span

Bridge Bridge

Bridge Bridge

Sewage Sewage

. .

Permit Permit

D D

the the

(93) (93)

SYSTEM SYSTEM

the the

FIHS FIHS

Blanket Blanket

120 120

Scour Scour

Action Action

Axle Axle

Axle Axle

SEG SEG

Recommended Recommended

of of

Actual Actual

Recommended Recommended

Max Max

Storm Storm

Impact Impact

Electrical Electrical

Recommended Recommended

120 120

Recom. Recom.

Actual Actual

Maintenance Maintenance

FL FL

ISEGI ISEGI Previous Previous

Previous Previous

Web-to-Web Web-to-Web

Actual Actual

Distribution Distribution

Report Report

Recom. Recom.

FL FL

Only Only

Recom

TRANSPORT TRANSPORT

120 120

Date Date

Inventory Inventory

Minimum Minimum

Actual Actual

2nd 2nd

Operating Operating

Replacement Replacement

Scour Scour

Single Single

Critical Critical

0 0

SEG SEG

Scour Scour

Governing Governing

SEG SEG

Scour Scour

Tandem Tandem

Dynamic Dynamic

OF OF

depictions depictions

12/04/2017 12/04/2017

Last Last

01/12/2018 01/12/2018

SEG SEG

Statutes. Statutes.

HS20/FL HS20/FL

SEG SEG

CIDR CIDR

and and

POSTING POSTING

SEGMENTAL SEGMENTAL

Fracture Fracture

FiberOptic FiberOptic

(91) (91)

(92) (92)

Florida Florida

, ,

MANAGEMENT MANAGEMENT

structure structure

a a

mas mas

mas mas

mas mas

mas mas

lnspection/CIDR lnspection/CIDR

(3)(b)

0 0

D D

of of

24 24

24 24

Gas Gas

DEPARTMENT DEPARTMENT

Frequency Frequency

119.071 119.071

security security

BRIDGE BRIDGE

Loads Loads

Element Element

and and

( (

records records

0 0

20) 20)

No No

(92) (92)

restriction restriction

details details

Legal Legal

Factor Factor

Factor Factor

physical physical

(3)(a) (3)(a)

Construction Construction

completed completed

(HS (HS

no no

0 0

or or

driving driving

the the

Water Water

FLORIDA FLORIDA

18 18

Load Load

Load Load

tons tons

tons tons

tons tons

tons tons

tons tons

tons tons

tons tons

Above Above

to to

tons tons

tons tons

tons tons

It It

It It

Applicable Applicable

ft ft

Present: Present:

phase phase

Good Good

1 1 8 8

1 1

9 9

2 2

pile pile

4 4

.

.

.

.

.

.

119.071 119.071

NBI NBI

Information Information

Open, Open,

MS MS

LF LF

LF LF

0 0

0 0

0 0

0 0

AU AU

-

.

.

.

.

1 1

Required Required

10 10

0 0

1 1 5 5

57.2 57.2

No No

FB FB

Not Not 88

D D 55 Design Design

0.0 0.0 Foundation Foundation

Unknown Unknown

2 2

77

-1 -1 84 0

Yes Yes

0 00/00/0000 00/00/0000

5 5 58 0

JLP JLP

0

83

A A

03/28/2008 03/28/2008

Tidal Tidal All All

D D

0 0

: :

: : : :

: : : : : :

: : : :

: :

: : : : : : : : : :

: :

: : : : : : : :

: :

: :

: :

: : : :

: : : :

: :

: :

: :

: :

relating relating

Information Information

C3

C5

C4

Seq: Seq:

ST5: ST5:

Gov

Gov

Eval

SU4

Eval

SU3

SU2

Date: Date:

Date sections sections

NBI NBI

Flow

Storm Storm

Type

Type: Type:

(063)

(065)

(031)

(041)

(070)

Maint: Maint:

Notes: Notes:

Depth: Depth:

Initials

Status

Rating Rating

Rating

Rating

Power Power

Record to to

of of

Method

Recom.

Critical Critical

Number

Special Special

By By

Information Information

I I

Expiration

Frequency

and and

Load Load

120 120

Scour Scour

Type Type

Scour Scour

Type Type

Bridge Bridge

: :

Rating Rating

OPR OPR

OPR OPR

Length, Length,

Plans Plans

Underwater Underwater

Rev. Rev.

Rating Rating

Posting Posting

FL FL

Mode Mode information information

Spacing, Spacing,

IFBI IFBI

Other Other

Driving Driving

Channel Channel

Intervals Intervals

Phone Phone

Types Types

Exception Exception

FB FB

Exception Exception

pursuant pursuant

Fracture Fracture

Foundation Foundation

FB FB

FB FB

SU4 SU4

Radio Radio

Rating Rating

Cont. Cont.

Span Span

Design Design

Bridge Bridge

Load Load

Evaluation Evaluation

Utilities

Accepted Accepted

Highest Highest

Parallel Parallel

Pile Pile

Load Load

156401 156401

Scour Scour

Rating Rating

Warranty Warranty

Performance Performance

INSP005 INSP005

Rating Rating

FB FB

Inventory Inventory

BEAM BEAM Operating Operating

FB FB

LOAPS LOAPS

contains contains

Related Related

ID: ID:

ID: ID:

Scour Scour

Load Load

Load Load

Open/Posted/Closed Open/Posted/Closed

Original Original

inspection inspection

Permitted Permitted

report report

Bridge Bridge

Bridge Bridge

Performed Performed

FLOOR FLOOR

Inspection Inspection

LEGAL LEGAL

Inspection Inspection

General General

Schedule Schedule

Bridge Bridge

REPORT REPORT

Structure Structure

public public

This This

I I I I of22

ft

(SF)

sq.ft

sq.ft

(SF)

(EA)

(EA)

(EA)

2113/2018 8ft 8ft

20

(EA)

from

4ft

TQty

131

TQty

4

TQty

77ft

1 1

55ft

TQty

TQty 1

148ft

TQty

107

14

3874 4088

Page

copied.

exempt

PRINTED:

and

%4

%4

%4

and

%4

%4

%4

DATE

0

0

0

0

0

0

0

0

inspected 0

0 0

0

0

0

0

Qty4

Qty4

Qty4

Qty4

Qty4

Qty4

confidential

be

is

may

1

.

6

.

0

%3

100

100 %3

%3

100

2.76

50

6.11

%3

2

%3

%3

36.49

98.18

report

information

this

4

of

4

8

0 8

0

0

This

0

0

107 107

2 2

Qty3

Qty3

54

54

Qty3

Qty3

Qty3

Qty3

page

structure.

6

cover

.

%2

%2

100

%2

100 100

6.11

50

%2

100 2

%2

SYSTEM

%2

7.14

1.82

0.68

the

the

of

Report

TRANSPORTATION

Only

0

0

0 0

8

8

0

1 1

1 1

2 2

1

1

Qty2

Qty2

Qty2

Qty2

OF

Qty2

Qty2

depictions

CIDR

Statutes.

and

79

.

86

.

%1

%1

%1 99.9

%1

97.24

%1

87

%1

92

94.81

62.84

Florida

MANAGEMENT

structure

lnspection/CIDR

a

(3)(b),

0 of

0

0

0

0 0

0

0 115

0 13

Qty1

3767 4084

73

Qty1

93

Qty1

Qty1

Qty1

Qty1

DEPARTMENT

119.071

BRIDGE

security

and

physical

(3)(a)

Slab

Header

FLORIDA

Any

or the

Seal

(Sonovoid)

to

Cap

YKQU

119.071

Elements

Elements

Deck

Surfaces

Slab

Joint

Pile

Approach

Seawall

Abutment

Pier

Adhesion

relating

Cone

Dei/Spaii/Patch/Pot(Wear

Channel

Surf)

Other

Cone

Other

Cone

sections

Cone

I

Cone

Delamination/Spaii/Patched

Substructure

Substructure

Area

Wearing

Substructure Seal

Adjacent

Substructure

:

:

:

Area I 'Delamination/Spaii/Patched I

jDebris to

Description PS

Area

Delamination/Spaii/Patched

Description

Pourable Area

,Delamination/Spaii/Patched

Description

Description

Re Description I

RIConcWalls

I : I

I Description Re

:

Description

I

Pre

I I

:

jchannel

I Description

:

Description Bulkhead Material

I

I

I IRe

01/1212018

information

/4

/4

pursuant

156401

INSPOOS

Decks/Slabs

13210/4

Joints

1080/4

510/4

Date:

j2360/4

12320/4

j9140

:

:

ID:

Elem/Env 11080/4

Elem/Env

11080/4 ID:

11080/4

LEiem/Env

!8099/4

j301/4

I

!8290 1 contains

Elem/Env

8393/4

j226/4 IEiem/Env

IEiem/Env

1234/4

inspection

Unit

Unit

Unit 11

Unit

report

1

Unit 1

Unit

11

11

11

11

Elements

Inspection

DECKS

11

REPORT Str

Structure

DECKS

l1

Str

MISCELLANEOUS

Str

MISCELLANEOUS

I 11

MISCELLANEOUS

SUBSTRUCTURE

j1 I

SUBSTRUCTURE

I 11

SUBSTRUCTURE

SUBSTRUCTURE

1 Str

j1

IStr

IStr 11

public

This ) Page 21 of22 FLORIDA DEPARTMENT OF TRANSPORTA 1ION BRIDGE MANAGEMENT SYSTEM REPORT ID: INSP005 lnspection/CIDR Report Structure 10: 156401 CIDR DATE PRINTED: 2/13/2018 SUPERSTRUCTURE : Bearings IStr Unit IElem/Env IDescription Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 TQty i1 1310/4 I Elastomeric Bearing 9 75 3 25 0 0 12 each j1 j2240/4 ILoss of Bearing Area 0 3 100 0 0 3each SUPERSTRUCTURE : Superstructure IStr Unit IElem/Env IDescription Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 TQty

11 1331 /4 IRe Cone Bridge Railing 214 99.53 1 0.47 0 0 215ft 11080/4 IDelamination/SpaiJIPatched 0 1 100 0 0 1 ft 11 Area

Total Number of Elements*: 11 •excluding defects/protective systems

Inspection Information Inspection Date: 01/1212018 Type: Regular NBI Inspector: KNKCASM - Allan Morris Inspection Notes: LOAD CAPACITY EVALUATION: The findings of this inspection reveal no reason to warrant a new analysis; therefore, the current load rating dated 3/28/08 still governs.

The following elements were inspected underwater by the divers: 8290 Channel 226 Pre Cone Pile- Bents 2 and 3 each with seven 18in. piles 8393 Bulkhead Seawall Any Material

Sufficiency Rating Calculation Accepted by KNKCARX at 2/13/2018 4:20:16 PM

Inspection Date: 01/03/2016 Type: Regular NBI Inspector: KNKCABS - Scott Betz Inspection Notes: Sufficiency Rating Calculation Accepted by KNKCADG-P at 2016-02-04 15:14:05

LOAD CAPACITY EVALUATION: The findings of this inspection reveal no reason to warrant a new analysis; therefore, the current load rating dated 3/28/08 still governs.

The following elements were inspected underwater by the divers: 204 PIS Cone Column - Bents 2 and 3 each with seven 18in. piles 393 Blkhd Sewl Any Mater 290 Channel

Inspection Date: 01/21/2014 Type: Regular NBI Inspector: KNKCARK- Kenneth Renfro Inspection Notes: Sufficiency Rating Calculation Accepted by KNKCADG-P at 2014-03-03 13:17:30

LOAD CAPACITY EVALUATION: The findings of this inspection reveal no reason to warrant a new analysis; therefore, the current load rating dated 3/28/08 still governs.

The following elements were inspected underwater by the divers: 204 P/S Cone Column - Bents 2 and 3 each with seven piles 393 Blkhd Sewl Any Mater 290 Channel

Inspection Date: 01/24/2012 Type: Regular NBI Inspector: KNKCARD - David Rothman Inspection Notes: Sufficiency Rating Calculation Accepted by KNKCARL-P at 2012-02-28 09:14:25

LOAD CAPACITY EVALUATION: The findings of this inspection reveal no reason to warrant a new analysis; therefore, the current load rating still governs.

Element 38 Bare Concrete Slab was deleted and Element 99 PS Concrete Slab was created during this inspection.

This report contains information relating to the physical security of a structure and depictions of the structure. This information is confidential and exempt from public inspection pursuant to sections 119.071 (3)(a) and 119.071 (3)(b), Florida Statutes. Only the cover page of this report may be inspected and copied. of22

2113/2018

22

from

Page

copied.

exempt

PRINTED:

and

and

DATE

inspected

confidential

be

posted.

is

not

may

is

report

information

this

structure

of

This

.

The

33

20

: :

.

page

33

:

10:21:28

10:09:25

16

bridge.

bridge.

structure

cover

required

SYSTEM

the

the

the

the

of

of

not

of

Report

is

TRANSPORTATION

Eorgan

Only

2010-01-28 2010-01-28

2008-03-2413:16

2008-03-18

.

at at

at at

OF

condition

condition

Steve

posting

-

depictions

CIDR

NBI Statutes

Oku-P

NBI

Oku-P

and

current

current

kn110ku-P

kn11

kn110ku-P

kn11

3/28/08,

the

the

Florida

by

by

by by

Regular KNVOLSE

Regular

MANAGEMENT

to

to

structure

dated

lnspection/CIDR

a

(3)(b),

of

Type:

Type:

applies

applies

Accepted

Accepted

Accepted Accepted

DEPARTMENT

analysis

Inspector:

Inspector:

119.071

BRIDGE

security

03/03/08

rating

03/03/08

and

Calculation Calculation

EVALUATION:

EVALUATION:

Calculation Calculation

load

physical

dated

(3)(a)

dated

the

FLORIDA

the

.

Rating

BEACH

Rating

Rating Rating

to

to

rating

rating

119.071

CAPACITY

north

CAPACITY

load

load

to

relating

MADEIRA

01/21/2010

Sufficiency Sufficiency

According LOAD

The

01/31/2008

LOAD

Sufficiency Sufficiency

The

sections

south

OF

to

from

CITY

information

:

Date:

Notes:

Date:

Notes:

pursuant

Information

156401

INSPOOS

Notes

ID:

RESTRICTIONS: ID:

inventoried

contains

OWNER

inspection

Inspection

Inspection

Inspection

Inspection

report

REPORT

BRIDGE

Structure

Structure

TRAFFIC

Inspection

Structure

This

public

. .

copied

and and

inspected inspected

be be

may may

report report

this this

of of

page page

cover cover

the the Only Only

Statutes. Statutes.

and and ) ) a )(

Florida Florida

3 ( ), ), b

)(

(3

119.071 119.071 071 071 .

119

sections sections to to

pursuant pursuant

inspection inspection

public public from from

exempt exempt

and and

confidential confidential is is

information information

This This

structure. structure.

the the

of of

depictions depictions and and

structure structure a a

of of

security security physical physical the the to to relating relating contains information information contains report report This This

Inspection Inspection by by Profile Profile Left Left

PM·· PM··

4:23:52 4:23:52

2/13/2018 2/13/2018 PRINTED: PRINTED: DATE DATE Profile Profile Bridge Bridge

Report Report Profile Profile

Bridge Bridge

156401 156401 ID: ID:

Structure Structure

SYSTEM SYSTEM

MANAGEMENT MANAGEMENT BRIDGE BRIDGE

TRANSPORTATION TRANSPORTATION OF OF

DEPARTMENT DEPARTMENT

FLORIDA FLORIDA

of3 of3 " i i Page Page INSP005 INSP005 : : ID ID REPORT REPORT

. .

and and copied

and and (3)(a) (3)(a)

071 071 .

119

inspected inspected

be be

may may sections sections

to to report report

this this

pursuant pursuant

of of

page page

inspection inspection cover cover

the the

public public

Only Only from from . .

exempt exempt

Statutes

and and Florida Florida

confidential confidential

is is 071(3)(b), 071(3)(b), .

119

information information

This This . .

structure

the the of of

depictions depictions

and and

structure structure a a

of of

security security

physical physical

the the to to

relating relating

information information contains contains report report s s i Th

. .

&>uol\heads

of of the the

face face

channel channel the the

at at

taken taken were were 4 4

and and 1 1 Abutments Abutments at at Measurements Measurements ,; ,;

. . 5ft . 12

= =

Right Right and and Left Left : : 2 Bent Bent at at !er1ine !er1ine ' · · · · · ·

rail. rail. bridge bridge of of Top Top Reference: Reference: Profile Profile

Notes: Notes: Profile Profile

Temp: Temp: Air Air

16.70 16.70

50 50 . 16 4 4

21.70 21.70

21.00 21.00 3 3

40 40 . 21

80 80 . 21 2 2

14.20 14.20 60 60 . 16

TTDH TTDH

113/2016 113/2016 Key: Key: and and Date Date Inspection Inspection

. .

bulkheads the the

of of

face face

channel channel the the

at at

taken taken were were 4 4

and and 1 1 Abutments Abutments at at Measurements Measurements

2ft. 2ft. .

12 Right= Right=

and and Left : : 2 Bent Bent at at taken taken Water11ne Water11ne

rail. rail.

of of bridge bridge top top to to referenced referenced Measurements Measurements

Notes: Notes: l"roflle l"roflle "

Temp: Temp:

16.90 16.90 30 30

. 15 4 4

60 60 . 21

70 70 . 20 3 3

22.20 22.20

20 20 . 20 2 2

16.50 16.50

50 50 . 16 1 1

YKQU YKQU

1/12/2018 1/12/2018

Key: Key: in Feet) Feet) in

and and are are

Date Date Heights Heights

(All (All Inspection Inspection

Height Height Right Right

Height Height Left Left Bent# Bent#

Summary Summary Numerical Numerical - Data Data Profile Profile

PM PM 4:23:52 4:23:52 2/13/2018 2/13/2018 PRINTED: PRINTED:

DATE DATE

Profile Profile Bridge Bridge

Report Report Profile Profile Bridge Bridge

SYSTEM SYSTEM

156401 156401 : : ID ID

MANAGEMENT MANAGEMENT Structure Structure

BRIDGE BRIDGE

TRANSPORTATION TRANSPORTATION OF OF

of3 of3 2 2 DEPARTMENT DEPARTMENT Page Page FLORIDA FLORIDA

INSP005 INSP005 : : ID ID REPORT REPORT

copied. copied.

and and

inspected inspected

be be may may

report report this this of of

page page

cover cover

the the

Only Only

Statutes. Statutes.

Florida Florida

(3)(b), (3)(b),

119.071 119.071

and and

(3)(a) (3)(a)

071 071 .

119

sections sections to to

pursuant pursuant

inspection inspection

public public

from from exempt exempt

and and

confidential confidential is is

information information This This . .

structure

the the of of

depictions depictions

and and structure structure a a of of security security physical physical the the to to relating relating information information contains contains report report This This

- Right & & Left Left 12.2FT 12.2FT 2: 2: Bent Bent at at taken taken Water1ine Water1ine

rail. rail. bndge bndge of of Top Top Reference: Reference: Profile Profile

Notes: Notes: Profile Profile

Temp: Temp: Air Air

12.70 12.70 15.30 15.30 4 4

20.10 20.10 22.00 22.00 3 3

20.20 20.20 21.70 21.70 2 2

14.10 14.10 15.70 15.70

JMYC JMYC 1/31/2008 1/31/2008 Key: Key: and and Date Date Inspection Inspection

Feet) Feet) in in are are Heights Heights (All (All Height Height Right Right Height Height Left Left Bent# Bent#

Summary Summary Numerical Numerical - Data Data Profile Profile

•• •• PM PM 4:23:52 4:23:52 2113/2018 2113/2018 PRINTED: PRINTED: DATE DATE Profile Profile Bridge Bridge

Report Report Profile Profile Bridge Bridge

156401 156401 : : ID ID

Structure Structure

SYSTEM SYSTEM MANAGEMENT MANAGEMENT BRIDGE BRIDGE

TRANSPORTATION TRANSPORTATION

OF OF

DEPARTMENT DEPARTMENT FLORIDA FLORIDA

INSP005 INSP005 : : ID ID REPORT REPORT , , of3 3 3 ' Page public

.

from

)

low

exempt

at

and

3

Details:

Barnacles/Oysters

12/04/17

waterline

groundline.

(SCUBA)

Bent

II

confidential

at

the

is

.

below

(93):

Inspection

l

Level 12ft

N/A 3.0

Salt/Tidal-

from

.

:

:

:

(12in.

.:

Date

Report

information

24in

INC.

CORP.

Insp

of Used

Hours Depth

This

Growth:

Underwater

Dive

Signature:

Boat

groundline

Max.

Crew

of

of

Date:

Underwater

structure.

maximum

from

Inspection

a

.

2

the

Type

Type

Special

of

SERVICES,

5ft

Type/Marine

up

of

3.

1

up

Duty: Dive Dive

Tend

ASSOCIATES,

EA.

and

14EA.

12/15/15

Inspection

1

for

Water

2

Bridge

&

depictions

Page

extending

CS-1:

and

CS-2:

Bents

extending

=

at

Statutes.

bents

No.:

EA.=

EA.

CAMPO rebar

structure

the

1

each

14

a

of

UNDERWATER

Florida

of

C.B.I.

00341/Lead

Underwater

piles

.

piece

around

(3)(b),

a

security

BOLT

Pass

18in

is

No.:

rebar

KISINGER

Drive

1/9.071

Key

Routine

physical cleaned

there

seven

with

and

00530

C.B.I.

the

Identification:

Island

Crab Pinellas

07

2-7

to

the

were

(3)(a)

:

:

debris

Pile

3-6

(2):

(6) (7):

(3)

of

relating

1/9.071

SCSI

Title

AUI AUI

156401

and

represents

concrete south

District 3-4

County

(8): Carried

.

is

V.

sections

S.

S

PILE

information

Intersected

ID.

1Oft.

. Piles

J

Structure/Roadway

1,

element

Personnel:

Facility

There

Keith

Derek

Inspection:

Michael

CONC

Log:

contains

This

pursuantto

Feature

Elliott

Span

Diver:

Personnel:

9140

CHANNEL

Structure

PRE

report

Previous

Lead

Inspection Field Coon,

Hoogland,

Fescina,

Goldman,

8290

Under

CS-2

NBI

NOTE: 226

Cleaning

This

inspection

(C2mydoc\bridgereports\15-Pinellas\156401_BIR_12-04-17_UW) .

can

12/04/17

ruler

a extending

public

inspection

and

joint

Date:

from

this

(1FT.)

the

.

wide

structure.

from

exempt at

found

1%in

the

and

not x 2:Y.in.

(8FT.)

joints

of

Inspection

to

W.

was

bleedout,

10in.

up

20FT.

1

confidentwl

corners

1/16in.

leakage.

is

open

eighteenth delaminations/spalls,

CS-3:

is

four

Lx

corrosion

.

and

Abutment

the

3-S,

backfill

down,

delamination,

1Din

with

on

at

INC.

information

to

Unit

with

%,

cap

1FT.

and

This

x

up

DECREASE.

down,

fourteenth

2in.,

Slab

from

Sin.

,

x

transition

cap

x

. CS-2:

.

cracks

structure.

tenth,

Sin

under

x sector

abutments from

18in

the

leakage-

sector

.

has

SERVICES,

inspection.

of

4,

ninth,

6in

both

127FT.

facing

this

(9FT.)

private

at

2 4ft.

private

backfill

.

to

sixth,

to

transition,

of

depictions

no

CS-1:

wall

II

%in

found

.

up

west

Abutment

x

joint

structure

and

with

not

of

fourth,

sector

of

the

)

3in.

.

Page 2

Statutes

(1FT.)

delamination/spall,

x

spalls,

retaining

end

were

wide, 148FT.=

from

third,

struclltre

delamination/spall

north

(2FT

UNDERWATER

transition

a 3-2,

private

UW)

.

wingwall

10in.

to

Florida

of _ the

east

down,

joint

joints

1%in.

to

Unit

east

delamination/spa

west

NW

1%in the

and

to

sheetpile

cap up

the

(3)(b}.

x

south

ninth

BOLT

security

transition,

the

the

up

3-2,

Slab

from

spall 071

-INCREASE.

from

.

joint

of

cal

from

the

i

10in.

along

spalls

119

from

Slab

cap

x open

on

MATERIAL concrete

joint

east,

under

phys

.

east

end, panels

and

the have are

joint

inventoried

the

from

12in

cracks spall

transition

under to

from

leakage.

ANY

penetrating

two

east 156401_BIR_12-04-17

(3)(a)

to

panels

seventh

joints

joints

the

East

Eighth joint down

Sheetpile up

First

drain

:

:

h

two

1

relating

1

1

4:

backfill 4:

119.071

Structure

None.

51

reported reported

1Q

1

sheetpile

represents

no

15-Pinellas\

SEAWALL

storm

backwall backwall backwall,

156401

sections

with

ID

mformation

to

NOTES: Abutment

NOTES:

element

north north

ID:

previously previously

bulkhead,

=The

=Abutment

=Abutment

=

=Abutment bulkhead, bulkhead,

07

elevation

4, 4,

diameter 32in.,

.

This

The

The

LOG:

contains

l

pursuant

BULKHEAD

1080

1080

East Structure

South

North North

12in

:

1:

2 3:

S: 4:

report

. .

.

Structure

District:

8393

NOTE:

CS-31080

CS-31080

CS-21080

CS-3

CS-3

INCIDENTAL:

The

Abutment Abutment penetrate

NOTE:

INSPECTION

STRUCTURE

PHOTO

No No

No No. No.

Th1s

mspecflon

(C2mydoc\bridgereports\