Loading...
Res No 011-24-16116RESOLUTION NO. 011-24-16116 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING A PROPOSAL AND PROJECT AGREEMENT WITH SRS ENGINEERING, INC., TO PROVIDE DESIGN SERVICES FOR THE BRIDGE STRUCTURAL DESIGN REPAIRS PROJECT AT SW 63RD COURT OVER TWIN LAKE CANAL JUST NORTH OF SW 62ND TERRACE IN AN AMOUNT NOT TO EXCEED $135,486.06; PROVIDING FOR AUTHORIZATION; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, on May 3, 2022, the City Commission of the City of South Miami (the "City") adopted Resolution No. 056-22-15809, authorizing the City Manager to enter into a continuing professional services agreement (the "Agreement") with SRS Engineering, Inc. ("Consultant") to provide general engineering services on as-needed basis (the "Services"); and WHEREAS, the City is in need of the Services for the Bridge Structural Design Repairs Project at SW 63 rd Court over Twin Lake Canal just north of SW 62nd Terrace (the "Project") as the bridge has been damaged by ongoing corrosion and is currently partially closed and under certain load traffic restrictions; and WHEREAS, the Consultant has provided a Proposal for the Project attached hereto as Exhibit "A"; and WHEREAS, in order to implement the Project, the City desires to approve the Proposal attached hereto as Exhibit "A" and authorize the City Manager to enter into a Project Agreement with the Consultant in substantially the form attached hereto as Exhibit "B" to provide the Services for the Project in an amount not to exceed $135,486.06; and WHEREAS, the cost of the Project will be funded from the ARP A Fund Account Number 121-1790-519-3450, which has a current balance of $3,473,231.00, or such other funding source as determined by the City Manager to be in the best interest of the City; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Res. No. 011-24-16116 Section 2. Approval of Proposal and Project Ag1·eement. The Proposal attached hereto as Exhibit "A" and the Project Agreement attached hereto as Exhibit "B" are hereby approved. Section 3. Authorization. The City Manager is hereby authorized to execute the Project Agreement with the Consultant, in substantially the form attached hereto as Exhibit "B," for the provision of the Services for the Project in an amount not to exceed $135,486.06 based on the terms of the Agreement and the Proposal, attached hereto as Exhibit "A," subject to the final approval of the City Manager and City Attorney as to form, content, and legal sufficiency. The City Manager is hereby authorized to charge the costs of the Services for the Project to Account Number 121-1790-519-3450, which has a current balance of $3,473,231.00, or such other funding source as determined by the City Manager to be in the best interest of the City. Section 4. Implementation. The City Manager is authorized to take any and all actions necessary to implement the Project Agreement and the purposes of this Resolution. Section 5. Corrections. Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 6th day of February, 2024. ATTEST: \ ~ CI~~ READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION~ WEISS SEROTA HELFMAN COLE & BIERMAN, P .L. CITY ATTORNEY APPROVED: COMMISSION VOTE: Mayor Fernandez: Vice Mayor Bonich: Commissioner Calle: Commissioner Liebman: 5-0 Yea Yea Yea Yea Coimnissioner Corey: Yea Page 2 of2 Agenda Item No:3. City Commission Agenda Item Report Meeting Date: February 6, 2024 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING A PROPOSAL AND PROJECT AGREEMENT WITH SRS ENGINEERING, INC., TO PROVIDE DESIGN SERVICES FOR THE BRIDGE STRUCTURAL DESIGN REPAIRS PROJECT AT SW 63RD COURT OVER TWIN LAKE CANAL JUST NORTH OF SW 62ND TERRACE IN AN AMOUNT NOT TO EXCEED $135,486.06; PROVIDING FOR AUTHORIZATION; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS ENGINEERING & CONSTRUCTION) Suggested Action: Attachments: Memo-Bridge_62CT_SRS_1-25-24.docx 4841317-Resolution_Approving_-_SRS_Engineering_-_Project_Agreement_-_Twin_Lakes_Canal_Repairs_Design.docx Exhibit A - SRS Engineering Proposal - South Miami SW 63rd Court Bridge Repair 1-9-24.con.pdf Exhibit B - Project Agreement - Twin Lakes Canal Bridge Repairs Design.DOCX Res No 056-22-15809.pdf FDOT South Miami Bridge Letter.pdf Marlin Transmittal Letter1-3-24.pdf 875400 20231006 Routine.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:Tuesday, February 6, 2024 SUBJECT:Bridge Structural Design Repairs at SW 63rd Court over Twin Lake Canal RECOMMENDATION: Approve the proposal and project work/purchase order with SRS Engineering, Inc., to provide design services for bridge structural design repairs at SW 63rd Court over Twin Lake Canal just north of SW 62nd Terrace. BACKGROUND: On October 2, 2023, the Florida Department of Transportation “Department” conducted a field review, to determine ownership of the bridge, and observed deterioration of the north abutment that changed the structure span length from its original 16 feet to greater than 20 feet making a qualified bridge structure. The current condition of the bridge was determined critical as the bridge north support has been damaged by the ongoing erosion of the bridge north abutment. Accordingly, the City was directed to restrict truck use on the bridge and to block the southbound lane over the bridge to, restricting traffic to the northbound direction only until repairs are implemented. On January 8, 2024, the Florida Department of Transportation provided a signed and sealed bridge inspection report from the October 6, 2023,inspection conducted by Marlin Engineering through the Department contract. As the next City’s rotation list consultant, SRS Engineering Inc, was requested to provide a proposal for structural bridge repairs. On January 9, 2024, SRS Engineering Inc., submitted a revised proposal for structural bridge repairs that is comprehensive and cost effective for the services requested.To address the recommendations in the bridge inspection report, SRS Engineering Inc., will design and develop construction plans as well as provide bid and post design services. FUND &ACCOUNT: Amount not to exceed $ 135,486.06.Please refer to the consultant contract and fee schedule. The expenditure shall be charged $135,486.06 to the American Rescue Plan Act Fund account number 121-1790-519-3450. The ARPA balance as of this request is $3,473,231. ATTACHMENTS: 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Resolution Resolution 056-22-15809 Florida Department of Transportation Bridge Letter dated 10/2/2023 Florida Department of Transportation email dated 1/9/2024 Marlin Engineering Bridge Inspection Report dated 10/6/2023 Revised Proposal – SRS Engineering Inc., dated 1/9/2024 3 PROJECT AGREEMENT Between CITY OF SOUTH MIAMI, FLORIDA And SRS ENGINEERING, INC. Project Name: Bridge Structural Design Repairs Project at SW 63 rd Court over Twin Lake Canal north of SW 62nd Terrace 1 of 1 PROJECT AGREEMENT Between C ITY OF SOUTH MIAMI, FLORIDA And SRS ENGINEERIN G, INC. Project Name: Bridge Structural Design Repairs Project at SW 63rd Court over Twin Lake Canal north of SW 62nd T errace This Project Agreement between the CITY OF SOUTH MIAMI, FLORIDA (the "Citt:) and SRS ENGINEERING, INC . (hereinafter referred to as "Consultant") is made effective as of th e lJ - day of ~ , 2024, and authorizes the Consultant to provide the services as set forth below, subj ect to the provisions contained in the "Professiona l Services Agreement for Professional General Engineering and Architectural Services" betwee n the City and the Consu ltant dated May 3, 2022 (the "Agreement"), w hi ch was competitively procured through Request for Qualifications (RFQ) No. PW2022- 03 in accordance with Secti on 287.055 , Florida Statutes. SECTION 1. SCOPE OF SERVICES 1.1 Consultant shall provide professional general eng in eering services (the "Services") fo r the des ign of the Bridge Structural Design Repairs Project at SW 63rd Court over Twin Lake Canal north of SW 62nd Terrace (the "Project") in accordance with th e terms and conditions of the Agreement and shall complete the tasks that are iden tifi ed and described in the Project Proposal attached hereto as Exh ibi t "1 " (the "Proposal") for the City. 1.2 The City may request changes that would increase, decrease , or otherwise modify the scope of services outlined under the Project Proposal atta ched hereto as Exhibit "1." Such changes must be conta in ed in a written change order exec uted by the parties in accordance wi th the provisions of the Professional Services Agreement, pri or to any deviation from the terms of th is Project Agreement, including the initiation of any extra work. SECTION 2. DELIVERABLES 2 .1 As part of the scope of serv ices and project sched ul e, the Consu ltant shall provide the City with the Deliverables identified in the Project Proposal attached hereto as Exhibit "1." SECTION 3. TERM/TIM E OF PERFORMANCE/DAMAGE 3.1 Term . This Project Agreement shall commence on the date this instrument is fully executed by all parties and shall continue in full force and effect unti l termina ted pursuant to Section 6 or other applicab le provisions of thi s Project Agreement. The City Manager, in his sole discretion, may extend the term of th is Project Agreement through written notification to the Consu ltant. Such extension sha ll not exceed 90 days. No further extensions of this Agreement sha ll be effective unless authori zed by the Ci ty Manager. I of 4 3.2 Commencement. Services provided by the Consultant under this Project Agreement and the time frames applicable to this Project shall commence upon the date provided in a written Notice to Proceed (11Commencement Date") provided to the Consultant by the City. The Consultant shall not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to Proceed. Consultant must receive written notice from the City Manager prior to the beginning the performance of services. 3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide services to the City on the Commencement Date, and shall continuously perform services to the City, without interruption, in accordance with the time frames set forth In the Project Proposal attached and incorporated Into this Agreement as Exhibit "1 11 • The number of calendar days from the Commencement Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual completion of the Project, whichever shall last occur, shall constitute the Contract Time. 3.4 All limitations of time set forth In this Agreement are of the essence. SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION 4.1 Compensation. Consultant shall be compensated for the provision of the Services in accordance with Exhibit "1 11 attached hereto. Consultant shall be compensated in an amount not to exceed $135.486.06 for the provision of the Services for the Project. 4.2 Reimbursable Expenses. All reimbursable expenses are included In the total compensation listed In Section 4.1 above. SECTION 5. BILLING AND PAYMENTS 5.1 Invoices 5.1.1. Compensation and Reimbursable Expenses. Consultant shall submit Invoices which are identified by the specific project number on a monthly basis in a timely manner. These Invoices shall identify the nature of the work performed, the phase of work, and the estimated percent of work accomplished in accordance with the Payment Schedule attached hereto as Exhibit ''1 11 , attached hereto and made part of this Agreement. Invoices for each phase shall not exceed amounts allocated to said phase plus reimbursable expenses accrued during each phase. The statement shall show a summary of fees with accrual of the total and credits for portions paid previously. 5.1.2. Florida Prompt Payment Act. The City shall pay the Contractor in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the City Manager. 5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for payment to the Consultant Is disputed, or additional backup documentation is required, the City shall notify the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or additional documentation request. The Consultant shall provide the City within five (5) working days of the date of the City's notice. The City may request additional information, including but not limited to, all Invoices, time records, expense records, accounting records, and payment records of the Consultant. The City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties shall endeavor to resolve the dispute In a mutually agreeable fashion. 2of4 5.3 Suspension of Payment. In the event that the City becomes credibly Informed that any representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project Agreement, the City may withhold payment of sums then or In the future otherwise due to the Consultant until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the Owner's reasonable satisfaction. 5.4 [INTENTIONALLY OMITTED) 5.5 Final Payment. Submission to the Consultant's invoice for final payment and reimbursement shall constitute the Consultant's representation to the City that, upon receipt from the City of the amount invoiced, all obligations of the Consultant to others, including Its consultants, incurred in connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans, or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment shall constitute a waiver of all claims against the City by the Consultant. SECTION 6. TERMINATION/SUSPENSION 6.1 For Cause. This Project Agreement may be terminated by either party upon five (5) calendar days written notice to the other should such other party fall substantially to perform In accordance with Its material terms through no fault of the party initiating the termination and fails to cure the failure to perform within such five (5) day period. In the event that Consultant abandons this Project Agreement or causes It to be terminated by the City, the Consultant shall indemnify the City against any loss pertaining to this termination. In the event that the Consultant Is terminated by the City for cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience under Section 6.2 and the provision of Section 6.2 shall apply. 6.2 For Convenience. This Project Agreement may be terminated by the City for convenience upon fourteen (14) calendar days' written notice to the Consultant. In the event of such termination a termination, the Consultant shall incur no further obligations In connections with the Project and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall be compensated for all services performed to the satisfaction of the City and reimbursable expenses incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City Its Invoice for final payment and reimbursement which Invoice shall comply with the provisions of Section 5.1. Under no circumstances shall the City make payment of profit to the Consultant for services which have not been performed. 6.3 Assignment upon Termination. Upon termination of this Project Agreement, a copy of all work product of the Consultant shall become the property of the City and the Consultant shall within ten (10) working days of receipt of written direction from the City, transfer to either the City or Its authorized designee, a copy of all work product in its possession, including but not limited to designs, specifications, drawings, studies, reports and all other documents and data In the possession of the Consultant pertaining to this Project Agreement. Upon the City's request, the Consultant shall additionally assign Its rights, title and interest under any subcontractor's agreements to the City. 6.4 Suspension for Convenience. The City shall have the right at any time to direct the Consultant to suspend Its performance, or any designated part thereof, for any reason whatsoever, or without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension Is directed by the City, the Consultant shall Immediately comply with same. In the event the City directs a suspension of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as 3 of4 full compensation for such suspension the Consultant's reasonable cost, actually incurred and paid, of demobilization and remobilization. Section 7. American Rescue Plan Act Contract Conditions. 7 .1 The Consultant acknowledges that the Services authorized under this Project Agreement may be fully or partially funded utilizing Coronavlrus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act ("ARPA"). Towards that end, the Consultant shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed In the ARPA Addendum. If compliance with the ARPA Addendum is required, the City shall select this box: @'. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 4of4 IN WITNESS WHEREOF, the parties hereto have caused this Work/Purchase Order executed as of the day and year as first stated above CITY: ATTEST: Cl APPROVED AS TO FORM AND LEGAL SUFFICIENCY: . or /~~~~ ,.. CITY A TTORNE,Y WITNESSES : LORIDA, a CONSUL TANT: SRS ENGINEERING, INC. By : d . L J t:: Name: ~Serralta, P.E. Title: President Date: ____ 2_-2_0_-2_4 ______ _ l of I EXHIBIT "1" PROJECT PROPOSAL (SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE) S00 1 SW 74TH C TEI.: 30S January 9, 2024 (Revised) Mr. Aure li o J. Carmenates, P.E. Capital Improvement Program Project Manager City of South Miami Public Works Engineering & Construction Division 6130 Sunset Drive Miami , Fl 33143 Re: City of South Miami SW 63rd Ct. Bridge over Twin Lake Canal (Bridge 875400) Structural Repair Fee Proposal and Post Design Service Dear Mr. Carmenates, We appreciate this opportunity to prepare this Proposal for Professional Services for the refe renced project. In accordance wi th our Professional Services Agreement for General Engineering and Architecture Serv ices , we are submitting our understanding of the Scope of Work and Fee Proposal to provide Engineering Services in connection with th e referenced project. SCOPE OF WORK Based on FDOT's Bridge Inspection Report, dated 10-06-23, the Bridge's date of construction is unknown but due to the use of precast elements and other features, it appears the bridge was constructed in the 1950s. The bridge was designed to be supported on a shallow foundation system . The limestone was cut verti cal and there was no protective retaining system to avoid erosion of the limestone. The south side of the bridge support appears to be comp lete over the water lin es; however, th e inspe ctors enco untered a deep erosion at the bottom which shows that the edge of the limestone in canti lever. Th e northwest corner of the bridge is presently unsupported due to a complete loss of the limestone block. Until completion of the repairs th e southbou nd direction of the bridge must remain closed. Recommendations repairs : • Backfill the collapsed area with riprap to minimize further migration of soil adjacent to the end bent. Add additional riprap to North and South abutments to prevent future collapse. • Support the north end bent with either mi cropiles or augercast piles . Due to the proximity of residences, 16-inch diameter augercast piles may be a preferred alternative. Since the bridge ha s 8 beams, the end bent shou ld have 8 piles (one per beam). A conc rete pi le cap can be constructed behind th e exis ting pile cap, connecting both exis ting cap with the new cap and the head of the piles. The existing cap will then be attached to the new cap using embedded reinforcing dowels using epoxy grout. Design Scope of Services Embankment Protection Design January 9, 2024 Page 2 SRS sha ll prepare design drawings for backfill and detail an embankment protection system to stop future undermining ; this will be detailed for the north and south approach. • SRS shall prepare a base plan drawing. • Initi al Engineering Plans (60%). • SRS shall prepare an updated construction cost estimate at each phase of the project. • 60% Engineering Plan submittal to City's Project Manager for review and comments. • Final Engineering Plans (90%) -updated drawing based on comments from City comments, prepare te chn ical specifica ti ons, and cost estimate. • 90% Engineering Plan submittal to City for review and comments. • Production Complete Plans (100%). • Subm it a nd process completed permit applications, construction drawings and support documentation to regulatory agencies (City of South Miami, MDCPWD, DERM , and FOOT) for review a nd permit approva l. Bridge Design • Design a supplemental support system adjacent to the north and south end bent in order to stabilize the existing substructure and counteract the undermining effect of the lost limestone layer for the 1-span bridge. The support system will consist of a new end bent (connected to the existing) supported on auger cast piles . • Provide details of the required repairs for the existing T beams and end bents . • Provide details to structurally repair the longitudinal cracks appearing on the riding surface; these cracks may be the connection between the flanges of th e double tees. • Provide backfill and detail an embankment protection system to stop future undermining; this will be detailed for the north and south approach. • Detail an approach slab system at both ends of the existing bridge (if applicable). • Perform repa ir in specti ons, response to RFl's and review shop d rawings submittals. Please see attached contract letter from Batas Engineering, Inc. for addi tiona l detailed scope of services. Post-Design Services Bid Services -SRS shall provide the following bid support services; • Attending one pre-bid meeting. • Responding to pre-bid request for information. • Review of bids. January 9, 2024 Page 3 Construction Administration -SRS shall provide the following construction phase services ; • Attend pre-construction meeting (1) and prepare minutes for distribution. • Review and process shop drawings. • Respond to Contractor request for information and clarification of contract documents. • Review and recommend Contractor change order requests, if any. • Review and approval of contractor payment requisitions (6 total). • Inspections during construction, assume almost daily site visits, 10 visits total. • Prepare substantial completion punch list and construction close out, and certification of construction completion. Topographic Site Survey SRS shall contract and coordinate with Longitude Surveyors, LLC. to prepare a topographic survey as needed for the bridge design including right of way and canal soundings, and all existing topographical features. Deliverables: Topographical Survey Geotechnical Investigations SRS shall contract and coordinate with HR Engineering Services, Inc. to conduct geotechnical explorations and analysis as required for the foundation design, meeting FOOT Standards. Explore the subsurface soil conditions at the project' site. Develop design parameters and foundation design recommendations for the bridge structure . Deliverables: Geotechnical Report SUBCONSULTANTS January 9, 2024 Page 4 The following are professionals co ntracted be SRS Engin ee ring , In c. t o assist in th e prepa rati o n of th e wo rk outlin e above. ■ Batas Engineering , Inc. (Bridge and Stru ctural Eng in eer s) ■ Longitude Surveyors, LLC . (Survey a nd Mapping) ■ HR Engineering Services, Inc. (Geotechnical) SCHEDULE OF WORK -TIME OF PERFORMANCE The design work will co mmen ce upon receipt of a signed Work Authorization and be co mpleted within six (6) months depending on the avail ab ility of agencies to coordi nate. Ten days after the work is au th o ri zed, a design schedule for review and approval will be submitted . ACCEPTANCE Thi s proposal an d fee sch ed ul es are based on the acceptance with in thirty (30) days of the da te of preparation . If not accept ed by yo u w ithin th at tim e period, we reserve th e right to re-evaluate the terms and condition s co nta i ned herein . ACCEPTANCE OF PROPOSAL We would expect t o com me nce our se rvices promptly after receipt of you r acceptance of this proposal. COMPENSATION Our Engineering Fees for the above described Bas ic Se rvi ces will be a lump sum amount shown below. Payment will be based on monthl y invoi cin g as a perce ntage of comp letion of work. Our En g ineering Fees are as follows: Project Coordination and Administration (SRS) ............................ $ 36,391 .50 Bridge Design (Batas Engineering, Inc.) ........................................ $ 68,590.00 Topographical Survey (Longitude Surveyors, LLC .) ....................... $7,495.50 Geotechnical Report (HR Engineering Services, Inc.) ................... $ 21,009.06 Reimbursables (Permits) ................................................................... $ 2,000.00 Total ................................................................................................ $ 135,486.06 Thi s Proposa l and our C ity Agreement w ith the City represen t s t he entire un de rstandin g between the City of South Miami a nd SRS Engineeri ng, In c . in respect to th e Project and may only be modified in writing when signed by both of us. If the fo regoing is ag reeable to you, please execute th e o ri g in al of this Agreement where ind icated below and return to ou r office. Very tru ly ours, 0-~~...,J~ l gnaci Serralta , P.E. Presi ent Janu ary 9, 2024 Page 5 I have read the fo regoing L etter of Agreeme nt and ag ree t o all t e rm s and conditions st ated therein. Accepted this ___ day of ______ , 2023 Ci ty of Sou th Miami By : ____________ _ Title : _____________ _ ACTIVITY BY SRS ROADWAY DESIGN PROJECT MANAGEMENT & COORDINATION FIELD INVESTIGATIONS CONDUCT UTILITY SEARCH PREPARATION OF BASE PLAN S PRE-DESIGN MEEGTING W IT H AGEN CIES PREPARE EMBANKME NT PROT ECT ION DRAWINGS PREPARE CONSTRUCTION COST ESTIMATES PREPARE TECHNICAL SPECIFICATIONS PREPARE 60% DESIGN PLAN SUBMITTAL PREPARE 90% DESIGN PLAN SUBMITTAL SUBMIT TO AGENCIES FOR REVIEW AND COMMENTS PREPARE 100% DESIGN PLAN SUBMITTAL BID PHASE SERVICES CONSTRUCTION PHASE SER VICES • Rovlow shop drawings, RFls, cos REVIEW AND A PPROVAL OF CONTRACTOR'S PAYMENTS PROVIDE LIMITED CONSTRUCTION INSPECTIONS (6 SITE VISITS @2.0 HRS) CONDUCT PUNCH LIST AND CLOSE OUT TOTAL ACTIVITY BY OTHER S Longllude Surveyors, LLC. HR Enr lneernYI Services. Inc. Bolas Enqineering, Inc. ACTIVITIES BY SRS (Salaries) ACTIVITIES BY OTHERS ENGINEERING COS T BREAKDOWN City of South Miami SW 63rd Ct. Bridge over Twin Lake Canal (Bridge 875400) Structural Repair Fee Proposa l and Post Design Service PRINCIPAL S R. PROJ. MG R SR. ENGIN EER ENGIN EE R CAD TECH HRS R ATE HRS RATE H RS R ATE HRS RAT E HRS RATE S210.00 $190.00 $140.00 $11 5.00 S75.00 4.0 $210.00 24.0 S190.00 8.0 S140.00 S115.oo $75.00 $210.00 1.0 S190.00 1.0 S140.00 $115.00 $75.00 $210.00 $190.00 2.0 $140.00 3.0 $115.00 $75.00 $210.00 1.0 S190.00 $140.00 6.0 S115.00 S75.00 3.0 S210.00 9.0 S190.00 $140.00 S115.00 $75.00 1.0 $210 .00 8.0 S190.00 24.0 S140.00 24.0 S1 1 5.00 $75.00 $210.00 1.0 $190.00 2.0 $140.00 2 .0 $115.00 $75.00 $210.00 2 .0 $190.00 G.0 $140.00 $1 15.00 $75.00 $210.00 1.0 $190.00 2.0 $140.00 2.0 S115.00 S75.00 $210.00 1.0 S190.00 2.0 $140.00 2.0 $115.00 $75.00 1.0 $210.00 1.0 $190.00 2.0 $140.00 8.0 $1 15.00 $75.00 2.0 $210.00 4.0 S190.00 1G.0 S140.00 16.0 $11 5.00 $75.00 $210.00 4.0 $190.00 6.0 $140.00 $1 15.00 $75.00 $210.00 3.0 $190.00 6.0 $140.00 $115.00 $75.00 $210.00 3.0 $190.00 4.0 $1 40.00 $115.00 $75.00 $2 10.00 2.0 $190.00 12.0 $140.00 $115.00 $75.00 S210 .00 2.0 $190.00 4.0 $140.00 $115.00 $75.00 11.0 S2 10.00 67.0 $190.00 97.0 S140.00 63.0 $1 15.00 0.0 $75.00 D ES CRIPTION To"'""'ranhical Survcv Geolechnlcal Tostino Bridae Design SUMMARY $36,392 CLERI CAL HRS RATE $58.50 8.0 $58.50 $58.50 $58.50 $58.50 $58.50 $56.50 $58.50 1.0 $58.50 $58.50 $58.50 $58.50 $58.50 $58.50 S58.50 $58.50 $58.50 $58.50 9.0 $58.50 TOTAL EsUmolo d OUT OF POCKET EXPENSES Including permit fees, reproduclion cosls, etc. TOTAL THIS PROPOSAL DATE: 11912024 TOTA L H OURS 44.0 2 .0 5.0 7.0 1 2.0 57.0 5.0 9.0 5.0 5.0 12.0 38.0 10.0 9.0 7.0 14.0 6.0 2 47.0 TOTA L CO ST $6,988.00 $330.00 $625.00 $880.00 $2 ,340.00 $7,850.00 $700.00 S1,278.50 $700.00 S700.00 $1,600.00 $5,260.00 $1,600.00 $1,4 10.00 S1 ,130.00 $2,060.00 $940.00 $36,391.50 COST $7,495.50 $21,009.06 S68,590.00 S97,09 4.56 $36,391.50 $97,094.56 $2,000.00 $135,4 86.06 M:f BDTAS Engineering, Inc. ~ :: S T R U C TU R A L E N G I N E E R S 8935 Il l'/ :lSth Lanr.. Suite 11202 • Oa ra l. fl 33172 lei : :111~-~18-!1111 • fox: 3nS-iilR-8117 November 28, 2023; rev. Jan. 9, 2024 SRS Engineering, Inc. 5001 SW 74 th Court, Suite 201 Miami, Fl. 33155 Attn: Ignacio Serra lta, P.E. Project: SW 63 rd Ct. over Twin Lak e Canal (Bridg e 875400) Subject: Bridge -Structural Repair Fee Proposal and Post Design Serv. Dear Ignacio: As requ es t ed, we are submitting our structura l fee proposal and our post design services fee for the above-mentioned proj ec t. Our scope for the project will be as follows ... • Des ign a supp lementa l support system adjacent to the north and south end bent in order to sta bili ze the exist ing substructure and counteract the und ermining effect of the lost limestone layer for the 1-span bridge. The support system will consist of a new end bent (connected to the existing) supported on auger cast piles. • Provide details of the required repairs for the existing T beams and end bents. • Provide detail s to structurally repair th e long itu dinal crack s appearing on the riding surface; these cracks m ay be the connection betwee n the flange s o f th e double tees. • Provide backfill and detail an embankment protec tion system to stop future undermining; this wi ll be detailed for the north and so uth approach. • Deta il an approach sl ab system at both end s of the existing brid ge (if app li cable). • Pe rform repair inspections, response to RFl's and revi ew shop drawings submittals. Ignacio, in order to provid e the above se rvice s, a geo t ec hni ca l engin ee ring co mpany would nee d to be engaged in order to p eriorm geotechnica l exp loration at the site, perform two (2) deep borings ( 70 ft. deep) and provide capacity of the auger cast piles (ax ial, latera l and b en ding). Bota s Engineering wil l also require support from SRS in t e rms of th e b es t and most suitable e mbankment protect ion system to be recommend ed for thi s project. The aspha l t laye r along the longitudinal cracks need s to b e fully r emoved in order to mak e a better assess m e nt for the st ru ctural repair of the superstructure deficiency. Our total fee to perform the above-mentioned ta sks will b e lump sum of $68;590·; Remedial Repair Plan s Pr eparation, structura l calculations, coordination with Geotech., submittal for Permittin g and implementati o n of review co mments ................................... $61,230 Brdg. 87 5400 Rev Fee proposal 1/9/2024 Po st Design Se r vices (re sponses to RFl 's, Shop Drawin gs, In spections) ................................ $ 7,36 0 (32 hrs/8 visits for En gin eer ln sp . and 32 hrs for En gineer) It is our recommendation to cl ose the brid ge during repa ir; a detour pl an may n ee d to be prepared by SRS for submi ttal and approval. Th e abov e fee does not includ e item s su ch as bid & awa rd supp ort and post design service s. Pl ease, l et us know if you hav e any question s or if you ne ed any additional in form at ion. Regards, BOTAS Engineering, Inc . Accepted . -/-:✓~-------~ .,_.:::- Patricia M. Bota s, P.E. Date President Name of Project: County. FPN: F/IPNo.· --- Staff Classfficallon 3. Prop;t General ores Pn>JDCl ColMIOn T es1cs 4.Romw,eyAnatySlS :I.RoacMDyPians 6a. 0181118g9 AnalySIS 61> Drainage Plans 7.Ufflles 8. EIWilOtrnerQI POll!lllS. Co~ & Clc1111111CCS 9. SIIU:ll6m • MISC Tests. Dwgs. Non-Teen. 10. S1J\CnS -Bncige DtlYlmpmOflRe,xm 11. Slnl:IIRS. Tcmp,rary Bndgc 12. SN:tl.n!:S • Shirt Span Corcrece enc,ge 13. S11'1.CQ.sa • Mcd\m S11i111 Concrelc Bnoge 14. Sln.CtllO:I-Stnanl SlNI Bndgc 15. Sln£tln5. Segfflel'llal Coraese BnOge 16. SIIU:t1les•MoVZltllcSpon 17. Stni:IU'm. Rdalrv,g Walls 18. Slru::tl.n$ • MIS<:elmlcOu:, 19. S,gn19 & PIIYefflelll Mllllclng AnillyslS 20. Sigrirg & Pavemeia M81klng Plisl5 ~-SlgnammonAn:l>jSIS =. Slgnidza!lon Plllr1s l23.Ugr&1ngAn.11y31s 12•-l.lglCing p~ ~ L.allCISCape Ardtta;IIR AnlllySb ~ l,ancls(:apeArditfldllD P1ans 127. &,vey (~ & Othcc Sl4>Pon> 128. Pl'o10gl'elm'nety 129, Mapprg 30. Terresn,t Mobile UDAR 31. ArC11U1C11ro Development 32. Noise Bamels lrnpacl DestgnASHS5mClt 33. lrCcllgert Transporm1)0n Sys1em5 AnalySls 34. IIUligcrt Tl'DftSf)CrtlltiOn SyslemS Plan:s M Gmtectncal Total Staff Houn Total Staff cost ESTIMATE OF WORK EFFORT AND COST -SUBCONSULTANT Design and Post Design Serv. for Bridge No. 875400 ( SW 63td Ct. ~ Twin I.alee Canal) Consultant Nzmo: Betas Engineering, Inc. Mami-Oado 1,'(1(1900_ ------ JculSlall Prtndplll PrtlJcct Senior Sr.CADD Engineer StlffCJzml- ltusl'nlm M~ Enalneer Technician flcaUon 6 "SHScm-, .,_. $21{100 s,5:,00 514000 $7:)00 Sl ::i IX) SC O':> D 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 132 13 33 olG 40 D 0 0 0 0 0 0 0 0 0 0 0 0 D D D 394 :ISi 1111 118 1111 3D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 D 0 0 D 0 0 0 D 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 520 52 1:V 10' 1:ID :311 0 St0.112000 S19"""00 S2UG0OO S1O42500 suas.OD $000 Notes: 1. Tbis sheet to be used by Subconsu11ant to calculate 115 fee. StzdfClassl-StaffClllssl- fic:auon 7 flcaUon a :or..-t: $UCJj 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 D D 0 0 0 0 0 D 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 D 0 0 0 SOOD SO.DO Consultan1 No.: ..-nter consultant:; cro. ri1,,rnb~r Oata: 119/2il24 Staff Qassl• Stzdf Class!• Staff Class!- flca11on 9 flca1Son 10 ftca11on 11 ~\00 ~0() souc 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 D 0 0 D D 0 0 0 0 0 D 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 SO.OD SO.OD SO.DO SAi.ARY RSATED COSTS: OVERHEAD: OPERATING MARGIN: FCCM (Faclities Cspltal Cost Money): EXPENSES: SUBTOTAL ESTIMATED FEE: Survey (Field) 0 Geolecnnlcal Reid and lab Testing SUBTOTAL ESTIMATED FEE: Oplional SeMces GRAND TOTAL ESTIMATED FEE: ~ ?M8o!as StaffClassl· SH Salary flcaUon12 By Cost By SC,O,.) Ac:tlvttv Adlvl1v 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 SO.OD :><-. :>% ooo~·. 0 0-0~. 4-fflan aew de :t 0 D 0 0 0 0 0 132 0 D 39' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 528 so so so so so so so $17.120 so so $51.,10 so so so so so so so so so so so so so so so so so so so so so so so S&ll.5DQ.DO CO-• 1AJIIOGCI /day Average Rate Per Task IIDIV/0! IIDIVIO' 1IOIVIO! IOV/0' GV/0! IIOIVIO! i;DMO! $120.70 SOIVIII' llllMO! $130.113 IIOMo: CDIVIO' lllllYrQ! IIJIV/0! ~ fl)MO! IIOIV/0! IIOIVIO! lQVIO! ll)IVIO! IIOIVIO! #DJV/l)I S0IVIII! ll)MU! IIOIV/0! l:OIVID' SOMO! IIOMO! IOIVIO! IOIV/0! Sl)IVIO! IIDIV/0! IOMO! S130AO 568.590.00 SO.OIi SO.OU so.co so.co ses,51l0.oo S0.00 so.::ic 568,590.00 S0.00 $88,590.00 Fee~"'~ pmt design ,av1_- Fa,Sl,ed. &,;, l'Dgotd I 1/ll/2024 4;13 PM Proiect Activity 9: Structures Summary and Miscellaneous Tasks and Drawings Estimator: Representing FOOT District Consullant Name NOTE: Signature Block 1s optional, per District preference Task No. Task Units ' •• General Drawings 9.1 Key Sheet and Index of Drawings Sheet 9.2 Projed Layout Sheet 9.3 General Notes and Bid Item Notes Sheet 9.4 Miscellaneous Common Details Sheet 9.5 Incorporate Report of Core Borings Sheet 9.6 Existing Bridge Plans LS 9.7 Assemble Plan Summary Boxes and Quanttties LS 9.8 Cost Estimate LS 9.9 Technical Special Provisions LS Structures • Summary and Miscellaneous Tasks and Drawings Task Task No. 10-16 94011 S(SB)&940116(NB) 1().16 940122(SB)&940123(NB) 10-16 Brldge3 10-16 Brldge4 10-16 Bridges Fee Proposal-estmanp with post design rev.xlsx 9. Sln.letures Summaiy Subtotal Total 364 0 0 0 0 Design and Post Design Serv. for Bridge No. 875400 ( SW 63rd Ct. over Twin Lake CanaQ Print Name Signature I Date Design and Production Staffhours Hours per Comments No. of Units No. of Sheets Total Unit 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 1 0 0 1 0 0 1 0 0 0 0 Task10 Task11 Task12 Task 13 Task14 Task15 Task16 Task17 Task18 0 0 364 0 0 0 0 0 Page 1 of3 1/4/2024 Project Activity 9: Structures Summary and Miscellaneous Tasks and Drawings 10.16 Bridge 6 0 1().16 Bridge 7 0 1().16 Bridge 8 0 10.16 Brldge9 0 10.16 Bridge 10 0 17 Retaining walls 0 18 Miscellaneous Structures 0 Structures Technical Subtotal 364 Task Task Units No. .. 9.10 Fleld Reviews LS 9.11 Technical Meetings LS 9.12 Quality Assurance/Quality Con1rcl LS 9.13 Independent Peer Review LS 9.14 Supervision LS Structures Nontechnlcal Subtotal 9.15 Coordination LS 9. Structures -Summary and Miscellaneous Tasks and Drawings Nontechnical-and Coordination Total Technical Meetings SOR Coon:linatlon/Revlew 90/100% Comment Review Aesthetics Coordlna1ion Regulatory Agency Local Governments {cities, counties) Utility Companies Other Meetings Subtotal Technical Meetings Progress Meetings (If required by FOOT) Fee Proposal-estmanp with post design rev.xlsx 9. Structures Summary Units EA EA EA EA EA EA EA EA 0 0 0 0 364 0 0 0 0 0 0 No.of Units Hours.per Total Comments Unit 1 32 32. 13~isits, 1 32 32 RevJew of Shop pi:awfogs'and ~l'.isesJo·~rs o/o i~'c-25 This should be (5% to 10%) x C-Struetures -Summary and Miscellaneous Tasks and Drawings Subtotal, cell G21" + "Strudures Technical Subtotal, cell C35") 1 0 0 % 5¾ 18 This should be (3% to 7%) x C-Struetures -Summary and Miscellaneous Tasks and Drawings Subtotal, cell G21• + ·Structures Technical Subtota~ cell C35") 107 1 20 20 127 • NoofUnits Hours/Unit Total Hours PM Attendance at Meeting Required? Number 0 0 0 0 1 8 8 yes 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 8 8 yes 0 · 16 0 0 0 0 -- Page 2 of3 1/412024 Phase Review Meetings Total Meetin_g_s Fee Proposal-eslmanp with post deslgn rev.xlsx 9. Structures Summaiy Profect Activity 9: Structures Summary and Miscellaneous Tasks and Drawings EA 0 0 0 16 Total Project Manager Meetings (carries to Tab 3) Caniato9.II Page 3 of3 0 CaricslOTl\13 1/412024 EstimaU>r: Bridge Identifier (Number or Name): Representing FOOT District Con$utlant Name NOTE: Sijjnatum Bloclt Is opiionDt; pirlilstrlet prcfomlco Task Task No. General layout Design and Plans 12.1 Overal Bridge Final Geometry 12.2 Expanslcf\lCGnlnldlon ~ 12.3 Gcnfflll Plan and EIM11lcn 12.4 Comwdlon SUglng 12.5 Appr1111cll Slab Plan and 0clDils 12.6 Mlsccllaneous Dclllh End Bent Design and Plans 12.7 EndBtntGcomellY 12.8 End ecni Stllldllral Desli,, 12.9 End Bi:nt Plan and ~an 12.10 End Bent 0ctalls lntermtdlate Bent Design and Plans 12.11 B1ntGeom,:try 12.12 Bent Stablity Analysis 12.13 Bent~dUralDalgn 12.14 Bent Plan and BevaUon 12.15 Bent Details Foo ~pwlll pOStdellQn rev.= '12.Sllot!SllQIICoflc:riW> Units LS EA Unit Shccl Sheet Sh«t Sheet EAEnd Bent EAOnlgn Sheet Sheet EABenl EAAnalysis EADcsigl'I Shell Sheet Profect Activity 12· Structures-Short Span Concroto Dad91und Post Design SeN, for Bridge No. 875400 ( SW 63rd Ct. over Twin Leke CAnal) Print Name Signature I Date No.Of HoutslU No.of Total Comments Unltl Sheets Hburs 1 24 24 1 0 0 1 J~ 1 32 1 a; 1 16 , 12 1 32 docs not conslder fl)OT standatds; custi,m approach 1 ~z. 1 32 slope prollt;tion, dowel detaa. approach slab, double tee joint repglra, double tees spalls nnd c:r:dcs repaln, bent spaUs rcpen, .:! 12 24 Nor1h and South end b,:nu 1 <C 40 lnclldcs bent. COMcdlon tD alsl!ng and foundation ;;: :!4 2 48 N0111l and s«IUI end bcms , ~o 1 40 induklcs new end bent and rcpalra or cxisllng n0f1h and sOUlll end bmt ~ 0 0 0 0 D Q 0 0 ,) 0 0 0 0 0 0 0 P=gD 1 d2 114/2024 Prpject Activity 12· Structures-Short Span Concreto Task Task Units No.of HourslUnl No.of Total Comments No. Units Sheets Hours .• . Miscellaneous Substructure Design and Plans ·. 12.16 Faundal!on l.llycut Slleet '. :?8 1 28 Miscelllneous Superstructure Design and Plans . .• 12.17 Fil'lisll Grade Elevallon Cdculll\lon LS 0 0 D 12.18 Finbh Grade Elevallona Sheet 0 0 D 0 cast-In-Place Slab Btldges 12.19 Blldgo Dcek DHlgn EA Unit 0 12 D 12.20 SUpemruc;iuro Plan Sheet 1 Hi 1 16 lndlcollng locctlon and repairs oflongillldlnal cractca 12.21 Sul>tl'llnlc;turo Scd!ons end Detail& Sheet , 3:! 1 32 dab rep•nf toes rcpm, railing repairs. bent repnlra Prestrused Slab Unit Bridges 12.22 Pru1n1Aed Sllb Unit Design EADesl;n 0 0 0 12.23 PrffltCSMdSllbUnltL.ayout Sheet ~ 0 D 0 12.24 Premsscd Slab Unlt Delalls and Schedule Sheet 0 ·J D D 12.25 De~lc Topping Reinforcing Layout Sheet 0 0 0 0 12.28 SllpersllVclllrO Scclions end Details Sheet 0 0 0 D Relnfon:lng Bar Ll5t 1:u,' Preparation of Reinforcing Bar Ust Sheet 0 ,:: 0 D Load Rating 12.28 loadRallngs EA Unit 0 12 D 12. Stnrcturu -short Span Concrete Bridge Total 10 3S4 Fee~plOil!lpeitdoslgnll't.xlsz 12.511ortl!plnCcncteu, Pa;e2ot2 t/4a024 PRICE PROPOSAL FOR GEOTECHNICAL SERVICES: TWO SPT BORINGS, EACH TO A DEPTH OF 70 FEET, ONE PER BRIDGE BENT SW 63rd COURT EXISTIG BRIDGE OVER A CANAL -BRIDGE REPAIR CITY OF SOUTH MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) HRES PROJECT No.: HR23-1849R JANUARY 02, 2024 Introduction -The existing bridge was designed to be supported on a shallow foundation system, immediately on top of the natural limestone. The limestone was cut vertically along the canal crossing. With time, the material supporting the upper limestone has eroded, leaving the bridge-supporting limestone in a cantilever. This mechanism is presently observed along the north end bent where about 50% of the rock has fallen in the canal leaving about half of the bridge north end bent without support. The bridge still together due to the help of a stiff bridge deck; however, FOOT recommended closing the southbound direction of the bridge, waiting for the bridge repair. The south end bent appears to be fine; however, the divers hired by FOOT encountered erosion under the bridge-supporting limestone. This erosion may present near future collapse of the limestone, repeating the same condition occurring at the north end bent. For the repair of the bridge (preferable both end bents), HRES proposes, as requested the following field exploration for the project: 1. Proposing, as requested, a total of 2 SPT borings, each to a depth of 70 feet, one per bridge end bent. The borings are required to provide an axial capacity evaluation of 3 augercast pile diameters: 16, 18 and 24-inch diameter piles. If FOOT is involved in the design review, FOOT only approves 24-inch diameter augercast piles or a greater diameter. For the expected bridges loads (short span), 16 or 18-inch diameter piles are more suitable. 2. We are assuming that a permit with the City of South Miami is required. At this time, we are assuming that the city permit will be waived due to the fast track work and no permit fees are included. Lane closures are required. HRES will contact One Call Sunshine. This work, if approved should be done ASAP before our drillers go on vacations. We can start the underground utility coordination this week and conduct the field work next week. Reporting Provide a geotechnica/ report that includes foundation recommendations for the support of the bridge end bents retrofit, including augercast pile axial capacities. We will include a lateral analysis of the piles. Due to the relatively low axial loads, and the quick tun around of the project, a load test may not be needed. Our pile capacity recommendations should include a safe resistance factor to account for the lack of load testing. Schedule -As mentioned before, we can start the project after receiving a formal proposal approval. The underground utility clearance take one week. The performance of the SPT borings, 3-4 days, depending of the lane closure constraints. HRES can provide axial capacity analysis the week after conducting the field work. The formal report will follow. SW 63rd COURT EXISTIG BRIDGE OVER A CANAL -BRIDGE REPAIR CITY OF SOUTH MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) HRES PROJECT No.: HR23-1849R JANUARY 02, 2024 UNITS #OF UNITS UNIT RATE TOTAL $ 1. TRAFFIC CONTROL AND FIELD EXPLORATION: 2 SPT BORINGS TO 70 FEET: USING MIAMI-DADE COUNTY PUBLIC WORKS CONTRACT E19-DTPW-06 UNff RATES 1.1) Cones, Arrow Boards, Barricades: FOOT Index 612,613 day 3 $250.00 $750.00 1.2} SPT Borings 0-50 feet: 2 SPT borings to 70 feet=2 x50'=100 feet feet 100 $22.93 $2,293.00 1.3) SPT Borings 50-75 feet: 2 SPT borings to 70 feel=2 x20':o:40 feet feet 40 $27.52 $1,100.80 1.4) Extra Samples 0-50 feet: 2 SPT borings to 70 feet=2 x8= 16 samples each 16 $45.00 $720.00 1.5) Extra samples 50-100 feel: 2 SPT borings to 70 feel=2 x4=8 samples each 8 $50.00 $400.00 1.8) Borehole Closing after performance: 140 feet feet 140 $9.17 $1,283.80 1.9) Rig Mobilization: 140 llnear feet, 2 mobilizations each 2 $401.27 $802.54 1.1 O) Organic Content Tests: 2 boreholes: 2 tests each 2 $57.32 $114.64 1.1.1) Fines Content Tests: 2 boreholes: 2 tests each 2 $51.59 $103.18 1.12) Corrosion Testing from a canal water sample: 1 each 1 $165.10 $165.10 1.13) Permit Fees -Assuming the city will waive the fees each 1 $0.00 $0.00 TOTAL FOR FIELD INVESTIGATION $7,733.06 SW 63rd COURT EXISTIG BRIDGE OVER A CANAL -BRIDGE REPAIR CITY OF SOUTH MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) HRES PROJECT No.: HR23-1849R JANUARY 02, 2024 2. TECHNICIAN SERVICES AND ENGINEERING FOR REPORTING 2.1) CADD Technician hour 9 2.2) Utility Cooordlnator to obtain working permits, utility coordination, and boring hour 11 layout 2.3) Geotechnical Engineer for pile capacity analysis (axial and lateral), report hour 59 preparation 2.4) Senior Geotechnical Engineer for report preparation, review, QA/QC. each 16 TOTAL TECHNICIAN SERVICES AND ENGINEERING TOTAL FOR FIELD INVESTIGATION HR ENGINEERING SERVICES, INC. 7815 NW 72 Ave. -Medley, FL 33166 Hernando R. Ramos, PE Senior Geotechnical Engineer/President $75.00 $115.00 $135.00 $210.00 $686.00 $1,265.00 $7,965.00 $3,360.00 $13,276.00 $21,009.061 I.] L O N G I T U D E SURVEYORS Tuesd ay, J anu ary 02, 2024 Mr. I gnacio Serralta, P.E. Presiden t ign acio @s rs-corp.com -5001 Southwest 74 Co u r t, Su ite 201 Miami, FL 33155 305.970.5805 RE: Surveying and Mapping services for the bridge on Southwest 63 Court l ocated i n So u t h Mia mi, F L 331 4 3. Dea r Mr . Serral t a, Pursuant to yo u r r equest r egardi n g a fee esti ma t e for Surveying and Mapping servi ces for t he above- re fer en ced proj ect, LONG ITUDE SU RVEYORS, LLC (LS) is pleased to s ubmit th e fo llowi n g proposal fo r yo ur co nsidera t ion . A. SCOPE OF WO RK -TOPOG RAPHIC /BATHYMETRI C SURVE Y: ► LS will est abli s h h orizo n tal a nd vertical contr ol 'vvithi n the limits of the s urvey . ► The survey ,vi ll be geo-referenced to t he F lorida Sta te Pl ane Coordinate System b ased on the North American Datum of 1983/2011 (NAD83/11). ► Elevations will b e refer en ced t o t he National Geodetic Vert ical Datum of 1929 (NGVD29). ► LS will collect s ignifica n t abovegro und improvements incl u din g b u t not lim ited to; edge of pavemen t lines , co n crete s labs, d riveways , fe nces and gates, ra ilings, co lu mns, guar drails, s ig ns, sl opes, abovegrou n d utilities, and a ny oth er s ignifica nt above-gro und improvemen ts wi t hin t h e survey li m its. To include convention al sur vey of the im provements un der the b ridge . ► LS 'vvill l ocate trees and palm s h aving a t hree (3) inch diame t er or greater a t Breast H eight (DBH) or having a height of s ix (6) feet or great er. LS will no t be identifyi ng t he trees or p rovi ding a tree tab le. ► Elevat ions will be collected equival ent to a ten (10) foot grid throughout t he sur vey limits t o in cl u d e, at a minimum, t h e t op and b ottom of slope, top of water, edge of water, and t he top a n d bottom of sedi men t. Ad d itional elevations will b e collected s uffic ient to identify grad e changes a n d featu r es of i nterest wit hin the s u rvey limits. ► LS wi ll perform a Bathym etric Survey us ing a Seafl oor Hydrolite-DFX Echoso u nder Dual-Frequency System Sonar Scann er, or equiva len t, within the survey li mits, As per the attached Ex hibit. ~ SURVEY LI M ITS : the bridge on Southwest 63 Co mtjus t North of Sou thwest 62 Ter race, located in Sout h Mi ami, FL 33143. Limits to extend app rox im a t ely twenty-five (25) feet o n eit her sid e rel ative to t he bridge and include t he full wi dth of the p u bl ic righ t-of-way, as per t he attached Ex hibit. C. DELI V ERABLE S: LS will provide a digitally s igned and sealed PDF and a Civil 3D CA D file of the resulti ng survey. Signed and seal ed hardcopies can be provided upo n request. D. TIME & CO ST: Th e total professional fee t o complete t h e Scope o f Work described herein shall b e a lu mp s u m of $7,495.50. LS has esti mated twelve (1 2) b u s in ess d ays from the dat e of Notice t o Proce ed (NTP) t o complete these tasks. Not ice to Proceed (N TP ) is co n si dered effective twenty-four (24) h ours after t h is p r oposal agr eeme nt h as been execu t ed and r et urned to t he unde rsigned. LON G ITUD E SURVEYORS 7700 North Kendall Drive · Suite 705 , Miami, FL 33 156 , Ph : 305.463.09 12 l'""'f 1 LONGITUDE SURVEYORS------------- I agree that by signing below "I APPROVE AND ACCEPT" this proposal as a legal binding contract. By: Date: ---..,.-~..,.------------ (Authorized Signature) Title: -----------------(Typed or printed name) On behalf of the firm, I thank you for the opportunity to present this proposal. We look forward to utilizing our best professional efforts on your behalf on this very important project. Respectfully Yours, LONGITUDE SURVEYORS 7700 North Kendall Drive• Suite 705 • Miami, FL 33156 • Ph: 305.463.0912 AMERICAN RESCUE PLAN ACT ADDENDUM TO PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL GENERAL ENGINEERING AND ARCHITECTURAL SERVICES BETWEEN THE CITY OF SOUTH MIAMI AND SRS ENGINEERING, INC. THIS ADDENDUM to the SRS ENGINEERING, INC. (the "Addendum") is entered into as of the_ day of ____ ~ 2024 (the "Effective Date of this Addendum"), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (the "City") and SRS ENGINEERING, INC., a Florida (hereinafter, the "Contractor"). Collectively, the City and the Contractor are refel1'ed to as "Parties." WHEREAS, in accordance with Section 287.055, Florida Statutes, also known as the "Consultants Competitive Negotiation Act (CCNA)," the City Commission adopted Resolution No. 056-22-15809·, selecting the Contractor as one of various firms to provide as-needed professional engineeting services pursuant to Request for Qualifications No. PW2022-03; and WHEREAS, on May 3, 2022, the City entered into the competitively awarded Professional Services Agreement for Professional General Engineering and Architectural Services No. RFQ #PW2022-03 ("Agreement") with the Contractor for the Services; and WHEREAS, on March 11, 2021, the federal government adopted the American Rescue Plan Act ("ARP A"), which, among other things, provides local governments with emergency COVID-19 funding; and WHEREAS, the City desires to utilize ARP A funding to implement for the provision of the Services; and WHEREAS, in order to utilize ARP A funding for the Services, the City desires to incorporate federally required contract provisions relating to ARP A into the Agreement, as set fo11h in this ARP A Addendum; and WHEREAS, the City and Contractor wish to modify the te1ms of the Agreement in accordance with the terms and conditions set forth in this ARP A Addendum. NOW, THEREFORE, for and in consideration of the mutual promises set fo11h herein, the City and Contractor agree as follows:1 1. Recitals Incorporated. The above recitals are trne and correct and incorporated herein. 2. American Rescue Plan Act Provisions. The Agreement is hereby amended by adding the following provisions to the Agreement: 1 Coding: StrlkeU:ue1:1gh wares are deletions to the existing words. Underlined words are additions to the existing words. City of South Miami, Fl Page 1of 12 2.1.Mandated Federal Agreement Conditions. 2.1.1. In connection with the pe1formance of this Agreement, Contractor acknowledges that compensation for the Se1vices under this Agreement shall be fully or padially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, mies, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, including, but not limited to the following documents and guidelines, which are incorporated herein and made a pad of this Agreement: ARPA Exhibit 1.Uniform Administrative Requirements, Cost Pdnciples, and Audit Requirements for Federal Awards (2 CFR Pad 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury's Final Rule goveming ARPA, dated January 27, 2022; ARPA Exhibit 3.U.S. Department of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Te1ms and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Depat1ment of the Treasury's Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARP A Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement between the City and the State of Florida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Deprutment of the Treasury's ARPA Compliance and Repoding Guidance, dated June 17, 2022; and ARP A Exhibit 7 .Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents ru·e available for inspection by the Contractor at the Office of the City Clerk and at the following City link: https://southmiamiflgov- my.sharepoint.com/personal/skulick southmiamifl gov/ layouts/15/onedrive.aspx?id=%2Fpersonal%2Fskulick%5 Fsouthmiamifl%5Fgov%2FDocuments%2FARPA %20Argreements%20and%20Docs&ga= I 2.1.2. Title VI Requirements. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S. Department of the Treasury on the form incorporated herein as ARP A Exhibit 7. Towru·ds that end, Contractor shall ensure that performance of work in connection with this Agreement complies with the certifications and requirements contained in ARP A Exhibit 7 and shall also adhere to the following provisions: ( 1) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or othe1wise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Depadment of the Treasury's City of South Miami, FL Page 2 of 12 Title VI regulations, 31 CFR Pait 22, which are herein incorporated by reference and made a part of this Agreement. Title VI also includes protection to persons with "Limited English Proficiency" in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Depa11ment of the Treasury's Title VI regulations, 31 CFR Pat1 22, and herein incorporated by reference and made a pat1 of this Agreement. (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Contractor shall unde1take an active program of nondiscrimination in its administration of the Work under this Agreement. 2.1.3. Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Agreement. 2.1.4. Age Discrimination Act of1975. Contractor shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasury's implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Agreement. ' 2.1.5. Protections for Whistleblo·wers. (1) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, mle, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Government Accountability Office. iv.A Federal employee responsible for contract or grant oversight or management at the relevant agency. v.An authorized official of the Depa11ment of Justice or other law enforcement agency. City of South Miami, Fl Page 3 of 12 vi.A court or grand jury. vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6. Compliance with Immigration and Nationality Act (INA). Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. 2.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while performing the Work. 2.1.8. Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9. Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Agreement. If approved by the City, the Contractor shall include the following language in any and all publications issued: "This Project is [being funded/was suppo1ted] in pa1t by federal award number (FAIN) [Inse11 Project FAIN] awarded to City of South Miami by the U.S. Depai1ment of the Treasury." 2.1.10. Reporting Conflict oflnterests. Contractor agrees to disclose in writing to the City, U.S. Depai1ment of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2. Compliance with Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall be subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Pa11 200, including, but not limited to: 2.2.1. Equal Employment OJ?Portunitv Compliance. During the perfo1mance of this Agreement, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their City of South Miami, FL Page4 of 12 race, color, religion, sex, sexual otientation, gender identity, or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recmitment or recruitment advertising; b. layoff or termination; c. rates of pay or other forms of compensation; and d. selection for training, including apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting f011h the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation info1mation of other employees or applicants as a pa1t of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such info1mation, unless such disclosure is in response to a formal complaint or charge, in futtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish inf01mation. ( 4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the mies, regulations, and relevant orders of the U.S. Secretary of Labor. (6) The Contractor will furnish all information and rep011s required by Executive Order 11246 of September 24, 1965, and by mies, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the U.S. Secretary of Labor for purposes of investigation to asce11ain compliance with such rules, regulations, and orders. City of South Miami, Fl Pages of 12 (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said mles, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for fmther Government contracts or federally assisted constmction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by mle, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the aclministeling agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2. Contract Work Hours and Safety Standards Act Compliance. Dw-ing the performance of this Agreement, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the Agreement Work which may require or involve the employment of laborers or mechanics shall require or pe1mit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of fo1ty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set foith in paragraph ( 1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watch.men and guards, employed in violation of the clause set forth in paragraph (I) of this section, in the sum of $10 for each calendar day on which such individual was required or pe1mitted to work in excess of the standard workweek of fo1ty hours without payment of the ove11ime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of City of South Miami, FL • Page 6 of 12 work perfo1med by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (I) through ( 4) of this section. 2.2.3. Clean Air Act Compliance. During the pe1formance of this Agreement, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in pa11 with Federal assistance in connection with this Agreement. 2.2.4. Federal Water Pollution Control Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, rep011 each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 2.2.5. Debarment and Suspension Compliance. During the perfonnance of this Agreement, the Contractor warrants that Contractor or its subcontractors are not debarred, suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: City of South Miami, FL Page 7 of 12 (1) This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Depa11ment of the Treasury's implementing regulations at 31 CFR Part 19, and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpa11 C and 2 C.F.R. pt. 3000, subpru1 C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This celiification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F .R. pt. 180, subpru1 C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or deba1ment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Agreement. The Contractor fm1her agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor ce11ifies that they: 1. Are not presently debarred, suspended, proposed for debrument, declared ineligible, or voluntarily excluded from covered transactions by a Federal depa1tment or agency; ii. Have not, within a five (5)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or perfo1ming a public (Federal, State or Local) transaction or contract under public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. iii. Are not presently indicted or otherwise ciiminally or civilly charged by a governmental entity (Federal, State or Local); and iv. Have not, within a five (5)-year period preceding this Agreement, had one or more public transactions (Federal, State or Local) te1minated for cause or default. If the Contractor is unable to obtain and provide such ce11ification, then the Contractor shall attach an explanation to this Agreement as to why not. 2.2.6. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: City of South Miami, FL Page 8 of12 (1) No Funds received by the Contractor under this Agreement have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other than Funds received by Contractor under this Agreement, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Fo1m-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this ce1tification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly. ( 4) This ce11ification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this ce1tification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). Any person who fails to file the required ce11ification shall be subject to a civil penalty of not less than $10,000 and not.more than $100,000 for each such failure. 2.2.7. Copeland "Anti-Kickback" Act. During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Copeland "Anti- Kickback" Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F .R. part 3 as may be applicable, which are incorporated by reference into this Agreement. (2) Subcontracts. The Contractor or subcontractor shall inse1t in any subcontracts the clause above and such other clauses as the federal government may by appropriate instmctions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of this Agreement, and for deba1ment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. City of South Miami, FL Page 9 of 12 2.2.8. Procurement o(Recovered Materials. Contractor shall comply with the provisions of2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the perf01mance of this Agreement, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be acquired: (D competitively within a timeframe providing for compliance with the contract performatice· schedule; (2) meeting contract pe1formance requirements; or (3) at a reasonable price. Info1mation about this requirement, along with the list of EPA-designated items, is available at EPA' s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. 2.2.9. Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, "Domestic preferences for procurements." 2.2.10. 2 CFR Subpart F -Audit Requirements. Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpart F -Audit Requirements ("Federal Audit Provisions") and the reporting requirements of the U.S. Department of the Treasury's Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. (I) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Depa11ment of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to pe1:sonnel, accounts, books, records, supp011ing documentation, and other information relating to the perf01mance of the Agreement or the Work ("Documentation") necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries. (2) Contractor shall keep all Documentation up-to-date throughout the performance of this Agreement and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October 1 of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the reporting requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms and provisions of this Addendum and the terms and provisions of the Agreement, the te1ms and provisions of this Addendum shall control. 4. Agreement Ratified. Except as otherwise specifically set forth or modified herein, all terms City of South Miami, FL Page 10of 12 in the Agreement are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. 5. Defined Terms. All initial capitalized te1ms used in this Addendum but not otheiwise defined herein shall have the same meaning ascribed thereto in the Agreement. 6. Counterparts. This Addendum may be executed in counterparts, each of which shall be deemed an original, but all of which, when taken together, shall constitute one and the same instrument. An executed facsimile or electronic copy of this Addendum shall have the same force and effect as an 01iginal hereof. [Remainder of page intentionally left blank. Signature pages follow.] City of South Miami, FL Page 11 of 12 IN WITNESS WHEREOF, the parties hereto have caused this Addendum to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: _____________ _ Genaro "Chip" Iglesias City Manager Attest: By: _____________ _ Nkenga "Nikki,, Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: Addresses for Notice: Genaro "Chip" Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 3 05-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com ( email) City of South Miami, Fl SRS ENGINEERING, INC. By: _____________ _ Name: ______________ _ Title: _______________ _ Entity: Addresses for Notice: ___________ (telephone) ____________ (facsimile) ___________ {email) With a copy to: ___________ (telephone) ____________ {facsimile) ____________ (email) Page 12 of 12 January 9, 2024 (Revised) Mr. Aurelio J. Carmenates, P.E. Capital Improvement Program Project Manager City of South Miami Public Works Engineering & Construction Division 6130 Sunset Drive Miami, Fl 33143 Re: City of South Miami SW 63rd Ct. Bridge over Twin Lake Canal (Bridge 875400) Structural Repair Fee Proposal and Post Design Service Dear Mr. Carmenates, We appreciate this opportunity to prepare this Proposal for Professional Services for the referenced project. In accordance with our Professional Services Agreement for General Engineering and Architecture Services, we are submitting our understanding of the Scope of Work and Fee Proposal to provide Engineering Services in connection with the referenced project. SCOPE OF WORK Based on FDOT’s Bridge Inspection Report, dated 10-06-23, the Bridge’s date of construction is unknown but due to the use of precast elements and other features, it appears the bridge was constructed in the 1950s. The bridge was designed to be supported on a shallow foundation system. The limestone was cut vertical and there was no protective retaining system to avoid erosion of the limestone. The south side of the bridge support appears to be complete over the water lines; however, the inspectors encountered a deep erosion at the bottom which shows that the edge of the limestone in cantilever. The northwest corner of the bridge is presently unsupported due to a complete loss of the limestone block. Until completion of the repairs the southbound direction of the bridge must remain closed. Recommendations repairs: • Backfill the collapsed area with riprap to minimize further migration of soil adjacent to the end bent. Add additional riprap to North and South abutments to prevent future collapse. • Support the north end bent with either micropiles or augercast piles. Due to the proximity of residences, 16-inch diameter augercast piles may be a preferred alternative. Since the bridge has 8 beams, the end bent should have 8 piles (one per beam). A concrete pile cap can be constructed behind the existing pile cap, connecting both existing cap with the new cap and the head of the piles. The existing cap will then be attached to the new cap using embedded reinforcing dowels using epoxy grout. 6 January 9, 2024 Page 2 Design Scope of Services Embankment Protection Design SRS shall prepare design drawings for backfill and detail an embankment protection system to stop future undermining; this will be detailed for the north and south approach. • SRS shall prepare a base plan drawing. • Initial Engineering Plans (60%). • SRS shall prepare an updated construction cost estimate at each phase of the project. • 60% Engineering Plan submittal to City’s Project Manager for review and comments. • Final Engineering Plans (90%) – updated drawing based on comments from City comments, prepare technical specifications, and cost estimate. • 90% Engineering Plan submittal to City for review and comments. • Production Complete Plans (100%). • Submit and process completed permit applications, construction drawings and support documentation to regulatory agencies (City of South Miami, MDCPWD, DERM, and FDOT) for review and permit approval. Bridge Design • Design a supplemental support system adjacent to the north and south end bent in order to stabilize the existing substructure and counteract the undermining effect of the lost limestone layer for the 1-span bridge. The support system will consist of a new end bent (connected to the existing) supported on auger cast piles. • Provide details of the required repairs for the existing T beams and end bents. • Provide details to structurally repair the longitudinal cracks appearing on the riding surface; these cracks may be the connection between the flanges of the double tees. • Provide backfill and detail an embankment protection system to stop future undermining; this will be detailed for the north and south approach. • Detail an approach slab system at both ends of the existing bridge (if applicable). • Perform repair inspections, response to RFI's and review shop drawings submittals. Please see attached contract letter from Botas Engineering, Inc. for additional detailed scope of services. 7 January 9, 2024 Page 3 Post-Design Services Bid Services – SRS shall provide the following bid support services; • Attending one pre-bid meeting. • Responding to pre-bid request for information. • Review of bids. Construction Administration – SRS shall provide the following construction phase services; • Attend pre-construction meeting (1) and prepare minutes for distribution. • Review and process shop drawings. • Respond to Contractor request for information and clarification of contract documents. • Review and recommend Contractor change order requests, if any. • Review and approval of contractor payment requisitions (6 total). • Inspections during construction, assume almost daily site visits, 10 visits total. • Prepare substantial completion punch list and construction close out, and certification of construction completion. Topographic Site Survey SRS shall contract and coordinate with Longitude Surveyors, LLC. to prepare a topographic survey as needed for the bridge design including right of way and canal soundings, and all existing topographical features. Deliverables: Topographical Survey Geotechnical Investigations SRS shall contract and coordinate with HR Engineering Services, Inc. to conduct geotechnical explorations and analysis as required for the foundation design, meeting FDOT Standards. Explore the subsurface soil conditions at the project site. Develop design parameters and foundation design recommendations for the bridge structure. Deliverables: Geotechnical Report 8 January 9, 2024 Page 4 SUBCONSULTANTS The following are professionals contracted be SRS Engineering, Inc. to assist in the preparation of the work outline above.  Botas Engineering, Inc. (Bridge and Structural Engineers)  Longitude Surveyors, LLC. (Survey and Mapping)  HR Engineering Services, Inc. (Geotechnical) SCHEDULE OF WORK - TIME OF PERFORMANCE The design work will commence upon receipt of a signed Work Authorization and be completed within six (6) months depending on the availability of agencies to coordinate. Ten days after the work is authorized, a design schedule for review and approval will be submitted. ACCEPTANCE This proposal and fee schedules are based on the acceptance within thirty (30) days of the date of preparation. If not accepted by you within that time period, we reserve the right to re-evaluate the terms and conditions contained herein. ACCEPTANCE OF PROPOSAL We would expect to commence our services promptly after receipt of your acceptance of this proposal. COMPENSATION Our Engineering Fees for the above described Basic Services will be a lump sum amount shown below. Payment will be based on monthly invoicing as a percentage of completion of work. Our Engineering Fees are as follows: Project Coordination and Administration (SRS) ............................ $ 36,391.50 Bridge Design (Botas Engineering, Inc.) ........................................ $ 68,590.00 Topographical Survey (Longitude Surveyors, LLC.) ....................... $ 7,495.50 Geotechnical Report (HR Engineering Services, Inc.) ................... $ 21,009.06 Reimbursables (Permits) ................................................................... $ 2,000.00 Total ................................................................................................ $ 135,486.06 This Proposal and our City Agreement with the City represents the entire understanding between the City of South Miami and SRS Engineering, Inc. in respect to the Project and may only be modified in writing when signed by both of us. If the foregoing is agreeable to you, please execute the original of this Agreement where indicated below and return to our office. 9 January 9, 2024 Page 5 Very truly yours, Ignacio Serralta, P.E. President I have read the foregoing Letter of Agreement and agree to all terms and conditions stated therein. Accepted this _______ day of______________, 2023 City of South Miami By: __________________________________ Title: _______________________________ 10 ENGINEERING COST BREAKDOWN City of South Miami DATE:1/9/2024 ACTIVITY PRINCIPAL SR. PROJ. MGR SR. ENGINEER ENGINEER CAD TECH CLERICAL TOTAL TOTAL BY SRS HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HOURS COST ROADWAY DESIGN $210.00 $190.00 $140.00 $115.00 $75.00 $58.50 PROJECT MANAGEMENT & COORDINATION 4.0 $210.00 24.0 $190.00 8.0 $140.00 $115.00 $75.00 8.0 $58.50 44.0 $6,988.00 FIELD INVESTIGATIONS $210.00 1.0 $190.00 1.0 $140.00 $115.00 $75.00 $58.50 2.0 $330.00 CONDUCT UTILITY SEARCH $210.00 $190.00 2.0 $140.00 3.0 $115.00 $75.00 $58.50 5.0 $625.00 PREPARATION OF BASE PLANS $210.00 1.0 $190.00 $140.00 6.0 $115.00 $75.00 $58.50 7.0 $880.00 PRE-DESIGN MEEGTING WITH AGENCIES 3.0 $210.00 9.0 $190.00 $140.00 $115.00 $75.00 $58.50 12.0 $2,340.00 PREPARE EMBANKMENT PROTECTION DRAWINGS 1.0 $210.00 8.0 $190.00 24.0 $140.00 24.0 $115.00 $75.00 $58.50 57.0 $7,850.00 PREPARE CONSTRUCTION COST ESTIMATES $210.00 1.0 $190.00 2.0 $140.00 2.0 $115.00 $75.00 $58.50 5.0 $700.00 PREPARE TECHNICAL SPECIFICATIONS $210.00 2.0 $190.00 6.0 $140.00 $115.00 $75.00 1.0 $58.50 9.0 $1,278.50 PREPARE 60% DESIGN PLAN SUBMITTAL $210.00 1.0 $190.00 2.0 $140.00 2.0 $115.00 $75.00 $58.50 5.0 $700.00 PREPARE 90% DESIGN PLAN SUBMITTAL $210.00 1.0 $190.00 2.0 $140.00 2.0 $115.00 $75.00 $58.50 5.0 $700.00 SUBMIT TO AGENCIES FOR REVIEW AND COMMENTS 1.0 $210.00 1.0 $190.00 2.0 $140.00 8.0 $115.00 $75.00 $58.50 12.0 $1,600.00 PREPARE 100% DESIGN PLAN SUBMITTAL 2.0 $210.00 4.0 $190.00 16.0 $140.00 16.0 $115.00 $75.00 $58.50 38.0 $5,260.00 BID PHASE SERVICES $210.00 4.0 $190.00 6.0 $140.00 $115.00 $75.00 $58.50 10.0 $1,600.00 CONSTRUCTION PHASE SERVICES - Review shop drawings, RFIs, COs $210.00 3.0 $190.00 6.0 $140.00 $115.00 $75.00 $58.50 9.0 $1,410.00 REVIEW AND APPROVAL OF CONTRACTOR'S PAYMENTS $210.00 3.0 $190.00 4.0 $140.00 $115.00 $75.00 $58.50 7.0 $1,130.00 PROVIDE LIMITED CONSTRUCTION INSPECTIONS (6 SITE VISITS @ 2.0 HRS)$210.00 2.0 $190.00 12.0 $140.00 $115.00 $75.00 $58.50 14.0 $2,060.00 CONDUCT PUNCH LIST AND CLOSE OUT $210.00 2.0 $190.00 4.0 $140.00 $115.00 $75.00 $58.50 6.0 $940.00 TOTAL 11.0 $210.00 67.0 $190.00 97.0 $140.00 63.0 $115.00 0.0 $75.00 9.0 $58.50 247.0 $36,391.50 ACTIVITY DESCRIPTION COST BY OTHERS Longitude Surveyors, LLC. HR Engineering Services, Inc. Botas Engineering, Inc. TOTAL = SUMMARY ACTIVITIES BY SRS (Salaries)X 1.00 ACTIVITIES BY OTHERS Estimated OUT OF POCKET EXPENSES including permit fees, reproduction costs, etc. TOTAL THIS PROPOSAL = SW 63rd Ct. Bridge over Twin Lake Canal (Bridge 875400) $7,495.50 Structural Repair Fee Proposal and Post Design Service $135,486.06 $36,392 Topographical Survey Geotechnical Testing Bridge Design $21,009.06 $68,590.00 $36,391.50 $97,094.56 $2,000.00 $97,094.56 11 12 BDTAS Engineer ing, Inc . STRUCTURAL ENGINEERS 8835 NW 35th Lane . Suite #202 • Doral. FL 33172 Tel : 305-418-81 11 • Fax : 305-418-8112 Novemb e r 28 , 2023 ; rev . Jan . 9, 2024 SRS Engineering, Inc. 5001 SW 74 th Court, Suite 201 M i ami , Fl. 33155 Attn : Ignacio Serralta, P.E. Project: SW 63 rd Ct. over Twin Lake Canal (Bridge 875400) Subject: Br idge -Structural Repair Fe e Proposal and Post Design Serv. Dear Igna ci o : As requested, we are submitting our structural fee proposal and our post design services fee for the above -mentioned project. Our scope for the project will be as follows ... ■ Design a supplemental support system adjacent to the north and south end bent in order to stabilize the existing substructure and counteract the undermining effect of the lost limestone layer for the 1-span bridge. The support system will consist of a new end bent (connected to the existing) supported on auger cast piles . ■ Provide details of the required repairs for the existing T beams and end bents. ■ Provide details to structurally repa i r the longitudinal cracks appearing on the riding surface ; these cracks may be the connection between the flanges of the double tees . ■ Provide backfill and detail an embankment protection system to stop future undermining; this will be detailed for the north and south approach . ■ Detail an approach slab system at both ends of the existing bridge (if applicable). ■ Perfo r m repair inspections, response to RFl 's and review shop drawings submittals . Ig nacio, i n order to provide th e abov e services , a geotechnical engineering company would need to be engaged in order to perform geotechnical explorat ion at the site, perform two (2) deep borings ( 70 ft. deep) and provide capacity of the auger cast pi les (axial, lateral and bending). Botas Engineering will also require support from SRS in terms of the best and most suitable embankment protection system to be recommended for this project. The asphalt layer along the longitudinal cracks needs to be fully removed in order to make a better assessment for the structural repai r of the superstructure deficiency. Our total fee to perform the above -mentioned tasks will be lump sum of $68,590 . Rem ed i al Repair Plans Preparation, structural calculat ions, coordination w ith Geotech., subm ittal for Pe rmitting and implementation of review comments ................................... $61 ,230 13 Brd g. 875400 Rev Fee propo sa l 1/9/2024 Post Design Services (responses to RFl's, Shop Drawings, Inspections) ................................ $ 7,360 (32 hrs/8 visits for Engineer lnsp . and 32 hrs for Engineer) It is our recommendation to close the bridge during repair; a detour plan may need to be prepared by SRS for submittal and approval. The above fee does not include items such as bid & award support and post design services. Please, let us know if you have any questions or if you need any additional information. Regards, BOTAS Engineering, Inc. ~~ Patricia M. Botas, P.E. President Accepted Date 14ESTIMATE OF WORK EFFORT AND COST-SUBCONSULTANT Name of Project: County: FPN: FAPNo • Staff Classification 3. Project General and Pro,ect Common Tasks 4. Roadway Analysis 5. Roadway Plans 6a Drainage Analysis 6b Drainage Plans 7. UtiHties 8. Envirormental Pennits, Compliarce & Cleararces 9. Structu-es-Misc. Tasks, DWJS, Non-Tech. 10. StrucllreS -Bridge Devek:>pment Report 11. Structu-es -Tem!X)rary Bridge 12. Stn.cttreS • Stort Span Concrete Bndge 13. Structu-es -Mediun Span Corcrete Bridge 14. Stn.citreS • Stn.cit.ral Steel Bndge 15. Structu-es -Segmental Corx;rete Bndge 16. Structu-es -Movable Span 17. Stn.citreS • RetaimliJ Walls 18. Structll"es -Miscellaneous 19. Sigrirg & Pavement Mar1<irg Analysis 20. Sigrirg & Pavement Mar1<irg Plans 21. Signaltzation Analysis 22. Signalzation Plans 23. Lightirg Analysis 24. Lightirg Plans 25. Landscape Archtectu-e Analysis 26. Landscape Archtecti.re Plans 27. SU'\ley (Field & Office Support) 28. Ptotogrammel!y 29. Mappirg 30. Terrestrial Mobile LiDAR 31. Architecuxe Development 32. Noise Barners Impact Design Assessment 33. lrtelligent TransJX)rtation Systems Analysis 34. Intelligent Transportation Systems Plans 35. Geotectncal Total Staff Hours Total Staff Cost Design and Post Design Serv. !Of Bridge No. 875400 ( SW 63rd Ct. over Twin Lake Canal) Miami-Dade 1/0/1900 Total Staff Project Senior Sr. CADD Staff Classl-Principal Engineer 1-t>u'sFrom Manager Engineer Technician flcation 6 -sH Slfflffiary F1m,· $210 00 $150 00 $140 00 $75 00 $115 00 so 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 132 13 33 46 40 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 394 39 99 118 99 39 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 526 52 132 164 139 39 0 $10,920.00 $19,800.00 S22.960.00 $10,425.00 $4,485.00 SO.DO Notes: 1. This sheet to be used by Subconsultant to calculate its fee. Fee Proposa~estmaf'l) with post design rev1 xtsx. Fee Sheet • Sub Page 1 of 1 Staff Classl-Staff Classl-fication 7 flcatlon 8 so 00 sooo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SD.00 $0.00 Consultant Name: Batas Engineering, Inc. Consultant No.: enter consultants proi number Date: 1/9/2024 Staff Classl-Staff Classl-Staff Classl• flcation 9 fication 10 flcatlon 11 so 00 so 00 so 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SO.DO $0.00 $0.00 SALARY RELATED COSTS: OVERHEAD: OPERATING MARGIN: FCCM (Facilities Capital Cost Money): EXPENSES: SUBTOTAL ESTIMATED FEE: Survey (Field) Geotechnical Field and Lab Testing SUBTOTAL ESTIMATED FEE: Optional Services GRAND TOTAL ESTIMATED FEE: Estimator· P M Batas Staff Classl-flcatlon 12 so 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SD.00 0% 0% 000% 0.00% 4-man crew de $ SH By Actlvltv 0 0 0 0 0 0 0 132 0 0 394 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 526 Cha&lt-Salary Cost By Actlvltv so so so so so so so $17,120 so so $51,470 so so so so so so so so so so so so so so $0 so so so so so so so so $18,590.00 '68,590 00 / day Average Rate Per Task #OIV/0! #OIV/0! #OIV/0! #OIV/0! #OIV/0! #DIV/0! #DIV/01 $129.70 #DIV/0! #DIV/0! S130.63 #DIV/01 #OIV/0! #OIV/0! #OIV/01 #DIV/0! #OIV/0! #OIV/0! #OtV/0! #DIV/0! #DIV/0! #DIV/0! #OIV/0! #OIV/01 #OIV/01 #OIV/0! #DIV/Ot #DIV/0! #DIV/01 #DIV/01 #DIV/0! #DIV/0! #DIV/0! #DIV/01 $130.40 $68,590.00 $0.00 $0.00 $0.00 $0.00 $68,590.00 $0.00 $000 $68,590.00 $000 $68,590.00 1/912024 4.13 PM Project Activity 9: Structures Summary and Miscellaneous Tasks and Drawings Estimator:Design and Post Design Serv. for Bridge No. 875400 ( SW 63rd Ct. over Twin Lake Canal) NOTE: Signature Block is optional, per District preferenceNo. of UnitsHours per UnitNo. of Sheets Total General Drawings9.1 Key Sheet and Index of Drawings Sheet0 00 09.2 Project LayoutSheet0 00 09.3 General Notes and Bid Item Notes Sheet0 00 09.4 Miscellaneous Common Details Sheet0 00 09.5 Incorporate Report of Core Borings Sheet0 00 09.6 Existing Bridge PlansLS 1009.7 Assemble Plan Summary Boxes and Quantities LS 1009.8 Cost EstimateLS 1009.9 Technical Special Provisions LS 1000 0Task No.Task Total Task 10 Task 11 Task 12 Task 13 Task 14 Task 15 Task 16 Task 17 Task 1810-16 940115(SB)&940116(NB)364 0 0 364 0 0 0 010-16 940122(SB)&940123(NB)0010-16 Bridge 3010-16 Bridge 4010-16 Bridge 50Task No.TaskStructures - Summary and Miscellaneous Tasks and Drawings SubtotalUnitsDesign and Production StaffhoursCommentsConsultant NameRepresentingPrint NameFDOT DistrictSignature / DateFee Proposal-estmanp with post design rev.xlsx9. Structures SummaryPage 1 of 31/4/202415 Project Activity 9: Structures Summary and Miscellaneous Tasks and Drawings 10-16 Bridge 6010-16 Bridge 7010-16 Bridge 8010-16 Bridge 9010-16 Bridge 10017 Retaining Walls0018 Miscellaneous Structures00364 0 0 364 0 0 0 0 0 0Task No.Task Units No. of UnitsHours per UnitTotal 9.10 Field ReviewsLS 132329.11 Technical MeetingsLS 1 32 329.12 Quality Assurance/Quality Control LS %7%259.13 Independent Peer ReviewLS 1009.14 SupervisionLS %5%181079.15 CoordinationLS 12020127Units No of Units Hours/ Unit Total HoursNumberEA0 000EA1 880EA0 000EA0 000EA0 000EA0 000EA1 880160EA0 00- -9. Structures - Summary and Miscellaneous Tasks and Drawings Nontechnical and Coordination TotalStructures Nontechnical SubtotalStructures Technical SubtotalReview of Shop Drawings and responses to RFI'sComments8 visits This should be (5% to 10%) x ("Structures - Summary and Miscellaneous Tasks and Drawings Subtotal, cell G21" + "Structures Technical Subtotal, cell C35")This should be (3% to 7%) x ("Structures - Summary and Miscellaneous Tasks and Drawings Subtotal, cell G21" + "Structures Technical Subtotal, cell C35") Subtotal Technical MeetingsProgress Meetings (if required by FDOT)PM Attendance at Meeting Required?Local Governments (cities, counties)yesyesUtility CompaniesOther MeetingsTechnical MeetingsBDR Coordination/Review90/100% Comment ReviewAesthetics CoordinationRegulatory AgencyFee Proposal-estmanp with post design rev.xlsx9. Structures SummaryPage 2 of 31/4/202416 Project Activity 9: Structures Summary and Miscellaneous Tasks and Drawings EA0 00- -160Carries to 9.11Carries to Tab 3Total MeetingsTotal Project Manager Meetings (carries to Tab 3) Phase Review MeetingsFee Proposal-estmanp with post design rev.xlsx9. Structures SummaryPage 3 of 31/4/202417 Project Activity 12: Structures- Short Span ConcreteEstimator:Design and Post Design Serv. for Bridge No. 875400 ( SW 63rd Ct. over Twin Lake Canal) Bridge Identifier (Number or Name): NOTE: Signature Block is optional, per District preferenceTask No.Task UnitsNo. of UnitsHours/ UnitNo. of SheetsTotal HoursComments12.1 Overall Bridge Final Geometry LS 1242412.2 Expansion/Contraction Analysis EA Unit1 00 12.3 General Plan and Elevation Sheet1 321 3212.4 Construction StagingSheet1 161 16 12.5 Approach Slab Plan and Details Sheet1 321 32 does not consider FDOT standards; custom approach 12.6 Miscellaneous DetailsSheet1 321 32slope protection, dowel detail, approach slab, double tee joint repairs, double tees spalls and cracks repairs, bent spalls repairs.12.7 End Bent GeometryEA End Bent2 1224 North and South end bents12.8 End Bent Structural Design EA Design1 4040 Includes bent, connection to existing and foundation12.9 End Bent Plan and Elevation Sheet2 242 48 North and South end bents12.10 End Bent DetailsSheet1 401 40 incluides new end bent and repairs or existing north and south end bent12.11 Bent GeometryEA Bent0 0012.12 Bent Stability Analysis EA Analysis0 0012.13 Bent Structural Design EA Design0 0012.14 Bent Plan and ElevationSheet0 00 012.15 Bent DetailsSheet0 00 0General Layout Design and PlansEnd Bent Design and PlansIntermediate Bent Design and PlansConsultant NameRepresentingPrint NameSignature / DateFDOT DistrictFee Proposal-estmanp with post design rev.xlsx12. Short Span ConcretePage 1 of 21/4/202418 Project Activity 12: Structures- Short Span ConcreteTask No.Task UnitsNo. of UnitsHours/ UnitNo. of SheetsTotal HoursComments12.16 Foundation LayoutSheet1 281 2812.17 Finish Grade Elevation Calculation LS 00012.18 Finish Grade ElevationsSheet0 00 012.19 Bridge Deck DesignEA Unit0 12012.20 Superstructure PlanSheet1 161 16 Indicating location and repairs of longitudinal cracks12.21 Superstructure Sections and Details Sheet1 321 32 slab repairs/ tees repairs, railing repairs, bent repairs12.22 Prestressed Slab Unit Design EA Design0 0012.23 Prestressed Slab Unit Layout Sheet0 00 012.24 Prestressed Slab Unit Details and Schedule Sheet0 00 012.25 Deck Topping Reinforcing Layout Sheet0 00 012.26 Superstructure Sections and Details Sheet0 00 012.27 Preparation of Reinforcing Bar List Sheet0 120 012.28 Load RatingsEA Unit0 120 10 36412. Structures - Short Span Concrete Bridge TotalLoad RatingMiscellaneous Substructure Design and PlansMiscellaneous Superstructure Design and PlansCast-in-Place Slab BridgesPrestressed Slab Unit BridgesReinforcing Bar ListFee Proposal-estmanp with post design rev.xlsx12. Short Span ConcretePage 2 of 21/4/202419 Reporting PRICE PROPOSAL FOR GEOTECHNICAL SERVICES: TWO SPT BORINGS, EACH TO A DEPTH OF 70 FEET, ONE PER BRIDGE BENT SW 63rd COURT EXISTIG BRIDGE OVER A CANAL - BRIDGE REPAIR CITY OF SOUTH MIAMI, FLORIDA HRES PROJECT No.: HR23-1849R Introduction -The existing bridge was designed to be supported on a shallow foundation system, immediately on top of the natural limestone. The limestone was cut vertically along the canal crossing. With time, the material supporting the upper limestone has eroded, leaving the bridge-supporting limestone in a cantilever. This mechanism is presently observed along the north end bent where about 50% of the rock has fallen in the canal leaving about half of the bridge north end bent without support. The bridge still together due to the help of a stiff bridge deck; however, FDOT recommended closing the southbound direction of the bridge, waiting for the bridge repair. The south end bent appears to be fine; however, the divers hired by FDOT encountered erosion under the bridge-supporting limestone. This erosion may present near future collapse of the limestone, repeating the same condition occurring at the north end bent. For the repair of the bridge (preferable both end bents), HRES proposes, as requested the following field exploration for the project: 2. We are assuming that a permit with the City of South Miami is required. At this time, we are assuming that the city permit will be waived due to the fast track work and no permit fees are included. Lane closures are required. HRES will contact One Call Sunshine. This work, if approved should be done ASAP before our drillers go on vacations. We can start the underground utility coordination this week and conduct the field work next week. JANUARY 02, 2024 Schedule - As mentioned before, we can start the project after receiving a formal proposal approval. The underground utility clearance take one week. The performance of the SPT borings, 3-4 days, depending of the lane closure constraints. HRES can provide axial capacity analysis the week after conducting the field work. The formal report will follow. HR ENGINEERING SERVICES, INC. (HRES) 1. Proposing, as requested, a total of 2 SPT borings, each to a depth of 70 feet, one per bridge end bent. The borings are required to provide an axial capacity evaluation of 3 augercast pile diameters: 16, 18 and 24-inch diameter piles. If FDOT is involved in the design review, FDOT only approves 24-inch diameter augercast piles or a greater diameter. For the expected bridges loads (short span), 16 or 18-inch diameter piles are more suitable. Provide a geotechnical report that includes foundation recommendations for the support of the bridge end bents retrofit, including augercast pile axial capacities. We will include a lateral analysis of the piles. Due to the relatively low axial loads, and the quick tun around of the project, a load test may not be needed. Our pile capacity recommendations should include a safe resistance factor to account for the lack of load testing. 20 SW 63rd COURT EXISTIG BRIDGE OVER A CANAL - BRIDGE REPAIR CITY OF SOUTH MIAMI, FLORIDA HRES PROJECT No.: HR23-1849R JANUARY 02, 2024 HR ENGINEERING SERVICES, INC. (HRES) UNITS # OF UNIT TOTAL UNITS RATE $ ============================================================= ====== ====== ========= ================ 1.1) Cones, Arrow Boards, Barricades: FDOT Index 612, 613 day 3 $250.00 $750.00 1.2) SPT Borings 0-50 feet: 2 SPT borings to 70 feet=2 x50'=100 feet feet 100 $22.93 $2,293.00 1.3) SPT Borings 50-75 feet: 2 SPT borings to 70 feet=2 x20'=40 feet feet 40 $27.52 $1,100.80 1.4) Extra Samples 0-50 feet: 2 SPT borings to 70 feet=2 x8=16 samples each 16 $45.00 $720.00 1.5) Extra samples 50-100 feet: 2 SPT borings to 70 feet=2 x4=8 samples each 8 $50.00 $400.00 1.8) Borehole Closing after performance: 140 feet feet 140 $9.17 $1,283.80 1.9) Rig Mobilization: 140 linear feet, 2 mobilizations each 2 $401.27 $802.54 1.10) Organic Content Tests: 2 boreholes: 2 tests each 2 $57.32 $114.64 1.11) Fines Content Tests: 2 boreholes: 2 tests each 2 $51.59 $103.18 1.12) Corrosion Testing from a canal water sample: 1 each 1 $165.10 $165.10 1.13) Permit Fees - Assuming the city will waive the fees each 1 $0.00 $0.00 TOTAL FOR FIELD INVESTIGATION $7,733.06 1. TRAFFIC CONTROL AND FIELD EXPLORATION: 2 SPT BORINGS TO 70 FEET: USING MIAMI-DADE COUNTY PUBLIC WORKS CONTRACT E19-DTPW-06 UNIT RATES 21 SW 63rd COURT EXISTIG BRIDGE OVER A CANAL - BRIDGE REPAIR CITY OF SOUTH MIAMI, FLORIDA HRES PROJECT No.: HR23-1849R JANUARY 02, 2024 HR ENGINEERING SERVICES, INC. (HRES) 2.1) CADD Technician hour 9 $75.00 $686.00 2.2) Utility Cooordinator to obtain working permits, utility coordination, and boring layout hour 11 $115.00 $1,265.00 2.3) Geotechnical Engineer for pile capacity analysis (axial and lateral) , report preparation hour 59 $135.00 $7,965.00 2.4) Senior Geotechnical Engineer for report preparation, review, QA/QC. each 16 $210.00 $3,360.00 TOTAL TECHNICIAN SERVICES AND ENGINEERING $13,276.00 TOTAL FOR FIELD INVESTIGATION $21,009.06 HR ENGINEERING SERVICES, INC. 7815 NW 72 Ave. - Medley, FL 33166 Hernando R. Ramos, PE Senior Geotechnical Engineer/President 2. TECHNICIAN SERVICES AND ENGINEERING FOR REPORTING 22 L O N G I T U D E SURVEYORS LONGITUDE SURVEYORS 7700 North Kendall Drive ▪ Suite 705 ▪ Miami, FL 33156 ▪ Ph: 305.463.0912 Tuesday, January 02, 2024 Mr. Ignacio Serralta, P.E. President ignacio@srs-corp.com 5001 Southwest 74 Court, Suite 201 Miami, FL 33155 305.970.5805 RE: Surveying and Mapping services for the bridge on Southwest 63 Court located in South Miami, FL 33143. Dear Mr. Serralta, Pursuant to your request regarding a fee estimate for Surveying and Mapping services for the above- referenced project, LONGITUDE SURVEYORS, LLC (LS) is pleased to submit the following proposal for your consideration. A. SCOPE OF WORK – TOPOGRAPHIC/BATHYMETRIC SURVEY:  LS will establish horizontal and vertical control within the limits of the survey.  The survey will be geo-referenced to the Florida State Plane Coordinate System based on the North American Datum of 1983/2011 (NAD83/11).  Elevations will be referenced to the National Geodetic Vertical Datum of 1929 (NGVD29).  LS will collect significant aboveground improvements including but not limited to; edge of pavement lines, concrete slabs, driveways, fences and gates, railings, columns, guardrails, signs, slopes, aboveground utilities, and any other significant above-ground improvements within the survey limits. To include conventional survey of the improvements under the bridge.  LS will locate trees and palms having a three (3) inch diameter or greater at Breast Height (DBH) or having a height of six (6) feet or greater. LS will not be identifying the trees or providing a tree table.  Elevations will be collected equivalent to a ten (10) foot grid throughout the survey limits to include, at a minimum, the top and bottom of slope, top of water, edge of water, and the top and bottom of sediment. Additional elevations will be collected sufficient to identify grade changes and features of interest within the survey limits.  LS will perform a Bathymetric Survey using a Seafloor Hydrolite-DFX Echosounder Dual-Frequency System Sonar Scanner, or equivalent, within the survey limits, As per the attached Exhibit. B. SURVEY LIMITS: the bridge on Southwest 63 Court just North of Southwest 62 Terrace, located in South Miami, FL 33143. Limits to extend approximately twenty-five (25) feet on either side relative to the bridge and include the full width of the public right-of-way, as per the attached Exhibit. C. DELIVERABLES: LS will provide a digitally signed and sealed PDF and a Civil 3D CAD file of the resulting survey. Signed and sealed hardcopies can be provided upon request. D. TIME & COST: The total professional fee to complete the Scope of Work described herein shall be a lump sum of $7,495.50. LS has estimated twelve (12) business days from the date of Notice to Proceed (NTP) to complete these tasks. Notice to Proceed (NTP) is considered effective twenty-four (24) hours after this proposal agreement has been executed and returned to the undersigned. 23 L O N G I T U D E SURVEYORS LONGITUDE SURVEYORS 7700 North Kendall Drive ▪ Suite 705 ▪ Miami, FL 33156 ▪ Ph: 305.463.0912 _______________________________________________________________________________ I agree that by signing below “I APPROVE AND ACCEPT” this proposal as a legal binding contract. By: Date: (Authorized Signature) Title: (Typed or printed name) On behalf of the firm, I thank you for the opportunity to present this proposal. We look forward to utilizing our best professional efforts on your behalf on this very important project. Respectfully Yours, Eduardo M. Suarez, PSM/President 24 25 Exhibit 1 Legend Client Information:SRS Engineering Estimate Prepared By:Eduardo M. Suarez Project Area:SW 63 Court Bridge Job Description Position Rate/Hour Hours Total Cost Overall Management Principal $210.00 2 $420.00 Prepare Job Survey Technician $78.00 3 $234.00 Horizontal & Vertical Control Survey Crew (Party of Three)$140.00 8 $1,120.00 Horizontal & Vertical Control Process Survey Technician $78.00 2 $156.00 Horizontal & Vertical Control Compute Surveyor/Mapper $110.50 8 $884.00 Topographic Survey Survey Crew (Party of Three)$140.00 8 $1,120.00 Topographic Survey Process Survey Technician $78.00 2 $156.00 Topographic Survey Drafting CADD Technician $75.00 8 $600.00 Bathymetric Survey Survey Crew (Party of Three)$140.00 10 $1,400.00 Bathymetric Survey Process Survey Technician $78.00 2 $156.00 Bathymetric Survey Drafting CADD Technician $75.00 6 $450.00 QA/QC Surveyor/Mapper $110.50 3 $331.50 QA/QC Edits/Drafting Survey Technician $78.00 6 $468.00 Total $7,495.50 26 Job Classification SRS Accepted Rates Principal $210.00 Sr. Project Manager $190.00 Project Manager $150.00 Senior Engineer $140.00 Senior Planner $145.00 Planner $100.00 Senior Traffic Engineer $150.00 Traffic Engineer $110.00 Senior Designer / Engineer $115.00 Designer $92.00 Engineering Intern $85.00 Senior CADD Technician $85.00 CADD Technician $75.00 GIS Technician $92.00 Senior Construction Inspector $105.00 Construction Inspector $87.00 Senior Landscape Architect $150.00 Landscape Architect $125.00 Landscape Architect Intern $85.00 Arborist $97.50 Utility Coordinator $115.00 Surveyor / Mapper $110.50 Survey Technician $78.00 2-Man Survey Crew $130.00 3-Man Survey Crew $140.00 4-Man Survey Crew $165.00 Senior Certified Bridge Inspector / Diver $150.00 Certified Bridge Inspector / Diver $110.00 Fire Protection Engineer $117.00 Plumbing Engineer $117.00 Mechanical Engineer $117.00 Electrical Engineer $117.00 Geotechnical Engineer $135.00 Geologist $110.00 Environmental Scientist $105.00 Senior Administrative Assistant $75.00 Clerical $58.50 Rates are valid through December 31st, 2023, thereafter rates shall escalate at 5% yearly. Professional General Engineering & Architectural Services RFQ #PW2022- Wage Rates Summary 27 1 of 1 PROJECT AGREEMENT Between CITY OF SOUTH MIAMI, FLORIDA And SRS ENGINEERING, INC. Project Name: Bridge Structural Design Repairs Project at SW 63 rd Court over Twin Lake Canal north of SW 62nd Terrace 28 1 of 4 PROJECT AGREEMENT Between CITY OF SOUTH MIAMI, FLORIDA And SRS ENGINEERING, INC. Project Name: Bridge Structural Design Repairs Project at SW 63rd Court over Twin Lake Canal north of SW 62nd Terrace This Project Agreement between the CITY OF SOUTH MIAMI, FLORIDA (the “City”) and SRS ENGINEERING, INC.(hereinafter referred to as “Consultant”) is made effective as of the day of , 2024, and authorizes the Consultant to provide the services as set forth below, subject to the provisions contained in the “Professional Services Agreement for Professional General Engineering and Architectural Services” between the City and the Consultant dated May 3, 2022 (the “Agreement”), which was competitively procured through Request for Qualifications (RFQ) No. PW2022- 03 in accordance with Section 287.055, Florida Statutes. SECTION 1. SCOPE OF SERVICES 1.1 Consultant shall provide professional general engineering services (the “Services”) for the design of the Bridge Structural Design Repairs Project at SW 63rd Court over Twin Lake Canal north of SW 62nd Terrace (the “Project”) in accordance with the terms and conditions of the Agreement and shall complete the tasks that are identified and described in the Project Proposal attached hereto as Exhibit “1” (the “Proposal”) for the City. 1.2 The City may request changes that would increase, decrease, or otherwise modify the scope of services outlined under the Project Proposal attached hereto as Exhibit “1.” Such changes must be contained in a written change order executed by the parties in accordance with the provisions of the Professional Services Agreement, prior to any deviation from the terms of this Project Agreement, including the initiation of any extra work. SECTION 2. DELIVERABLES 2.1 As part of the scope of services and project schedule, the Consultant shall provide the City with the Deliverables identified in the Project Proposal attached hereto as Exhibit “1.” SECTION 3. TERM/TIME OF PERFORMANCE/DAMAGE 3.1 Term. This Project Agreement shall commence on the date this instrument is fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6 or other applicable provisions of this Project Agreement. The City Manager, in his sole discretion, may extend the term of this Project Agreement through written notification to the Consultant. Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless authorized by the City Manager. 29 2 of 4 3.2 Commencement. Services provided by the Consultant under this Project Agreement and the time frames applicable to this Project shall commence upon the date provided in a written Notice to Proceed (“Commencement Date”) provided to the Consultant by the City. The Consultant shall not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to Proceed. Consultant must receive written notice from the City Manager prior to the beginning the performance of services. 3.3 Contract Time.Upon receipt of the Notice to Proceed, the Consultant shall provide services to the City on the Commencement Date, and shall continuously perform services to the City, without interruption, in accordance with the time frames set forth in the Project Proposal attached and incorporated into this Agreement as Exhibit “1”. The number of calendar days from the Commencement Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual completion of the Project, whichever shall last occur, shall constitute the Contract Time. 3.4 All limitations of time set forth in this Agreement are of the essence. SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION 4.1 Compensation. Consultant shall be compensated for the provision of the Services in accordance with Exhibit “1” attached hereto. Consultant shall be compensated in an amount not to exceed $135,486.06 for the provision of the Services for the Project. 4.2 Reimbursable Expenses. All reimbursable expenses are included in the total compensation listed in Section 4.1 above. SECTION 5. BILLING AND PAYMENTS 5.1 Invoices 5.1.1.Compensation and Reimbursable Expenses. Consultant shall submit invoices which are identified by the specific project number on a monthly basis in a timely manner. These invoices shall identify the nature of the work performed, the phase of work, and the estimated percent of work accomplished in accordance with the Payment Schedule attached hereto as Exhibit “1”, attached hereto and made part of this Agreement. Invoices for each phase shall not exceed amounts allocated to said phase plus reimbursable expenses accrued during each phase. The statement shall show a summary of fees with accrual of the total and credits for portions paid previously. 5.1.2.Florida Prompt Payment Act. The City shall pay the Contractor in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the City Manager. 5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or additional documentation request. The Consultant shall provide the City within five (5) working days of the date of the City’s notice. The City may request additional information, including but not limited to, all invoices, time records, expense records, accounting records, and payment records of the Consultant. The City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties shall endeavor to resolve the dispute in a mutually agreeable fashion. 30 3 of 4 5.3 Suspension of Payment. In the event that the City becomes credibly informed that any representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the Owner’s reasonable satisfaction. 5.4 [INTENTIONALLY OMITTED] 5.5 Final Payment. Submission to the Consultant’s invoice for final payment and reimbursement shall constitute the Consultant’s representation to the City that, upon receipt from the City of the amount invoiced, all obligations of the Consultant to others, including its consultants, incurred in connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans, or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment shall constitute a waiver of all claims against the City by the Consultant. SECTION 6. TERMINATION/SUSPENSION 6.1 For Cause. This Project Agreement may be terminated by either party upon five (5) calendar days written notice to the other should such other party fail substantially to perform in accordance with its material terms through no fault of the party initiating the termination and fails to cure the failure to perform within such five (5) day period. In the event that Consultant abandons this Project Agreement or causes it to be terminated by the City, the Consultant shall indemnify the City against any loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience under Section 6.2 and the provision of Section 6.2 shall apply. 6.2 For Convenience. This Project Agreement may be terminated by the City for convenience upon fourteen (14) calendar days’ written notice to the Consultant. In the event of such termination a termination, the Consultant shall incur no further obligations in connections with the Project and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall be compensated for all services performed to the satisfaction of the City and reimbursable expenses incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1. Under no circumstances shall the City make payment of profit to the Consultant for services which have not been performed. 6.3 Assignment upon Termination. Upon termination of this Project Agreement, a copy of all work product of the Consultant shall become the property of the City and the Consultant shall within ten (10) working days of receipt of written direction from the City, transfer to either the City or its authorized designee, a copy of all work product in its possession, including but not limited to designs, specifications, drawings, studies, reports and all other documents and data in the possession of the Consultant pertaining to this Project Agreement. Upon the City’s request, the Consultant shall additionally assign its rights, title and interest under any subcontractor’s agreements to the City. 6.4 Suspension for Convenience. The City shall have the right at any time to direct the Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as 31 4 of 4 full compensation for such suspension the Consultant’s reasonable cost, actually incurred and paid, of demobilization and remobilization. Section 7. American Rescue Plan Act Contract Conditions. 7.1 The Consultant acknowledges that the Services authorized under this Project Agreement may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Consultant shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum. If compliance with the ARPA Addendum is required, the City shall select this box: . [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 32 1 of 1 IN WITNESS WHEREOF, the parties hereto have caused this Work/Purchase Order executed as of the day and year as first stated above CITY: ATTEST:CITY OF SOUTH MIAMI, FLORIDA, a Florida Municipal Corporation By: CITY CLERK Genaro “Chip” Iglesias, City Manager Date: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: CITY ATTORNEY CONSULTANT: SRS ENGINEERING, INC. By: Name: Title: Date: WITNESSES: Print Name: Print Name: 33 EXHIBIT “1” PROJECT PROPOSAL (SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE) 34 35 RESOLUTION NO.: 056-22-15809 A Resolution authorizing the City Manager negotiate and execute a Professional Service Agreement provided under Florida Statute 287.055 Consultant's Competitive Negotiation Act "CCNA", with SRS Engineering, Inc., EXP U.S. Services Inc., Stantec Consulting Services Inc., Calvin, Giordano & Associates, Inc., M&J Engineering P.C., and Kimley-Horn and Associates, Inc., for general engineering services on an as needed basis. WHEREAS, the City Mayor and Commission wish to negotiate and execute for general engineering and architectural services on an as needed basis and on a rotation basis ; and WHEREAS, in accordance with Florida Statute 287 .055, "Consultants Competitive Negotiation Act." (CCNA), the City issued a Request for Qualifications (RFQ) to retain qualified consultants to provide various professional and general engineering and architectural services, on a rotational and as needed basis; and WHEREAS, a Selection Committee comprised of City staff, rev iewed the proposals received and is recommending, based on the final scores and ranking, six (6) firms for the Contract Negotiations phase of the process required by the CCNA; and WHEREAS, it was noted that two Respondents tied in ranking order, EXP U.S. Services Inc., and Stantec Consulting Services Inc., at 2.33; and WHEREAS, due to the number of proposals received (21}, the Selection Committee is recommending six (6) Respondents for Contract Negotiations phase of the CCNA process and execution of professional service agreement; and WHEREAS, the Mayor and City Comm ission wish to authorize the City Manager to negotiate and execute the professional service agreements. WHEREAS, the Professional Service Agreement with the firms shall be for a term of three (3) years and providing the City Manager with sole discretion to renew the agreement for one (1) two (2) year renewal. The maximum term of any one contract, if the City Manager decides to renew it, will be five (5) consecutive years. The expenditures related this contract will be charged to the Capital Improvements Program Accounts on an as needed basis. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2. The City Manager is hereby authorized to negotiate and execute a non-exclusive multi- year contract with the firms selected for professional surveying, studies, engineering, and architectural services for construction projects in accordance with Section 287 .055, "Consultants Competitive Negotiation Act" on a rotational and as needed basis . The term of each contract will be three (3) years and the City Manager will have an option to renew each contract for one (1) two (2) year term . A copy of Page 1 of 2 36 Res. No. 056-22-15809 a draft of the contract is attached. The contract may be amended in the event that the City Attorney finds that it is in the best i nterest of the City and that it comp lies with the CCNA process. The expenditures rela t ed these contracts will be charged to the Capital Improvements Program Accounts. Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 4: Severability . If any section, clause, sentence, or phrase of this resolution is for any reason he ld invalid or unconstitutional by a court of competent jurisdiction , the holding shall not affect the validity of the remaining portions of this resolution. Section 5: Effective Date: This resolution shal l become effective immediately upon adoption. PASSED AND ADOPTED this 3rd day of May, 2022. READ AND APPROV ED AS TO FORM, LANGUAGE, LEGALITY, AND EXECUTION Page 2 of 2 APPROVED: COMMISSION VOTE: Mayor Philips: 5-0 Yea Commissioner Harris: Yea Commissioner Gil: Yea Commissioner Liebman : Yea Commiss i oner Corey: Yea 37 Florida Department of Transportation RON DESANTIS GOVERNOR CERTIFIED MAIL Genaro Iglesias City of South Miami City Manager 1000 N .W . 111 Avenue Miami, Florida 33172 October 2, 2023 4795 SW 75th Avenue, Miami, FL 33155 RE : Bridge on SW 63 rd Ct. just North of SW 62 nd Terrace Dear Mr. Iglesias, JARED W. PERDUE , P.E. SECRETARY Per City's request, the Department conducted a field review on the subject structure to determine if it meets the Federal Highway Administration definitions of a bridge. The field review revealed that current deterioration of the bridge north abutment changed the structure span length from its original 16 feet to greater than 20 feet making a qualified bridge structure . The Department 's will be conducting an initial Bridge Inspection of the referenced structure on October 6 , 2023, and then added to the bridge inventory. The current condition of the bridge is considered critical as the bridge north supports has been damaged by the ongoing erosion of the bridge north abutment. The bridge needs to be restricted from truck use and block the southbound lane over the bridge to restrict traffic to the northbound direction only until repairs are implemented. You are hereby notified that it is the bridge owner's responsibility to implement the above referenced recommendations immediately upon receiving this letter, as per chapter 335 (335 .07 4 ), Title XX.VI of the Florida Statutes. If the City fails to implement the recommendations, the FOOT will implement them and assess the cost to the City. Please , inform our office when the FOOT recommendat ions are fully implemented . If you need additional information , please do not hesitate to contact me at (305) 470-5370. Sincerely, :r~kct P~ MSCE , District Structures Maintenance Engineer CC : John Reese , Assistant Director of Public Works Renato Marrero , P.E ., District Maintenance Engineer Carmen Parra, Project Manager Giuseppe Noto, Load Rating Specialist www.fdot.gov I www.southflroads .com 38 M ARLI N January 3, 2024 City of South Miami City of South Miami Public Works Department Attn: Mr. Aurelio Carmenates, City Engineer Cc: Mr. John Reese, Public Works Superintendent City of Soth Miami 6 I 30 Sunset Drive South Miami, FL 33143 SUBJECT: FDOT District 6 -Local Government Bridge Inspection Program (LGBI) Signed and Sealed Electronic Bridge Inspection Reports Dear Mr. Carmenates, Included in this package, you will find signed and sealed electronic bridge inspection report(s) for your agency. The report(s) included in this package was/were inspected during October 2023. REPORT(S) INCLUDED: 1s1s4001 Should you have any questions or concerns regarding this submittal, please contact Mrs. Carmen Parra, (FOOT Consultant Project Manager) at 305-470-525 l . email: Carmen.Parra@dot.state.fl.us Sincerely, Alexis Reo/, CBI Bridge P ~gram Manager 786-863-439 l cc: Carmen Parra, Consultant Inspection Project Manager Geidy Coello, P.E., Structures Inspection Section Manager Jose Quintana, P.E., Marlin V.P. of Operations ...a □ r'-- IT' □ rl U.S. Postal Service"' CERTIFIED MAIL® RECEIPT Domestic Mail Only • 6840 NW 77th Court, Miami, FL 33166 I 305 .477.7575 I www.marlinengineering.com Postmark Here BRIDGE INSPECTION REPORT PREPARED FOR: FDOT District 6 BRIDGE OWNER: CITY OF SOUTH MIAMI INSPECTION TYPE: Regular NBI (Initial Inspection) CONTRACT No. CA611 Inspected by: Marlin Engineering, Inc. Bridge No. 875400 REPORT CONTAINS Inspection Date: 10-06-23 ☒ ☒ BrM Inspection Report CIDR Information ☒ Bridge Profile ☒ Underwater Inspection ☐ ☒ Fracture Critical Data Load Rating Summary Sheet ☒ ☐ Addendum Mechanical and Electrical Data SW 63rd CT over Twin Lake Canal Facility Carried & Location At 0.35 Mi. S/O SW 56th St Location Map Detour Length = 0.1 Mi 3997 FUNCTIONALLY OBSOLETE X STRUCTURALLY DEFICIENT TYPE OF INSPECTION: Regular NBI DATE FIELD INSPECTION WAS PERFORMED: ABOVE WATER: 10/6/2023 UNDERWATER: 10/6/2023 SUFFICIENCY RATING: HEALTH INDEX: 51 93.06 STRUCTURE NAME: Not recordedBY: Marlin Engineering, Inc. SECTION NO.: YEAR BUILT: 1960 87 000 000 OWNER: MAINTAINED BY: 4 City/Municipal Hwy Agy 4 City/Municipal Hwy Agy SW 63rd CT FEATURE INTERSECTED: FACILITY CARRIED: Twin Lake Canal SERV. TYPE ON: SERV. TYPE UNDER: 1 Highway 5 Waterway 0.000 MP: 0ROUTE: STRUCTURE TYPE: LOCATION: 5 Prestressed Concrete - 04 Tee Beam 0.35 Mi. S/O SW 56th St 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 1 of 43 4098 FUNCTIONALLY OBSOLETE TYPE OF INSPECTION: Regular NBI DATE FIELD INSPECTION WAS PERFORMED: ABOVE WATER: 10/6/2023 UNDERWATER: 10/6/2023 THIS BRIDGE CONTAINS FRACTURE CRITICAL COMPONENTS THIS BRIDGE IS SCOUR CRITICAL X THIS REPORT IDENTIFIES DEFICIENCIES WHICH REQUIRE PROMPT CORRECTIVE ACTION X STRUCTURALLY DEFICIENT OVERALL NBI RATINGS: DECK: SUPERSTRUCTURE: SUBSTRUCTURE: PERF. RATING: 7 Good 6 Satisfactory 3 Serious Poor CHANNEL: CULVERT: SUFF. RATING: HEALTH INDEX: 3 Bank Prot Failed N N/A (NBI) 51 93.06 REVIEWING BRIDGE INSPECTION SUPERVISOR: Rego, Alexis - Bridge Inspector (CBI#00409) CONFIRMING REGISTERED PROFESSIONAL ENGINEER: Cuervo Guilarte, Erick - Operations Structural Engr (PE# 82455) Marlin Engineering, Inc. 6840 NW 77th Court Miami Florida 33166 SIGNATURE: DATE: Noriega, Kevin - Bridge Inspector Team Leader (PE# 89264) (lead) Guzman, Armando - Bridge Inspector (CBI#00407) Figueroa, Obed - Bridge Inspector Assistant Orozco, Pablo - Project Manager (P.E. 74653) Parra, Carmen - Consultant Inspection Project Manager FIELD PERSONNEL / TITLE / NUMBER:INITIALS STRUCTURE NAME: Not recordedBY: Marlin Engineering, Inc. SECTION NO.: YEAR BUILT: 1960 87 000 000 0.35 Mi. S/O SW 56th St 5 Prestressed Concrete - 04 Tee BeamSTRUCTURE TYPE: LOCATION: SW 63rd CT FEATURE INTERSECTED: FACILITY CARRIED: Twin Lake Canal SERV. TYPE ON: SERV. TYPE UNDER: 1 Highway 5 Waterway OWNER: MAINTAINED BY: 4 City/Municipal Hwy Agy 4 City/Municipal Hwy Agy 0.000 MP: 0ROUTE: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 2 of 43 The official record of this package has been electronically signed and sealed by Erick Cuervo Guilarte, P.E. on the date adjacent to the seal a s required by Rule 61G15-23.004, F.A.C.. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. 4199 All Elements DECKS : Decks/Slabs Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 16 / 2 Re Conc Top Flange 1055.95 100 0 .0 .0 .1055.95 sq.ft Structure Unit 1 510 / 2 Wearing Surfaces 600.95 85.13 105 14.87 0 .0 .705.95 sq.ft Structure Unit 1 3220 / 2 Crack (Wearing Surface)0 .105 100 0 .0 .105 sq.ft Element Inspection Notes: 16/2 Notes: _This element represents the top flange of the double-T beams. Refer to Sketches 1 and 2 for element identification. _The deck top is overlaid with up to 2in. H of asphalt, not visible for inspection. _Traffic Lane 1 is closed to traffic at the time of inspection. Refer to Photo 01. SECONDARY: _There is debris accumulation along the bridge shoulders. Refer to Photo 02. NEW. NCAR. _There is overgrown vegetation encroaching the deck, sidewalk and bridge rail at SE and NE corners of the bridge. Refer to Photo 03. NEW. _Both sidewalks exhibit areas of map cracking up to 1/16in. W throughout. NEW. NCAR. _North approach roadway has an area of settlement measuring up to full width x 35in. W x 1-1/2in. D with associated cracks in the asphalt, and the NE approach soil has an area of erosion measuring up to 7ft. L x 6ft. W x 10in. H., both caused by the backfill migration of the approach embankment into the channel. Refer to Element 8290 for related comments and recommended corrective actions. Refer to Photos 04 and 05. NEW. 510/2 Refer to Defect 3220 for deficiencies. 3220/2 CS-2: _The asphalt overlay exhibits parallel longitudinal cracks measuring up to 35ft. L x 1/8in. W along the T-Beams top flange joints. (Total 105 SF) Refer to Photo 06. NEW. NCAR. DECKS : Joints Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 304 / 2 Open Expansion Joint 60.4 100 0 .0 .0 .60.4 ft Element Inspection Notes: 304/2 Note: This element represents the open expansion joints at Abutments 1 and 2. The roadway areas are covered by the asphalt overlay. No deficiencies were noted during this inspection cycle. MISCELLANEOUS : Channel Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 8290 / 2 Channel 0 .0 .0 .1 100 1 (EA) Structure Unit 1 9150 / 2 Bank Erosion 0 .0 .0 .1 100 1 (EA) 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 3 of 43 42100 Element Inspection Notes: 8290/2 Divers conducting the Underwater Inspection. Refer to Photo 07. Refer to Defect 9150 for deficiencies. 9150/2 CS-4: _The channel embankments exhibits erosion throughout with undermining of the natural rock measuring up to full length x 2ft. H x 5ft.-3in. of penetration, and erosion of the embankment with undermining of Abutment 2 cap at west end, measuring up to 14ft. L x 2ft. H x 3ft. -10in. of penetration. The abutment cap is in cantilever condition for approximately 7ft. L at the west end. There is active backfill migration in this area causing settlement of the north approach embankment. Refer to Element 16 for related comments and recommended corrective actions. Refer to Sketches 1 and 2 for areas of undermining and penetration measurements at different locations. (Total 1 ea.) Refer to Photos 08 through 11. NEW. SUBSTRUCTURE : Substructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 215 / 2 Re Conc Abutment 43.4 71.85 3 4.97 0 .14 23.18 60.4 ft Structure Unit 1 1120 / 2 Efflorescence/Rust Staining 0 .3 100 0 .0 .3 ft Structure Unit 1 6000 / 2 Scour 0 .0 .0 .14 100 14 ft Element Inspection Notes: 215/2 Note: This element represents both end bent caps and backwalls. Refer to Defects 1120 and 6000 for deficiencies. 1120/2 CS-2: _Abutment 1 backwall at Bay 1-6 exhibits horizontal crack up to 35in. L x 1/64in. W with efflorescence. (Total 3 ft.) NEW. NCAR. 6000/2 CS-4: _Abutment 2 cap is undermined at the west end up to 14ft. L x 2ft. H x full penetration, being cantilevered in this area, no visible piles are installed under the cap. Refer to Element 8290 for related comments and recommended corrective actions. (Total 14 ft.) Refer back to Photos 07 and 08. NEW. SUPERSTRUCTURE : Bearings Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 316 / 2 Other Bearing 16 100 0 .0 .0 .16 each Element Inspection Notes: 316/2 Note: This element represents the concrete bearing pad supporting the beams over the abutments. No deficiencies were noted during this inspection cycle. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 4 of 43 43101 SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 109 / 2 Pre Opn Conc Girder/Beam 269 96.07 5 1.79 6 2.14 0 .280 ft Structure Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .5 71.43 2 28.57 0 .7 ft Structure Unit 1 1090 / 2 Exposed Rebar 0 .0 .2 100 0 .2 ft Structure Unit 1 1110 / 2 Cracking (PSC)0 .0 .2 100 0 .2 ft Element Inspection Notes: 109/2 Note: This element represents the double-T beam legs, quantified as 8 beams at Span 1. Refer to Sketches 1 and 2 for element identification. Refer to Defects 1080, 1090, and 1110 for deficiencies. 1080/2 CS-3: _T-Beam 1-2, left leg, east face at north end has a spall 6in. L x 6in. H x 2in. D with no exposed rebar. (Total 1 ft.) Refer to Photo 12. NEW. NCAR. _T-Beam 1-3, left leg, west face at north end has a spall 15in. L x 4in. H x 2in. D with no exposed rebar. (Total 1 ft.) NEW. NCAR. CS-2: _T-Beam 1-4, right leg, west lower face at the south end has a delamination up to 3ft. L x 15in. H. (Total 3 ft.) Refer to Photo 13. NEW. _T-Beam 1-3, left leg, west lower face at south end has a delamination 15in. L x 4in. H. (Total 2 ft.) NEW. 1090/2 CS-3: _T-Beam 1-3, right leg, east face at south end has a spall 8in. L x 8in. H x 2-1/2in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. (Total 1 ft.) Refer to Photo 14. NEW. _T-Beam 1-3, right leg, west face at north end has a spall 6in. L x 6in. W x 1in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. (Total 1 ft.) Refer to Photo 15. NEW. 1110/2 CS-3: _T-beam 1-2, right leg, west face at north end has a horizontal crack 15in. L x 1/32in. W with efflorescence next to the bottom edge. (Total 2 ft.) Refer to Photo 16. NEW. NCAR. SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 331 / 2 Re Conc Bridge Railing 27 38.57 29 41.43 14 20 0 .70 ft Structure Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .29 67.44 14 32.56 0 .43 ft Element Inspection Notes: 331/2 Note: This element represent the reinforced concrete rails and posts at both sides of the bridge. Refer to Defect 1080 for deficiencies. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 5 of 43 44102 1080/2 CS-3: _Left top rail, interior bottom edge at south end has a spall up to 10in. L x 4in. H x 2in. D with one exposed corroded rebar having no section loss. (Total 1 ft.) Refer to Photo 17. NEW. _Left railing Post 1-1 at north face exhibits a spall 9in. L x 9in. H x 1in. D with three exposed painted rebars having no section loss. (Total 1 ft.) NEW. NCAR. _Left bottom rail, bottom interior edge has a spall/delamination up to 35in. L x 4in. H x 2in. D with one exposed painted rebar. (Total 1 ft.) NEW. NCAR. _Left top rail, upper interior edge has a spall up to 12in. L x 5in. H x 1in. D with no exposed rebar at 6in. south of Post 1-2. (Total 1 ft.) NEW. NCAR. _Left bottom rail, bottom interior edge, north of Post 1-2 has a spall up to 11in. L x 4in. H x 2in. D with one exposed corroded rebar with no measurable section loss. (Total 1 ft.) Refer to Photo 18. NEW. _Left top rail, top edges between Posts 1-2 and 1-3 has two spalls up to 14in. L x 4in. W x 2in. D, each with one exposed painted rebars. (Total 2 ft.) NEW. NCAR. _Left top rail north of Post 1-3 has a spall up to 9in. L x 4in. W x 2in. D with one exposed painted rebar. (Total 1 ft.) NEW. NCAR. _Right railing Post 1-1 at west face has a spall/delamination up to 22in. L x 13in. W x 1in. D with one exposed painted rebar. (Total 2 ft.) NEW. NCAR. _Right bottom rail, south of Post 1-2 has a spall/delamination 12in. L x 4in. W x 1in. D with no exposed rebar. (Total 1 ft.) NEW. NCAR. _Right bottom rail, top exterior edge between Posts 1-2 and 1-3 has a spall 18in. L x 5in. W x 2in. D with one expose painted rebar. (Total 2 ft.) NEW. NCAR. _Right top and bottom rails, lower edges at north end have spalls up to 8in. L x 5in. W x 1in. D, each with one exposed painted rebar. (Total 1 ft.) NEW. NCAR. CS-2: _Right top and bottom rails, lower edges exhibit intermittent delaminations throughout. (Total 29 ft.) Refer to Photo 19. NEW. NCAR. Total Number of Elements*: 7 *excluding defects/protective systems 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 6 of 43 45103 Inspector Recommendations UNIT: Structure Unit 1 DECKS ELEMENT/ENV:16 / 2 Re Conc Top Flange ELEM CATEGORY:Decks/Slabs CONDITION STATE PRIORITY MMS Quantity: 90 sf Element Estimated Quantity: 90 sq.ft1 2 Backfill and stabilize the north approach embankment. Photos 04 and 05 WORK ORDER RECOMMENDATION: MMS Quantity: 2 sf Element Estimated Quantity: 2 sq.ft1 3 Remove large trees growing at the SE and NE corners of the bridge. Photo 03 WORK ORDER RECOMMENDATION: UNIT: Structure Unit 1 MISCELLANEOUS ELEMENT/ENV:8290:9150 / 2 Bank Erosion ELEM CATEGORY:Channel CONDITION STATE PRIORITY MMS Quantity: 40 mh Element Estimated Quantity: 1 (EA)4 2 Backfill and stabilize the undermining of channel embankments and abutment caps. Photos 08 thru 11 WORK ORDER RECOMMENDATION: MMS Quantity: 80 mh Element Estimated Quantity: 1 (EA)4 2 Construct new abutment slope protections. Photos 08 thru 11 WORK ORDER RECOMMENDATION: UNIT: Structure Unit 1 SUBSTRUCTURE ELEMENT/ENV:215:6000 / 2 Scour ELEM CATEGORY:Substructure CONDITION STATE PRIORITY MMS Quantity: 8 mh Element Estimated Quantity: 14 ft4 2 Reinforce and provide bearing to Abutment 2 cap at west end. Photos 08 and 09 WORK ORDER RECOMMENDATION: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 7 of 43 46104 Inspector Recommendations UNIT: Structure Unit 1 SUPERSTRUCTURE ELEMENT/ENV:109:1080 / 2 Delamination/Spall/Patched Area ELEM CATEGORY:Superstructure CONDITION STATE PRIORITY MMS Quantity: 4 mh Element Estimated Quantity: 5 ft2 , 3 3 Repair delaminations at south ends of T-Beam 1-4, right leg and T-Beam 1-3, left leg. Photo 13 WORK ORDER RECOMMENDATION: ELEMENT/ENV:109:1090 / 2 Exposed Rebar ELEM CATEGORY:Superstructure CONDITION STATE PRIORITY MMS Quantity: 2 mh Element Estimated Quantity: 2 ft3 3 Clean and coat exposed rebars at south and north ends of T-Beam 1-3, right leg. Photos 14 and 15 WORK ORDER RECOMMENDATION: ELEMENT/ENV:331:1080 / 2 Delamination/Spall/Patched Area ELEM CATEGORY:Superstructure CONDITION STATE PRIORITY MMS Quantity: 1 lf Element Estimated Quantity: 1 ft2 , 3 3 Clean and coat exposed rebar at left bottom rail, north of Post 1-2. Photo 18 WORK ORDER RECOMMENDATION: MMS Quantity: 1 lf Element Estimated Quantity: 1 ft2 , 3 3 Clean and coat exposed rebar at south end of left top rail, interior bottom edge. Photo 17 WORK ORDER RECOMMENDATION: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 8 of 43 47105 Structure Notes Bridge entered 11/13/2023 10:41:54 AM by userid KNMEIRA BRIDGE OWNER: CITY OF SOUTH MIAMI The Bridge Structural Plans are unavailable and the year of construction is unknown. It is assumed that the bridge was built in the late 50's early 60's. The inventory photos were updated on 10/06/2023. TRAFFIC RESTRICTION: A new load rating analysis is under execution. The structure is not posted. REVIEWED BY: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 9 of 43 48106 INSPECTION NOTES: LMCK 10/6/2023 Sufficiency Rating Calculation Accepted by knmeira at 11/14/2023 11:28:07 AM This Initial Inspection was conducted to evaluate the overall structural condition of the bridge. The traffic over the bridge is restricted to the right lane due to the condition of the substructure at the NW corner of the bridge. (10/06/2023) The Superstructure NBI Rating was coded 6 due to isolated minor concrete damage with exposure of the reinforcement. (10/06/2023) The Substructure NBI Rating was coded 3 due to considerable undermining and loss of bearing area of the abutment caps, starting to affect the stability of the structure. (10/06/2023) The Channel NBI Rating was coded 3 (Protection Undermined) due to extensive erosion of the natural rock embankments with associated undermining of the Abutment 2 cap. (10/06/2023) The Waterway Adequacy was coded 5 due to potential overtopping of the bridge approaches during a storm surge. (10/06/2023) LOAD CAPACITY EVALUATION: A new load rating analysis for this structure is in the approval phase with no weight limit recommended. Load Rating data have been updated in BRM. This only applies to this inspection dated 10/06/2023 per Erick Cuervo Guilarte, P.E. The Inspection Frequency is set to 6Mo Cycle due to NBI Rating 3 for Item 60 Substructure and Item 61 Channel. (10/06/2023) The following elements were inspected underwater by the divers: 8290 Channel 215 Re Conc Abutment LEGEND: NCAR: NO CORRECTIVE ACTION RECOMMENDED MC: Moment Connection RT: Right LT: Left L: Long W: Wide H: High D: Deep S.L.: Section Loss in.: Inches ft.: Feet LF: Linear Feet SF: Square Feet NE: Northeast NW: Northwest SE: Southeast SW: Southwest 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 10 of 43 49107 Photo 01 Element/Env 16/2: Re Conc Top Flange Traffic Lane 1 is closed to traffic at the time of 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. REPORT ID: INSP005 PRINTED: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 11 of 43 50108 Photo 02 Element/Env 16/2: Re Conc Top Flange There is debris accumulation along the bridge shoulders. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 12 of 43 51109 Photo 03 Element/Env 16/2: Re Conc Top Flange There is overgrown vegetation encroaching the deck, sidewalk and bridge rail at SE and NE corners of the bridge. WORK ORDER RECOMMENDATION: Remove large trees growing at the SE and NE corners of the bridge. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 13 of 43 52110 Photo 04 Element/Env 16/2: Re Conc Top Flange North approach roadway has an area of settlement measuring up to full width x 35in. W x 1-1/2in. D with associated cracks in the asphalt caused by the backfill migration of the approach embankment into the channel. WORK ORDER RECOMMENDATION: Backfill and stabilize the north approach embankment. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 14 of 43 53111 Photo 05 Element/Env 16/2: Re Conc Top Flange The NE approach soil has an area of erosion measuring up to 7ft. L x 6ft. W x 10in. H., caused by the backfill migration of the approach embankment into the channel. WORK ORDER RECOMMENDATION: Backfill and stabilize the north approach embankment. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 15 of 43 54112 Photo 06 Element/Env 16/510/2: Re Conc Top Flange/ Wearing Surfaces The asphalt overlay exhibits parallel longitudinal cracks measuring up to 35ft. L x 1/8in. W along the T-Beams top flange joints. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 16 of 43 55113 Photo 07 Element/Env 8290/2: Channel Divers conducting the Underwater 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. REPORT ID: INSP005 PRINTED: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 17 of 43 56114 Photo 08 Element/Env 8290/2: Channel and 215/2: Re Conc Abutment The channel embankments exhibits erosion throughout with undermining of the natural rock and abutment caps measuring up to full length x 2ft. H x 5ft.-3in. of penetration. Shown Abutment 2, west end. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Reinforce and provide bearing to Abutment 2 cap at west end. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 18 of 43 57115 Photo 09 Element/Env 8290/2: Channel and 215/2: Re Conc Abutment View of cantilevered section of Abutment 2 cap due to undermining. No piles installed to support the cap. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Reinforce and provide bearing to Abutment 2 cap at west end. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 19 of 43 58116 Photo 10 Element/Env 8290/2: Channel Area of undermining at centerline of the south embankment. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 20 of 43 59117 Photo 11 Element/Env 8290/2: Channel Area of undermining at centerline of the north embankment. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 21 of 43 60118 Photo 12 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-2, left leg, east face at north end has a spall 6in. L x 6in. H x 2in. D with no exposed rebar. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 22 of 43 61119 Photo 13 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-4, right leg, west lower face at the south end has a delamination up to 3ft. L x 15in. H. WORK ORDER RECOMMENDATION: Repair delaminations at south ends of T-Beam 1-4, right leg and T-Beam 1-3, left leg. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 23 of 43 62120 Photo 14 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-3, right leg, east face at south end has a spall 8in. L x 8in. H x 2-1/2in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. WORK ORDER RECOMMENDATION: Clean and coat exposed rebars at south and north ends of T-Beam 1-3, right leg. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 24 of 43 63121 Photo 15 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-3, right leg, west face at north end has a spall 6in. L x 6in. W x 1in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. WORK ORDER RECOMMENDATION: Clean and coat exposed rebars at south and north ends of T-Beam 1-3, right leg. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 25 of 43 64122 Photo 16 Element/Env 109/2: Pre Opn Conc Girder/Beam T-beam 1-2, right leg, west face at north end has a horizontal crack 15in. L x 1/32in. W with efflorescence next to the bottom edge. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 26 of 43 65123 Photo 17 Element/Env 331/2: Re. Conc Bridge Railing Left top rail, interior bottom edge at south end has a spall up to 10in. L x 4in. H x 2in. D with one exposed corroded rebar having no section loss. WORK ORDER RECOMMENDATION: Clean and coat exposed rebar at south end of left top rail, interior bottom edge. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 27 of 43 66124 Photo 18 Element/Env 331/2: Re. Conc Bridge Railing Left bottom rail, bottom interior edge, north of Post 1-2 has a spall up to 11in. L x 4in. H x 2in. D with one exposed corroded rebar with no measurable section loss WORK ORDER RECOMMENDATION: Clean and coat exposed rebar at left bottom rail, north of Post 1-2. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 28 of 43 67125 Photo 19 Element/Env 331/2: Re. Conc Bridge Railing Right top and bottom rails, lower edges exhibit intermittent delaminations throughout. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 29 of 43 68126 Channel Looking West 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 30 of 43 69127 Channel Looking East 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 31 of 43 70128 Page 32 of 43 71129 35'-0" (OVERALL BRIDGE LENGTH) NORTH·• J: h a i lJ.J "' a cc co __, __, <>: 0:: lJ.J ::,. 2. "' __, , <>: Os: _, lJ.J 1/)Q vi J: h a i lJ.J "' a cc co >-<>: s: a <>: 0 ~ ~ I c:, "' "' __, , <>: O s: -' lJ.J Li) a vi South~ Abutment South --- Concrete Cap APPROXIMATE - LINE OF UNDERMINING B 6 ' ) i ·, I ----\ I I / '- \ ' _. I I ~2.i I '- I / I ( I (lJ E -.,,_ -0 (lJ • ::, co 0 0 I;;;,: (lJ E -"'"' -0 (lJ • ::, co 0 0 I;;;,: Q h (lJ E -"'"' -0 (lJ • ::, co 0 0 I;;;,: Q h -"'"' -0 (lJ • ::, co 0 0 I;;;,: Qh Concrete Barrier BRIDGE 875400 -DECK PLAN VIEW PORTION OF CONCRETE ~ ~ North Abutment / \ "l:<JI CAP IN CANTILEVER ,------7 "'; I l I I ~-"-----Double T-Beam 1 Leg J 1 I ~ Double T-Beam 1 Leg ~ > ./ I / L _ - - -..___ Double T-Beam 2 Leg 1 I .. ~ Double T-Beam 2 Leg 2 ' I I ,,.,--Jo i nt between Double T-Beams ~ ~ / I ~Double T-Beam 3 Leg 1 . .,, . _. . .....-• -• '°"~ I I · ~,Approximate Face ' I of Natural Rock at '- South Abutment ....... ·, \ ) ------Double T -Beam 3 Leg 2 I I ---~ Double T-Beam 4 Leg 1 I ' Approximate Face .' of Natural Rock at ~ I North Abutment I / ._____ Double T-Beam 4 Leg 2 '\ I I I I I I I I I ,;,, I { ) / I --{_J I \ I i,,' APPR OX/MATE NE OF RMINING LI UNDE ~ Co North ncrete Cap B 6 South -ii 8-6 I Abutment i"----~~---'• \ I I / "l:<JI ' I " " 11 -0 Ii North e-----~~------'~butment BRIDGE 875400 -STRUCTURE PLAN VIEW MARLIN BRIIDGE 875400 -SKETCH ENGINEERING 6840 NW . 77th Court, Miami , Forida 33 166 IINIITIIAL IINS PE CTIION (305 ) 477-7575 •C.A . No . 6104 Inspection Date: 10 /06/2023 SHEET 01 OF 02 Page 33 of 43 72130 c:- ROADWAY\ C: ' ~ m CONCRETE _/ 5'-0" SIDEWALK D D 6 I ,,. - 20'-2" (ROADWAY BRIDGE WIDTH) r ASPHALT OVERLAY SECTION A-A 35'-0" (OVERALL BRIDGE LENGTH) - ' ~ Double T-Beam / 5 '-0" SIDEWALK D 1I-f' DOUBLE T BEAM LEG ~ ID. NUMBER -□ 0 /ROADWAY I fl CONCRETE ~~EARING PAD 6 ~~ CONCRETE I ,,. \ CAP ~Face of Face of __,/ > I ~ CAP Natural Rock ~1 ·----. Natural Rock '. APPROXIMATE at South at North .-·-'\ LINE OF lJ.J - • ...,_ Abutment Abutment V./ \_ APPROXIMATE UNDERMINING f-. • ;_ \ LINE OF ., . .1 -a ' D,m . A UNDERMINING ~ , D,m. A ----·-♦---·-·-·-·-· ~ °' (see table) see table B'-6" 11'-0" SECTION 8-8 UNDERMINING Dim. A Double South North T-Beam Leg Abutment Abutment ID. Number 1-1 5'-0" 3'-10" 1-2 4'-5" 3'-2 11 2-1 5 1-311 3'-0 11 2-2 2'-411 2 1-811 3-1 5'-2" 0'-0" 3-2 4'-5" 4'-2" 4-1 3'-6" 5'-3" -- 4-2 4'-8" 3'-9" MARLIN BRIIDGE 875400 -SKETCH ENGINEERING 6840 NW . 77th Court, Miami , Forida 33166 (305) 477-7575 •C.A. No. 6104 IINIITIIAL IINS PE CTIION I I lJ.J f-. so: :.: . -o "< I ~°' Cl.. Cl.. so: Inspection Date: 10/06/2023 SHEET 02 OF 02 F. F I E L D P R E P A R A T I O N and C H E C K L I S T Structure ID: 875400 Inspection Date: 10/06/2023 Underwater: 10/06/2023 A. Tools and Equipment Full Size Cargo Van: Yes: X No: Pick-up Truck: Yes: No: X Automobile: Yes: No: X Camera: Yes: X No: Video: Yes: No: X NDT Equipment: Yes: No: X NDT Type: N/A Binoculars: Yes: No: X Diving Performed: Yes: X No: Max Depth: 7.8 ft. Current: None Dive Mode: SCUBA Hand Tools: 1. Standard Inspection Tools 2. Chipping Hammer 3. Inspection Hand Tools 4. Flashlight 5. Folding Rulers Other: B. Services Flag Crew: N/A Snooper: N/A Electrician: N/A Other: C. Scheduling (Brief Explanation) Routine Inspection, no special scheduling needed. Man Hours: 0hrs. Dive Time: 2 hrs Travel Time: 1 hrs Office Time: 4 hr D. Site Conditions Boat Needed: NO Type of Boat: N/A Location of Boat Ramp: N/A Lengthy Travel Required: YES Difficult Access: NO Water Obviously Polluted: NO Water quality is fair: YES Strong Water Current: YES Other: N/A E. UNDERWATER ELEMENTS INSPECTED: • 8290 Channel – 1 ea. • 215 Re Conc Abutment – 60.4 ft. Page 34 of 43 73131 Bridge No. Location Description Level Vehicle Weight Member Type Limit DC LL LLDF RF RATING Inventory HL93 36 Strength, Shear 1.25/0.90 1.75 1.00 0.50 18.0 Operating HL93 36 Strength, Moment 1.25/0.90 1.35 1.00 0.95 34.2 Permit FL120 60 Strength, Shear 1.25/0.90 1.35 1.00 0.36 21.6 Permit Max Span FL120 60 Strength, Shear 1.25/0.90 1.35 1.00 0.36 21.6 SU2 17 Strength, Moment 1.25/0.90 1.35 1.00 1.98 33.7 SU3 33 Strength, Moment 1.25/0.90 1.35 1.00 1.07 35.3 SU4 35 Strength, Moment 1.25/0.90 1.35 1.00 1.00 35.0 C3 28 Strength, Moment 1.25/0.90 1.35 1.00 1.84 51.5 C4 36.7 Strength, Moment 1.25/0.90 1.35 1.00 1.28 46.9 C5 40 Strength, Moment 1.25/0.90 1.35 1.00 1.26 50.4 ST5 40 Strength, Moment 1.25/0.90 1.35 1.00 1.34 53.6 EV2 28.75 Strength, Moment 1.25/0.90 1.30 1.00 1.36 39.1 EV3 43 Strength, Shear 1.25/0.90 1.30 1.00 0.69 29.7 Date:11/07/23 Date:11/08/23 This 01-01-2022 summary follows the FDOT Bridge Load Rating Manual (BLRM), and the FDOT BMS Coding Guide. 99 99 No NA Update Segmental Bridge? Plans Status Project No. & Reason 99 (tons) No fdot.gov/maintenance/LoadRating.shtm*Recommended SU Posting levels for Florida SU trucks adequately restricts AASHTO SU trucks; see BLRM Chapter 7. Owner Location Neither interstate traffic nor within 1 mile reasonable access to an interstate 01 State Highway Agency No. EV posting is not recommended. The FAST Act does not apply Prestressed Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.7*L Double-T No.2, Interior, 0.7*L Double-T No.2, Interior, 0.5*L Prestressed Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.5*LPrestressed Prestressed Rating Type Rating Type LRFR-LRFD Prestressed PrestressedLegal Prestressed Double-T No.2, Interior, 0.7*L Governing Location Double-T No.2, Interior, 0.5*LPrestressed Prestressed Emergency Vehicle (EV) Original Design Load Rating Type, Analysis Prestressed Yoshiel Franco Checked by:Roberto Rubio, PE. Unknown (describe) Prestressed 33.0% LRFR-LRFDAnalysis Method:875400 Rating Factor RF (tons) Span No. - Girder No., Interior/Exterior, %Span Length FDOT Bridge Load Rating Summary Form (Page 1 of 1) Gross Axle Weight (tons) Dead Load Factor Live Load Factor Live Load Distrib. Factor (axles) Moment/Shear/Service SW 63rd Court over Canal Prestressed Double-Tee Beam 1 Span: 35 feet Prestressed Prestressed Minimum Span Length 35.0 NA (use field measurements) EV Posting (tons) At/Above legal loads. Posting Not Required. (feet) Recommended Posting Recommended SU Posting Recommended C Posting Recommended ST5 Posting Floor Beam Present? (tons) Distribution Method Others Impact Factor FL120 Gov. Span Length (feet)35.0 (axle loading) Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.7*L Double-T No.2, Interior, 0.5*L Performed by: Comments: Original Design Load - original bridge plans are not available and the year built is unknown. It is assumed that the bridge was built in the late 50's early 60's. Distribution Method - Lever Rule. Page 3 The official record of this package has been electronically signed and seale s required by Rule 61G15-23.004, F.A.C.. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. Page 35 of 43 74132 Roadway Identification Roadway Traffic and Accidents NBI Structure No (8):875400 Medians: 1Lanes (28): 2 Speed: 20 mph Position/Prefix (5):1 - Route On Structure ADT Class: Kind Hwy (Rte Prefix):5 City Street Recent ADT (29):Year (30): 20210 Design Level of Service:1 Mainline Future ADT (114):Year (115): 20420 Route Number/Suffix:0 / 0 N/A (NBI)Truck % ADT (109):0 Feature Intersect (6):Twin Lake Canal Detour Length (19):1 mi Critical Facility:Not Defense-crit Detour Speed:30 mph Facility Carried (7):SW 63rd CT Accident Count:Rate: 0 Mile Point (11):0 Latitude (16):Long (17): 080d17'49.3"025d42'47.0" Roadway Classification Roadway Clearances Nat. Hwy Sys (104):0 Not on NHS Vertical (10):99 ft Appr. Road (32): 20.17 ft National base Net (12):0 - Not on Base Network Horiz. (47):28.17 ft Roadway (51): 20.17 ft LRS Inventory Rte (13a):Sub Rte (13b): 0087 000 000 Truck Network (110):0 Not part of natl netwo Functional Class (26):19 Urban Local Toll Facility (20):3 On free road Federal Aid System:OFF Fed. Lands Hwy (105):0 N/A (NBI) Defense Hwy (100):0 Not a STRAHNET hwy School Bus Route: Direction of Traffic (102):2 2-way traffic Transit Route: Emergency: NBI Project Data Proposed Work (075A):Improvement Cost (094): Work To Be Done By (075B):Unknown (NBI)Roadway Improvement Cost (095): Improvement Length (076):0 ft Total Cost (096): Year of Estimate (097): NBI Rating Channel (61):3 Bank Prot Failed Culvert (62):N N/A (NBI) Deck (58):7 Good Waterway (71):5 Above Tolerable Superstructure (59):6 Satisfactory Unrepaired Spalls: Substructure (60):3 Serious Review Required:X Description Structure Unit Identification Bridge/Unit Key:875400 1 Structure Name: Description:New Structure Unit Type:M - Main 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 36 of 43 75133 Structure Identification Geometrics Admin Area:Miami-Dade Spans in Main Unit (45):1 District (2):D6 - Miami Approach Spans (46):0 County (3):(87)Miami-Dade Length of Max Span (48):35 ft Place Code (4):South Miami Structure Length (49):35 ft Location (9):0.35 Mi. S/O SW 56th St Total Length:35 ft Border Br St/Reg (98):Not Applicable (P) Share: %Deck Area:1055.95 sqft Border Struct No (99):N/A Structure Flared (35):0 No flare FIPS State/Region (1):Region 4-Atlanta12 Florida NBIS Bridge Len (112):Y - Meets NBI Length Age and Service Parallel Structure (101):No || bridge exists Year Built (27):1960 Temp. Structure (103):Not Applicable (P)Year Reconstructed (106): Maint. Resp. (21):4 City/Municipal Hwy Agy Type of Service On (42a):1 Highway Owner (22):4 City/Municipal Hwy Agy Under (42b):5 Waterway Historic Signif. (37):5 Not eligible for NRHP Fracture Critical Details:No FC Details Structure Type and Material Deck Type and Material Curb/Sidewalk (50):Right: 5 ftLeft: 5 ft Deck Width (52):30.17 ft Bridge Median (33):0 No median Skew (34):0 deg Main Span Material (43A):5 Prestressed Concrete Deck Type (107):9 Other Appr Span Material (44A):Not Applicable (P)Surface (108):6 Bituminous Main Span Design (43B):04 Tee Beam Membrane:0 None Appr Span Design (44B):Not Applicable (P)Deck Protection:8 Unknown Appraisal Structure Appraisal Navigation Data Open/Posted/Closed (41):A Open, no restriction Navigation Control (38):Permit Not Required Deck Geometry (68):5 Above Tolerable Nav Vertical Clr (39):6.3 ft Underclearances (69):N Not applicable (NBI)Nav Horizontal Clr (40):0 ft Approach Alignment (72):7-No Accel/Reduce Curve Min Vert Lift Clr (116):0 ft Bridge Railings (36a):0 Substandard Pier Protection (111):5 None, Re-Evaluate Transitions (36b):0 Substandard NBI Condition Rating Approach Guardrail (36c):0 Substandard Sufficiency Rating:* 51 Approach Guardrail Ends (36d):0 Substandard Health Index:93.06 Scour Critical (113):U Unknown Foundation Structural Eval (67):3 Intolerable - Correct Deficiency:Structurally Deficient Minimum Vertical Clearance Minimum Lateral Underclearance Over Structure (53):99 ft Reference (55a):N Feature not hwy or RR Under (reference) (54a):N Feature not hwy or RR Right Side (55b):0 ft Under (54b):0 ft Left Side (56):0 ft Schedule Current Inspection Next Inspection Date Scheduled Inspection Date:10/06/2023 NBI:10/06/2025 Inspector:KNMEIKN - Kevin Noriega Element:04/06/2024 Bridge Group:CA611 Fracture Critical: Alt. Bridge Group:Underwater:04/06/2024 Primary Type:Regular NBI Other/Special:04/06/2024 Review Required:X Inventory Photo Update Due:10/06/2033 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 37 of 43 76134 Schedule Cont. Inspection Types Performed X NBI XElement Fracture Critical XUnderwater XOther Special Inspection Intervals Required (92)Frequency (92)Last Date (93)Inspection Resources Crew Hours:Fracture Critical 4mos 6 10/06/2023 Flagger Hours: Underwater X 0mos 6 10/06/2023 Helper Hours:0mos 24 10/06/2023 Snooper Hours: NBI 0mos (91) Other Special X (90) Bridge Related Special Crew Hours:0 Special Equip Hours:0 General Bridge Information Parallel Bridge Seq: Bridge Rail 1:Concrete post & beam Channel Depth:7.8 ft Bridge Rail 2:Not applicable-No rail Radio Frequency: Electrical Devices:No electric service Phone Number: Culvert Type:Not applicable Exception Date:Maintenance Yard:Not FDOT Maintained Exception Type:FIHS ON / OFF:No Routes on FIHS Accepted By Maint:Previous Structure: Warranty Expiration:00/00/0000 2nd Previous Structure: Performance Rating:Poor Replacement Structure: Power Water Gas Fiber Optic Sewage OtherPermitted Utilities: Bridge Load Rating Information Inventory Type (065):3 LRFR Load & Res. Fact Inventory Rating (066):18.0 tons Operating Type (063):3 LRFR Load & Res. Fact Operating Rating (064):34.2 tons Original Design Load (031):HL 93 FL120 Permit Rating:21.6 tons Date:09/11/2023 HS20/FL120 Max Span Rating:21.6 tons Initials:ECG Dynamic Impact in Percent:33 % Load Rating Rev. Recom.:Yes Governing Span Length:35.0 ft Load Rating Plans Status:Field Measurements Minimum Span Length:35.0 ft Distribution Method:Others Load Rating Notes: LEGAL LOADS POSTING SU2:33.7 tons Recom. SU Posting:99 tons SU3:35.3 tons Recom. C Posting:99 tons SU4:35.0 tons Recom. ST5 Posting:99 tons C3:51.5 tons Actual SU Posting:99 tons C4:46.9 tons Actual C Posting:99 tons C5:50.4 tons Actual ST5 Posting:99 tons ST5:53.6 tons Actual Blanket Posting:99 tons Posting (070):5 At/Above Legal Loads Emergency Vehicle: Open/Posted/Closed (041):A Open, no restriction FLOOR BEAM (FB)FB Present: No SEGMENTAL (SEG) FB Span Length, Gov:SEG Wing-Span:-1.0 ft FB Spacing, Gov:SEG Web-to-Web Span:-1.0 ft FB OPR Rating:SEG Transverse HL93 Operating:-1.00 RF FB SU4 OPR Rating: FB FL120 Rating: Bridge Scour and Storm Information Pile Driving Record: Scour Recommended I: Foundation Type: Scour Recommended II: Mode of Flow: Scour Recommended III: Rating Scour Eval: Scour Elevation: Highest Scour Eval:Action Elevation: Scour Evaluation Method: Storm Frequency: 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 38 of 43 77135 Elements Inspection Date: 10/06/2023 LMCK DECKS : Decks/Slabs Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 16 / 2 Re Conc Top Flange 1055.95 100 0 .0 .0 .1055.95 sq.ft Structur e Unit 1 510 / 2 Wearing Surfaces 600.95 85.13 105 14.87 0 .0 .705.95 sq.ft Structur e Unit 1 3220 / 2 Crack (Wearing Surface)0 .105 100 0 .0 .105 sq.ft DECKS : Joints Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 304 / 2 Open Expansion Joint 60.4 100 0 .0 .0 .60.4 ft MISCELLANEOUS : Channel Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 8290 / 2 Channel 0 .0 .0 .1 100 1 (EA) Structur e Unit 1 9150 / 2 Bank Erosion 0 .0 .0 .1 100 1 (EA) SUBSTRUCTURE : Substructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 215 / 2 Re Conc Abutment 43.4 71.85 3 4.97 0 .14 23.18 60.4 ft Structur e Unit 1 1120 / 2 Efflorescence/Rust Staining 0 .3 100 0 .0 .3 ft Structur e Unit 1 6000 / 2 Scour 0 .0 .0 .14 100 14 ft SUPERSTRUCTURE : Bearings Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 316 / 2 Other Bearing 16 100 0 .0 .0 .16 each SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 109 / 2 Pre Opn Conc Girder/Beam 269 96.07 5 1.79 6 2.14 0 .280 ft Structur e Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .5 71.43 2 28.57 0 .7 ft Structur e Unit 1 1090 / 2 Exposed Rebar 0 .0 .2 100 0 .2 ft Structur e Unit 1 1110 / 2 Cracking (PSC)0 .0 .2 100 0 .2 ft SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 331 / 2 Re Conc Bridge Railing 27 38.57 29 41.43 14 20 0 .70 ft Structur e Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .29 67.44 14 32.56 0 .43 ft Total Number of Elements*: 7 *excluding defects/protective systems 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 39 of 43 78136 Inspection Information Inspection Date:10/06/2023 Type:Regular NBI Inspector:KNMEIKN - Kevin Noriega Inspection Notes:Sufficiency Rating Calculation Accepted by knmeira at 11/14/2023 11:28:07 AM This Initial Inspection was conducted to evaluate the overall structural condition of the bridge. The traffic over the bridge is restricted to the right lane due to the condition of the substructure at the NW corner of the bridge. (10/06/2023) The Superstructure NBI Rating was coded 6 due to isolated minor concrete damage with exposure of the reinforcement. (10/06/2023) The Substructure NBI Rating was coded 3 due to considerable undermining and loss of bearing area of the abutment caps, starting to affect the stability of the structure. (10/06/2023) The Channel NBI Rating was coded 3 (Protection Undermined) due to extensive erosion of the natural rock embankments with associated undermining of the Abutment 2 cap. (10/06/2023) The Waterway Adequacy was coded 5 due to potential overtopping of the bridge approaches during a storm surge. (10/06/2023) LOAD CAPACITY EVALUATION: A new load rating analysis for this structure is in the approval phase with no weight limit recommended. Load Rating data have been updated in BRM. This only applies to this inspection dated 10/06/2023 per Erick Cuervo Guilarte, P.E. The Inspection Frequency is set to 6Mo Cycle due to NBI Rating 3 for Item 60 Substructure and Item 61 Channel. (10/06/2023) The following elements were inspected underwater by the divers: 8290 Channel 215 Re Conc Abutment LEGEND: NCAR: NO CORRECTIVE ACTION RECOMMENDED MC: Moment Connection RT: Right LT: Left L: Long W: Wide H: High D: Deep S.L.: Section Loss in.: Inches ft.: Feet LF: Linear Feet SF: Square Feet NE: Northeast NW: Northwest SE: Southeast SW: Southwest 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 40 of 43 79137 Structure Notes Bridge entered 11/13/2023 10:41:54 AM by userid KNMEIRA BRIDGE OWNER: CITY OF SOUTH MIAMI The Bridge Structural Plans are unavailable and the year of construction is unknown. It is assumed that the bridge was built in the late 50's early 60's. The inventory photos were updated on 10/06/2023. TRAFFIC RESTRICTION: A new load rating analysis is under execution. The structure is not posted. REVIEWED BY: Schedule Notes 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 41 of 43 80138 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 Structure ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) Bridge Profile DATE PRINTED: 11/15/2023 1:52:57 PM Page 42 of 43 81139 Left Profile by Inspection -5 g :E -10 0, "ci :i:: -15 1.5 2 Bent Number L ---10/06/2023 Right Profile by Inspection -5 g :E -10 0, "ci :i:: -15 1.5 2 Bent Number 1 ---10/06/2023 Profile Data - Numerical Summary Bent #Left Height Right Height (All Heights are in Feet) Inspection Date and Key: 10/6/2023 LMCK 1 5.20 4.00 1.5 15.40 17.20 2 9.90 3.40 Air Temp: 86 Profile Notes: Channel measurements taken from the top of concrete rails Waterline measured at midchannel: Left = 9.3 ft. Right = 9.4 ft. Maximum Channel Depth = 7.8 ft. 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 Structure ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) Bridge Profile DATE PRINTED: 11/15/2023 1:52:57 PM Page 43 of 43 82140 Bridge ID REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 1 of 14 83141 West Elevation REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 2 of 14 84142 South Approach Looking North REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 3 of 14 85143 South Approach Looking South REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 4 of 14 86144 North Approach Looking South REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 5 of 14 87145 North Approach Looking North REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 6 of 14 88146 Deck Top Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 7 of 14 89147 Typical Bridge Rail REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 8 of 14 90148 Deck Underside Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 9 of 14 91149 Abutment 1 Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 10 of 14 92150 Abutment 2 Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 11 of 14 93151 Typical Concrete Bearing REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 12 of 14 94152 Channel Looking West REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 13 of 14 95153 Channel Looking East REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 14 of 14 96154 BRIDGE INSPECTION REPORT PREPARED FOR: FDOT District 6 BRIDGE OWNER: CITY OF SOUTH MIAMI INSPECTION TYPE: Regular NBI (Initial Inspection) CONTRACT No. CA611 Inspected by: Marlin Engineering, Inc. Bridge No. 875400 REPORT CONTAINS Inspection Date: 10-06-23 ☒ ☒ BrM Inspection Report CIDR Information ☒ Bridge Profile ☒ Underwater Inspection ☐ ☒ Fracture Critical Data Load Rating Summary Sheet ☒ ☐ Addendum Mechanical and Electrical Data SW 63rd CT over Twin Lake Canal Facility Carried & Location At 0.35 Mi. S/O SW 56th St Location Map Detour Length = 0.1 Mi 3997 FUNCTIONALLY OBSOLETE X STRUCTURALLY DEFICIENT TYPE OF INSPECTION: Regular NBI DATE FIELD INSPECTION WAS PERFORMED: ABOVE WATER: 10/6/2023 UNDERWATER: 10/6/2023 SUFFICIENCY RATING: HEALTH INDEX: 51 93.06 STRUCTURE NAME: Not recordedBY: Marlin Engineering, Inc. SECTION NO.: YEAR BUILT: 1960 87 000 000 OWNER: MAINTAINED BY: 4 City/Municipal Hwy Agy 4 City/Municipal Hwy Agy SW 63rd CT FEATURE INTERSECTED: FACILITY CARRIED: Twin Lake Canal SERV. TYPE ON: SERV. TYPE UNDER: 1 Highway 5 Waterway 0.000 MP: 0ROUTE: STRUCTURE TYPE: LOCATION: 5 Prestressed Concrete - 04 Tee Beam 0.35 Mi. S/O SW 56th St 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 1 of 43 4098 FUNCTIONALLY OBSOLETE TYPE OF INSPECTION: Regular NBI DATE FIELD INSPECTION WAS PERFORMED: ABOVE WATER: 10/6/2023 UNDERWATER: 10/6/2023 THIS BRIDGE CONTAINS FRACTURE CRITICAL COMPONENTS THIS BRIDGE IS SCOUR CRITICAL X THIS REPORT IDENTIFIES DEFICIENCIES WHICH REQUIRE PROMPT CORRECTIVE ACTION X STRUCTURALLY DEFICIENT OVERALL NBI RATINGS: DECK: SUPERSTRUCTURE: SUBSTRUCTURE: PERF. RATING: 7 Good 6 Satisfactory 3 Serious Poor CHANNEL: CULVERT: SUFF. RATING: HEALTH INDEX: 3 Bank Prot Failed N N/A (NBI) 51 93.06 REVIEWING BRIDGE INSPECTION SUPERVISOR: Rego, Alexis - Bridge Inspector (CBI#00409) CONFIRMING REGISTERED PROFESSIONAL ENGINEER: Cuervo Guilarte, Erick - Operations Structural Engr (PE# 82455) Marlin Engineering, Inc. 6840 NW 77th Court Miami Florida 33166 SIGNATURE: DATE: Noriega, Kevin - Bridge Inspector Team Leader (PE# 89264) (lead) Guzman, Armando - Bridge Inspector (CBI#00407) Figueroa, Obed - Bridge Inspector Assistant Orozco, Pablo - Project Manager (P.E. 74653) Parra, Carmen - Consultant Inspection Project Manager FIELD PERSONNEL / TITLE / NUMBER:INITIALS STRUCTURE NAME: Not recordedBY: Marlin Engineering, Inc. SECTION NO.: YEAR BUILT: 1960 87 000 000 0.35 Mi. S/O SW 56th St 5 Prestressed Concrete - 04 Tee BeamSTRUCTURE TYPE: LOCATION: SW 63rd CT FEATURE INTERSECTED: FACILITY CARRIED: Twin Lake Canal SERV. TYPE ON: SERV. TYPE UNDER: 1 Highway 5 Waterway OWNER: MAINTAINED BY: 4 City/Municipal Hwy Agy 4 City/Municipal Hwy Agy 0.000 MP: 0ROUTE: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 2 of 43 The official record of this package has been electronically signed and sealed by Erick Cuervo Guilarte, P.E. on the date adjacent to the seal a s required by Rule 61G15-23.004, F.A.C.. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. 4199 All Elements DECKS : Decks/Slabs Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 16 / 2 Re Conc Top Flange 1055.95 100 0 .0 .0 .1055.95 sq.ft Structure Unit 1 510 / 2 Wearing Surfaces 600.95 85.13 105 14.87 0 .0 .705.95 sq.ft Structure Unit 1 3220 / 2 Crack (Wearing Surface)0 .105 100 0 .0 .105 sq.ft Element Inspection Notes: 16/2 Notes: _This element represents the top flange of the double-T beams. Refer to Sketches 1 and 2 for element identification. _The deck top is overlaid with up to 2in. H of asphalt, not visible for inspection. _Traffic Lane 1 is closed to traffic at the time of inspection. Refer to Photo 01. SECONDARY: _There is debris accumulation along the bridge shoulders. Refer to Photo 02. NEW. NCAR. _There is overgrown vegetation encroaching the deck, sidewalk and bridge rail at SE and NE corners of the bridge. Refer to Photo 03. NEW. _Both sidewalks exhibit areas of map cracking up to 1/16in. W throughout. NEW. NCAR. _North approach roadway has an area of settlement measuring up to full width x 35in. W x 1-1/2in. D with associated cracks in the asphalt, and the NE approach soil has an area of erosion measuring up to 7ft. L x 6ft. W x 10in. H., both caused by the backfill migration of the approach embankment into the channel. Refer to Element 8290 for related comments and recommended corrective actions. Refer to Photos 04 and 05. NEW. 510/2 Refer to Defect 3220 for deficiencies. 3220/2 CS-2: _The asphalt overlay exhibits parallel longitudinal cracks measuring up to 35ft. L x 1/8in. W along the T-Beams top flange joints. (Total 105 SF) Refer to Photo 06. NEW. NCAR. DECKS : Joints Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 304 / 2 Open Expansion Joint 60.4 100 0 .0 .0 .60.4 ft Element Inspection Notes: 304/2 Note: This element represents the open expansion joints at Abutments 1 and 2. The roadway areas are covered by the asphalt overlay. No deficiencies were noted during this inspection cycle. MISCELLANEOUS : Channel Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 8290 / 2 Channel 0 .0 .0 .1 100 1 (EA) Structure Unit 1 9150 / 2 Bank Erosion 0 .0 .0 .1 100 1 (EA) 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 3 of 43 42100 Element Inspection Notes: 8290/2 Divers conducting the Underwater Inspection. Refer to Photo 07. Refer to Defect 9150 for deficiencies. 9150/2 CS-4: _The channel embankments exhibits erosion throughout with undermining of the natural rock measuring up to full length x 2ft. H x 5ft.-3in. of penetration, and erosion of the embankment with undermining of Abutment 2 cap at west end, measuring up to 14ft. L x 2ft. H x 3ft. -10in. of penetration. The abutment cap is in cantilever condition for approximately 7ft. L at the west end. There is active backfill migration in this area causing settlement of the north approach embankment. Refer to Element 16 for related comments and recommended corrective actions. Refer to Sketches 1 and 2 for areas of undermining and penetration measurements at different locations. (Total 1 ea.) Refer to Photos 08 through 11. NEW. SUBSTRUCTURE : Substructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 215 / 2 Re Conc Abutment 43.4 71.85 3 4.97 0 .14 23.18 60.4 ft Structure Unit 1 1120 / 2 Efflorescence/Rust Staining 0 .3 100 0 .0 .3 ft Structure Unit 1 6000 / 2 Scour 0 .0 .0 .14 100 14 ft Element Inspection Notes: 215/2 Note: This element represents both end bent caps and backwalls. Refer to Defects 1120 and 6000 for deficiencies. 1120/2 CS-2: _Abutment 1 backwall at Bay 1-6 exhibits horizontal crack up to 35in. L x 1/64in. W with efflorescence. (Total 3 ft.) NEW. NCAR. 6000/2 CS-4: _Abutment 2 cap is undermined at the west end up to 14ft. L x 2ft. H x full penetration, being cantilevered in this area, no visible piles are installed under the cap. Refer to Element 8290 for related comments and recommended corrective actions. (Total 14 ft.) Refer back to Photos 07 and 08. NEW. SUPERSTRUCTURE : Bearings Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 316 / 2 Other Bearing 16 100 0 .0 .0 .16 each Element Inspection Notes: 316/2 Note: This element represents the concrete bearing pad supporting the beams over the abutments. No deficiencies were noted during this inspection cycle. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 4 of 43 43101 SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 109 / 2 Pre Opn Conc Girder/Beam 269 96.07 5 1.79 6 2.14 0 .280 ft Structure Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .5 71.43 2 28.57 0 .7 ft Structure Unit 1 1090 / 2 Exposed Rebar 0 .0 .2 100 0 .2 ft Structure Unit 1 1110 / 2 Cracking (PSC)0 .0 .2 100 0 .2 ft Element Inspection Notes: 109/2 Note: This element represents the double-T beam legs, quantified as 8 beams at Span 1. Refer to Sketches 1 and 2 for element identification. Refer to Defects 1080, 1090, and 1110 for deficiencies. 1080/2 CS-3: _T-Beam 1-2, left leg, east face at north end has a spall 6in. L x 6in. H x 2in. D with no exposed rebar. (Total 1 ft.) Refer to Photo 12. NEW. NCAR. _T-Beam 1-3, left leg, west face at north end has a spall 15in. L x 4in. H x 2in. D with no exposed rebar. (Total 1 ft.) NEW. NCAR. CS-2: _T-Beam 1-4, right leg, west lower face at the south end has a delamination up to 3ft. L x 15in. H. (Total 3 ft.) Refer to Photo 13. NEW. _T-Beam 1-3, left leg, west lower face at south end has a delamination 15in. L x 4in. H. (Total 2 ft.) NEW. 1090/2 CS-3: _T-Beam 1-3, right leg, east face at south end has a spall 8in. L x 8in. H x 2-1/2in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. (Total 1 ft.) Refer to Photo 14. NEW. _T-Beam 1-3, right leg, west face at north end has a spall 6in. L x 6in. W x 1in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. (Total 1 ft.) Refer to Photo 15. NEW. 1110/2 CS-3: _T-beam 1-2, right leg, west face at north end has a horizontal crack 15in. L x 1/32in. W with efflorescence next to the bottom edge. (Total 2 ft.) Refer to Photo 16. NEW. NCAR. SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 331 / 2 Re Conc Bridge Railing 27 38.57 29 41.43 14 20 0 .70 ft Structure Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .29 67.44 14 32.56 0 .43 ft Element Inspection Notes: 331/2 Note: This element represent the reinforced concrete rails and posts at both sides of the bridge. Refer to Defect 1080 for deficiencies. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 5 of 43 44102 1080/2 CS-3: _Left top rail, interior bottom edge at south end has a spall up to 10in. L x 4in. H x 2in. D with one exposed corroded rebar having no section loss. (Total 1 ft.) Refer to Photo 17. NEW. _Left railing Post 1-1 at north face exhibits a spall 9in. L x 9in. H x 1in. D with three exposed painted rebars having no section loss. (Total 1 ft.) NEW. NCAR. _Left bottom rail, bottom interior edge has a spall/delamination up to 35in. L x 4in. H x 2in. D with one exposed painted rebar. (Total 1 ft.) NEW. NCAR. _Left top rail, upper interior edge has a spall up to 12in. L x 5in. H x 1in. D with no exposed rebar at 6in. south of Post 1-2. (Total 1 ft.) NEW. NCAR. _Left bottom rail, bottom interior edge, north of Post 1-2 has a spall up to 11in. L x 4in. H x 2in. D with one exposed corroded rebar with no measurable section loss. (Total 1 ft.) Refer to Photo 18. NEW. _Left top rail, top edges between Posts 1-2 and 1-3 has two spalls up to 14in. L x 4in. W x 2in. D, each with one exposed painted rebars. (Total 2 ft.) NEW. NCAR. _Left top rail north of Post 1-3 has a spall up to 9in. L x 4in. W x 2in. D with one exposed painted rebar. (Total 1 ft.) NEW. NCAR. _Right railing Post 1-1 at west face has a spall/delamination up to 22in. L x 13in. W x 1in. D with one exposed painted rebar. (Total 2 ft.) NEW. NCAR. _Right bottom rail, south of Post 1-2 has a spall/delamination 12in. L x 4in. W x 1in. D with no exposed rebar. (Total 1 ft.) NEW. NCAR. _Right bottom rail, top exterior edge between Posts 1-2 and 1-3 has a spall 18in. L x 5in. W x 2in. D with one expose painted rebar. (Total 2 ft.) NEW. NCAR. _Right top and bottom rails, lower edges at north end have spalls up to 8in. L x 5in. W x 1in. D, each with one exposed painted rebar. (Total 1 ft.) NEW. NCAR. CS-2: _Right top and bottom rails, lower edges exhibit intermittent delaminations throughout. (Total 29 ft.) Refer to Photo 19. NEW. NCAR. Total Number of Elements*: 7 *excluding defects/protective systems 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 6 of 43 45103 Inspector Recommendations UNIT: Structure Unit 1 DECKS ELEMENT/ENV:16 / 2 Re Conc Top Flange ELEM CATEGORY:Decks/Slabs CONDITION STATE PRIORITY MMS Quantity: 90 sf Element Estimated Quantity: 90 sq.ft1 2 Backfill and stabilize the north approach embankment. Photos 04 and 05 WORK ORDER RECOMMENDATION: MMS Quantity: 2 sf Element Estimated Quantity: 2 sq.ft1 3 Remove large trees growing at the SE and NE corners of the bridge. Photo 03 WORK ORDER RECOMMENDATION: UNIT: Structure Unit 1 MISCELLANEOUS ELEMENT/ENV:8290:9150 / 2 Bank Erosion ELEM CATEGORY:Channel CONDITION STATE PRIORITY MMS Quantity: 40 mh Element Estimated Quantity: 1 (EA)4 2 Backfill and stabilize the undermining of channel embankments and abutment caps. Photos 08 thru 11 WORK ORDER RECOMMENDATION: MMS Quantity: 80 mh Element Estimated Quantity: 1 (EA)4 2 Construct new abutment slope protections. Photos 08 thru 11 WORK ORDER RECOMMENDATION: UNIT: Structure Unit 1 SUBSTRUCTURE ELEMENT/ENV:215:6000 / 2 Scour ELEM CATEGORY:Substructure CONDITION STATE PRIORITY MMS Quantity: 8 mh Element Estimated Quantity: 14 ft4 2 Reinforce and provide bearing to Abutment 2 cap at west end. Photos 08 and 09 WORK ORDER RECOMMENDATION: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 7 of 43 46104 Inspector Recommendations UNIT: Structure Unit 1 SUPERSTRUCTURE ELEMENT/ENV:109:1080 / 2 Delamination/Spall/Patched Area ELEM CATEGORY:Superstructure CONDITION STATE PRIORITY MMS Quantity: 4 mh Element Estimated Quantity: 5 ft2 , 3 3 Repair delaminations at south ends of T-Beam 1-4, right leg and T-Beam 1-3, left leg. Photo 13 WORK ORDER RECOMMENDATION: ELEMENT/ENV:109:1090 / 2 Exposed Rebar ELEM CATEGORY:Superstructure CONDITION STATE PRIORITY MMS Quantity: 2 mh Element Estimated Quantity: 2 ft3 3 Clean and coat exposed rebars at south and north ends of T-Beam 1-3, right leg. Photos 14 and 15 WORK ORDER RECOMMENDATION: ELEMENT/ENV:331:1080 / 2 Delamination/Spall/Patched Area ELEM CATEGORY:Superstructure CONDITION STATE PRIORITY MMS Quantity: 1 lf Element Estimated Quantity: 1 ft2 , 3 3 Clean and coat exposed rebar at left bottom rail, north of Post 1-2. Photo 18 WORK ORDER RECOMMENDATION: MMS Quantity: 1 lf Element Estimated Quantity: 1 ft2 , 3 3 Clean and coat exposed rebar at south end of left top rail, interior bottom edge. Photo 17 WORK ORDER RECOMMENDATION: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 8 of 43 47105 Structure Notes Bridge entered 11/13/2023 10:41:54 AM by userid KNMEIRA BRIDGE OWNER: CITY OF SOUTH MIAMI The Bridge Structural Plans are unavailable and the year of construction is unknown. It is assumed that the bridge was built in the late 50's early 60's. The inventory photos were updated on 10/06/2023. TRAFFIC RESTRICTION: A new load rating analysis is under execution. The structure is not posted. REVIEWED BY: 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 9 of 43 48106 INSPECTION NOTES: LMCK 10/6/2023 Sufficiency Rating Calculation Accepted by knmeira at 11/14/2023 11:28:07 AM This Initial Inspection was conducted to evaluate the overall structural condition of the bridge. The traffic over the bridge is restricted to the right lane due to the condition of the substructure at the NW corner of the bridge. (10/06/2023) The Superstructure NBI Rating was coded 6 due to isolated minor concrete damage with exposure of the reinforcement. (10/06/2023) The Substructure NBI Rating was coded 3 due to considerable undermining and loss of bearing area of the abutment caps, starting to affect the stability of the structure. (10/06/2023) The Channel NBI Rating was coded 3 (Protection Undermined) due to extensive erosion of the natural rock embankments with associated undermining of the Abutment 2 cap. (10/06/2023) The Waterway Adequacy was coded 5 due to potential overtopping of the bridge approaches during a storm surge. (10/06/2023) LOAD CAPACITY EVALUATION: A new load rating analysis for this structure is in the approval phase with no weight limit recommended. Load Rating data have been updated in BRM. This only applies to this inspection dated 10/06/2023 per Erick Cuervo Guilarte, P.E. The Inspection Frequency is set to 6Mo Cycle due to NBI Rating 3 for Item 60 Substructure and Item 61 Channel. (10/06/2023) The following elements were inspected underwater by the divers: 8290 Channel 215 Re Conc Abutment LEGEND: NCAR: NO CORRECTIVE ACTION RECOMMENDED MC: Moment Connection RT: Right LT: Left L: Long W: Wide H: High D: Deep S.L.: Section Loss in.: Inches ft.: Feet LF: Linear Feet SF: Square Feet NE: Northeast NW: Northwest SE: Southeast SW: Southwest 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 10 of 43 49107 Photo 01 Element/Env 16/2: Re Conc Top Flange Traffic Lane 1 is closed to traffic at the time of 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. REPORT ID: INSP005 PRINTED: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 11 of 43 50108 Photo 02 Element/Env 16/2: Re Conc Top Flange There is debris accumulation along the bridge shoulders. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 12 of 43 51109 Photo 03 Element/Env 16/2: Re Conc Top Flange There is overgrown vegetation encroaching the deck, sidewalk and bridge rail at SE and NE corners of the bridge. WORK ORDER RECOMMENDATION: Remove large trees growing at the SE and NE corners of the bridge. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 13 of 43 52110 Photo 04 Element/Env 16/2: Re Conc Top Flange North approach roadway has an area of settlement measuring up to full width x 35in. W x 1-1/2in. D with associated cracks in the asphalt caused by the backfill migration of the approach embankment into the channel. WORK ORDER RECOMMENDATION: Backfill and stabilize the north approach embankment. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 14 of 43 53111 Photo 05 Element/Env 16/2: Re Conc Top Flange The NE approach soil has an area of erosion measuring up to 7ft. L x 6ft. W x 10in. H., caused by the backfill migration of the approach embankment into the channel. WORK ORDER RECOMMENDATION: Backfill and stabilize the north approach embankment. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 15 of 43 54112 Photo 06 Element/Env 16/510/2: Re Conc Top Flange/ Wearing Surfaces The asphalt overlay exhibits parallel longitudinal cracks measuring up to 35ft. L x 1/8in. W along the T-Beams top flange joints. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 16 of 43 55113 Photo 07 Element/Env 8290/2: Channel Divers conducting the Underwater 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. REPORT ID: INSP005 PRINTED: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 17 of 43 56114 Photo 08 Element/Env 8290/2: Channel and 215/2: Re Conc Abutment The channel embankments exhibits erosion throughout with undermining of the natural rock and abutment caps measuring up to full length x 2ft. H x 5ft.-3in. of penetration. Shown Abutment 2, west end. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Reinforce and provide bearing to Abutment 2 cap at west end. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 18 of 43 57115 Photo 09 Element/Env 8290/2: Channel and 215/2: Re Conc Abutment View of cantilevered section of Abutment 2 cap due to undermining. No piles installed to support the cap. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Reinforce and provide bearing to Abutment 2 cap at west end. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 19 of 43 58116 Photo 10 Element/Env 8290/2: Channel Area of undermining at centerline of the south embankment. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 20 of 43 59117 Photo 11 Element/Env 8290/2: Channel Area of undermining at centerline of the north embankment. WORK ORDER RECOMMENDATION: _Backfill and stabilize the undermining of channel embankments and abutment caps. _Construct new abutment slope protections. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 21 of 43 60118 Photo 12 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-2, left leg, east face at north end has a spall 6in. L x 6in. H x 2in. D with no exposed rebar. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 22 of 43 61119 Photo 13 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-4, right leg, west lower face at the south end has a delamination up to 3ft. L x 15in. H. WORK ORDER RECOMMENDATION: Repair delaminations at south ends of T-Beam 1-4, right leg and T-Beam 1-3, left leg. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 23 of 43 62120 Photo 14 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-3, right leg, east face at south end has a spall 8in. L x 8in. H x 2-1/2in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. WORK ORDER RECOMMENDATION: Clean and coat exposed rebars at south and north ends of T-Beam 1-3, right leg. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 24 of 43 63121 Photo 15 Element/Env 109/2: Pre Opn Conc Girder/Beam T-Beam 1-3, right leg, west face at north end has a spall 6in. L x 6in. W x 1in. D with one exposed rebar with heavy corrosion having up to 70% section remaining. WORK ORDER RECOMMENDATION: Clean and coat exposed rebars at south and north ends of T-Beam 1-3, right leg. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 25 of 43 64122 Photo 16 Element/Env 109/2: Pre Opn Conc Girder/Beam T-beam 1-2, right leg, west face at north end has a horizontal crack 15in. L x 1/32in. W with efflorescence next to the bottom edge. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 26 of 43 65123 Photo 17 Element/Env 331/2: Re. Conc Bridge Railing Left top rail, interior bottom edge at south end has a spall up to 10in. L x 4in. H x 2in. D with one exposed corroded rebar having no section loss. WORK ORDER RECOMMENDATION: Clean and coat exposed rebar at south end of left top rail, interior bottom edge. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 27 of 43 66124 Photo 18 Element/Env 331/2: Re. Conc Bridge Railing Left bottom rail, bottom interior edge, north of Post 1-2 has a spall up to 11in. L x 4in. H x 2in. D with one exposed corroded rebar with no measurable section loss WORK ORDER RECOMMENDATION: Clean and coat exposed rebar at left bottom rail, north of Post 1-2. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 28 of 43 67125 Photo 19 Element/Env 331/2: Re. Conc Bridge Railing Right top and bottom rails, lower edges exhibit intermittent delaminations throughout. WORK ORDER RECOMMENDATION: None. 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 29 of 43 68126 Channel Looking West 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 30 of 43 69127 Channel Looking East 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: 11/15/2023 DISTRICT: D6 - Miami Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) (INITIAL INSPECTION REPORT) INSPECTION DATE: 10/6/2023 LMCK Inspection Page 31 of 43 70128 Page 32 of 43 71129 35'-0" (OVERALL BRIDGE LENGTH) NORTH·• J: h a i lJ.J "' a cc co __, __, <>: 0:: lJ.J ::,. 2. "' __, , <>: Os: _, lJ.J 1/)Q vi J: h a i lJ.J "' a cc co >-<>: s: a <>: 0 ~ ~ I c:, "' "' __, , <>: O s: -' lJ.J Li) a vi South~ Abutment South --- Concrete Cap APPROXIMATE - LINE OF UNDERMINING B 6 ' ) i ·, I ----\ I I / '- \ ' _. I I ~2.i I '- I / I ( I (lJ E -.,,_ -0 (lJ • ::, co 0 0 I;;;,: (lJ E -"'"' -0 (lJ • ::, co 0 0 I;;;,: Q h (lJ E -"'"' -0 (lJ • ::, co 0 0 I;;;,: Q h -"'"' -0 (lJ • ::, co 0 0 I;;;,: Qh Concrete Barrier BRIDGE 875400 -DECK PLAN VIEW PORTION OF CONCRETE ~ ~ North Abutment / \ "l:<JI CAP IN CANTILEVER ,------7 "'; I l I I ~-"-----Double T-Beam 1 Leg J 1 I ~ Double T-Beam 1 Leg ~ > ./ I / L _ - - -..___ Double T-Beam 2 Leg 1 I .. ~ Double T-Beam 2 Leg 2 ' I I ,,.,--Jo i nt between Double T-Beams ~ ~ / I ~Double T-Beam 3 Leg 1 . .,, . _. . .....-• -• '°"~ I I · ~,Approximate Face ' I of Natural Rock at '- South Abutment ....... ·, \ ) ------Double T -Beam 3 Leg 2 I I ---~ Double T-Beam 4 Leg 1 I ' Approximate Face .' of Natural Rock at ~ I North Abutment I / ._____ Double T-Beam 4 Leg 2 '\ I I I I I I I I I ,;,, I { ) / I --{_J I \ I i,,' APPR OX/MATE NE OF RMINING LI UNDE ~ Co North ncrete Cap B 6 South -ii 8-6 I Abutment i"----~~---'• \ I I / "l:<JI ' I " " 11 -0 Ii North e-----~~------'~butment BRIDGE 875400 -STRUCTURE PLAN VIEW MARLIN BRIIDGE 875400 -SKETCH ENGINEERING 6840 NW . 77th Court, Miami , Forida 33 166 IINIITIIAL IINS PE CTIION (305 ) 477-7575 •C.A . No . 6104 Inspection Date: 10 /06/2023 SHEET 01 OF 02 Page 33 of 43 72130 c:- ROADWAY\ C: ' ~ m CONCRETE _/ 5'-0" SIDEWALK D D 6 I ,,. - 20'-2" (ROADWAY BRIDGE WIDTH) r ASPHALT OVERLAY SECTION A-A 35'-0" (OVERALL BRIDGE LENGTH) - ' ~ Double T-Beam / 5 '-0" SIDEWALK D 1I-f' DOUBLE T BEAM LEG ~ ID. NUMBER -□ 0 /ROADWAY I fl CONCRETE ~~EARING PAD 6 ~~ CONCRETE I ,,. \ CAP ~Face of Face of __,/ > I ~ CAP Natural Rock ~1 ·----. Natural Rock '. APPROXIMATE at South at North .-·-'\ LINE OF lJ.J - • ...,_ Abutment Abutment V./ \_ APPROXIMATE UNDERMINING f-. • ;_ \ LINE OF ., . .1 -a ' D,m . A UNDERMINING ~ , D,m. A ----·-♦---·-·-·-·-· ~ °' (see table) see table B'-6" 11'-0" SECTION 8-8 UNDERMINING Dim. A Double South North T-Beam Leg Abutment Abutment ID. Number 1-1 5'-0" 3'-10" 1-2 4'-5" 3'-2 11 2-1 5 1-311 3'-0 11 2-2 2'-411 2 1-811 3-1 5'-2" 0'-0" 3-2 4'-5" 4'-2" 4-1 3'-6" 5'-3" -- 4-2 4'-8" 3'-9" MARLIN BRIIDGE 875400 -SKETCH ENGINEERING 6840 NW . 77th Court, Miami , Forida 33166 (305) 477-7575 •C.A. No. 6104 IINIITIIAL IINS PE CTIION I I lJ.J f-. so: :.: . -o "< I ~°' Cl.. Cl.. so: Inspection Date: 10/06/2023 SHEET 02 OF 02 F. F I E L D P R E P A R A T I O N and C H E C K L I S T Structure ID: 875400 Inspection Date: 10/06/2023 Underwater: 10/06/2023 A. Tools and Equipment Full Size Cargo Van: Yes: X No: Pick-up Truck: Yes: No: X Automobile: Yes: No: X Camera: Yes: X No: Video: Yes: No: X NDT Equipment: Yes: No: X NDT Type: N/A Binoculars: Yes: No: X Diving Performed: Yes: X No: Max Depth: 7.8 ft. Current: None Dive Mode: SCUBA Hand Tools: 1. Standard Inspection Tools 2. Chipping Hammer 3. Inspection Hand Tools 4. Flashlight 5. Folding Rulers Other: B. Services Flag Crew: N/A Snooper: N/A Electrician: N/A Other: C. Scheduling (Brief Explanation) Routine Inspection, no special scheduling needed. Man Hours: 0hrs. Dive Time: 2 hrs Travel Time: 1 hrs Office Time: 4 hr D. Site Conditions Boat Needed: NO Type of Boat: N/A Location of Boat Ramp: N/A Lengthy Travel Required: YES Difficult Access: NO Water Obviously Polluted: NO Water quality is fair: YES Strong Water Current: YES Other: N/A E. UNDERWATER ELEMENTS INSPECTED: • 8290 Channel – 1 ea. • 215 Re Conc Abutment – 60.4 ft. Page 34 of 43 73131 Bridge No. Location Description Level Vehicle Weight Member Type Limit DC LL LLDF RF RATING Inventory HL93 36 Strength, Shear 1.25/0.90 1.75 1.00 0.50 18.0 Operating HL93 36 Strength, Moment 1.25/0.90 1.35 1.00 0.95 34.2 Permit FL120 60 Strength, Shear 1.25/0.90 1.35 1.00 0.36 21.6 Permit Max Span FL120 60 Strength, Shear 1.25/0.90 1.35 1.00 0.36 21.6 SU2 17 Strength, Moment 1.25/0.90 1.35 1.00 1.98 33.7 SU3 33 Strength, Moment 1.25/0.90 1.35 1.00 1.07 35.3 SU4 35 Strength, Moment 1.25/0.90 1.35 1.00 1.00 35.0 C3 28 Strength, Moment 1.25/0.90 1.35 1.00 1.84 51.5 C4 36.7 Strength, Moment 1.25/0.90 1.35 1.00 1.28 46.9 C5 40 Strength, Moment 1.25/0.90 1.35 1.00 1.26 50.4 ST5 40 Strength, Moment 1.25/0.90 1.35 1.00 1.34 53.6 EV2 28.75 Strength, Moment 1.25/0.90 1.30 1.00 1.36 39.1 EV3 43 Strength, Shear 1.25/0.90 1.30 1.00 0.69 29.7 Date:11/07/23 Date:11/08/23 This 01-01-2022 summary follows the FDOT Bridge Load Rating Manual (BLRM), and the FDOT BMS Coding Guide. 99 99 No NA Update Segmental Bridge? Plans Status Project No. & Reason 99 (tons) No fdot.gov/maintenance/LoadRating.shtm*Recommended SU Posting levels for Florida SU trucks adequately restricts AASHTO SU trucks; see BLRM Chapter 7. Owner Location Neither interstate traffic nor within 1 mile reasonable access to an interstate 01 State Highway Agency No. EV posting is not recommended. The FAST Act does not apply Prestressed Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.7*L Double-T No.2, Interior, 0.7*L Double-T No.2, Interior, 0.5*L Prestressed Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.5*LPrestressed Prestressed Rating Type Rating Type LRFR-LRFD Prestressed PrestressedLegal Prestressed Double-T No.2, Interior, 0.7*L Governing Location Double-T No.2, Interior, 0.5*LPrestressed Prestressed Emergency Vehicle (EV) Original Design Load Rating Type, Analysis Prestressed Yoshiel Franco Checked by:Roberto Rubio, PE. Unknown (describe) Prestressed 33.0% LRFR-LRFDAnalysis Method:875400 Rating Factor RF (tons) Span No. - Girder No., Interior/Exterior, %Span Length FDOT Bridge Load Rating Summary Form (Page 1 of 1) Gross Axle Weight (tons) Dead Load Factor Live Load Factor Live Load Distrib. Factor (axles) Moment/Shear/Service SW 63rd Court over Canal Prestressed Double-Tee Beam 1 Span: 35 feet Prestressed Prestressed Minimum Span Length 35.0 NA (use field measurements) EV Posting (tons) At/Above legal loads. Posting Not Required. (feet) Recommended Posting Recommended SU Posting Recommended C Posting Recommended ST5 Posting Floor Beam Present? (tons) Distribution Method Others Impact Factor FL120 Gov. Span Length (feet)35.0 (axle loading) Double-T No.2, Interior, 0.5*L Double-T No.2, Interior, 0.7*L Double-T No.2, Interior, 0.5*L Performed by: Comments: Original Design Load - original bridge plans are not available and the year built is unknown. It is assumed that the bridge was built in the late 50's early 60's. Distribution Method - Lever Rule. Page 3 The official record of this package has been electronically signed and seale s required by Rule 61G15-23.004, F.A.C.. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. Page 35 of 43 74132 Roadway Identification Roadway Traffic and Accidents NBI Structure No (8):875400 Medians: 1Lanes (28): 2 Speed: 20 mph Position/Prefix (5):1 - Route On Structure ADT Class: Kind Hwy (Rte Prefix):5 City Street Recent ADT (29):Year (30): 20210 Design Level of Service:1 Mainline Future ADT (114):Year (115): 20420 Route Number/Suffix:0 / 0 N/A (NBI)Truck % ADT (109):0 Feature Intersect (6):Twin Lake Canal Detour Length (19):1 mi Critical Facility:Not Defense-crit Detour Speed:30 mph Facility Carried (7):SW 63rd CT Accident Count:Rate: 0 Mile Point (11):0 Latitude (16):Long (17): 080d17'49.3"025d42'47.0" Roadway Classification Roadway Clearances Nat. Hwy Sys (104):0 Not on NHS Vertical (10):99 ft Appr. Road (32): 20.17 ft National base Net (12):0 - Not on Base Network Horiz. (47):28.17 ft Roadway (51): 20.17 ft LRS Inventory Rte (13a):Sub Rte (13b): 0087 000 000 Truck Network (110):0 Not part of natl netwo Functional Class (26):19 Urban Local Toll Facility (20):3 On free road Federal Aid System:OFF Fed. Lands Hwy (105):0 N/A (NBI) Defense Hwy (100):0 Not a STRAHNET hwy School Bus Route: Direction of Traffic (102):2 2-way traffic Transit Route: Emergency: NBI Project Data Proposed Work (075A):Improvement Cost (094): Work To Be Done By (075B):Unknown (NBI)Roadway Improvement Cost (095): Improvement Length (076):0 ft Total Cost (096): Year of Estimate (097): NBI Rating Channel (61):3 Bank Prot Failed Culvert (62):N N/A (NBI) Deck (58):7 Good Waterway (71):5 Above Tolerable Superstructure (59):6 Satisfactory Unrepaired Spalls: Substructure (60):3 Serious Review Required:X Description Structure Unit Identification Bridge/Unit Key:875400 1 Structure Name: Description:New Structure Unit Type:M - Main 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 36 of 43 75133 Structure Identification Geometrics Admin Area:Miami-Dade Spans in Main Unit (45):1 District (2):D6 - Miami Approach Spans (46):0 County (3):(87)Miami-Dade Length of Max Span (48):35 ft Place Code (4):South Miami Structure Length (49):35 ft Location (9):0.35 Mi. S/O SW 56th St Total Length:35 ft Border Br St/Reg (98):Not Applicable (P) Share: %Deck Area:1055.95 sqft Border Struct No (99):N/A Structure Flared (35):0 No flare FIPS State/Region (1):Region 4-Atlanta12 Florida NBIS Bridge Len (112):Y - Meets NBI Length Age and Service Parallel Structure (101):No || bridge exists Year Built (27):1960 Temp. Structure (103):Not Applicable (P)Year Reconstructed (106): Maint. Resp. (21):4 City/Municipal Hwy Agy Type of Service On (42a):1 Highway Owner (22):4 City/Municipal Hwy Agy Under (42b):5 Waterway Historic Signif. (37):5 Not eligible for NRHP Fracture Critical Details:No FC Details Structure Type and Material Deck Type and Material Curb/Sidewalk (50):Right: 5 ftLeft: 5 ft Deck Width (52):30.17 ft Bridge Median (33):0 No median Skew (34):0 deg Main Span Material (43A):5 Prestressed Concrete Deck Type (107):9 Other Appr Span Material (44A):Not Applicable (P)Surface (108):6 Bituminous Main Span Design (43B):04 Tee Beam Membrane:0 None Appr Span Design (44B):Not Applicable (P)Deck Protection:8 Unknown Appraisal Structure Appraisal Navigation Data Open/Posted/Closed (41):A Open, no restriction Navigation Control (38):Permit Not Required Deck Geometry (68):5 Above Tolerable Nav Vertical Clr (39):6.3 ft Underclearances (69):N Not applicable (NBI)Nav Horizontal Clr (40):0 ft Approach Alignment (72):7-No Accel/Reduce Curve Min Vert Lift Clr (116):0 ft Bridge Railings (36a):0 Substandard Pier Protection (111):5 None, Re-Evaluate Transitions (36b):0 Substandard NBI Condition Rating Approach Guardrail (36c):0 Substandard Sufficiency Rating:* 51 Approach Guardrail Ends (36d):0 Substandard Health Index:93.06 Scour Critical (113):U Unknown Foundation Structural Eval (67):3 Intolerable - Correct Deficiency:Structurally Deficient Minimum Vertical Clearance Minimum Lateral Underclearance Over Structure (53):99 ft Reference (55a):N Feature not hwy or RR Under (reference) (54a):N Feature not hwy or RR Right Side (55b):0 ft Under (54b):0 ft Left Side (56):0 ft Schedule Current Inspection Next Inspection Date Scheduled Inspection Date:10/06/2023 NBI:10/06/2025 Inspector:KNMEIKN - Kevin Noriega Element:04/06/2024 Bridge Group:CA611 Fracture Critical: Alt. Bridge Group:Underwater:04/06/2024 Primary Type:Regular NBI Other/Special:04/06/2024 Review Required:X Inventory Photo Update Due:10/06/2033 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 37 of 43 76134 Schedule Cont. Inspection Types Performed X NBI XElement Fracture Critical XUnderwater XOther Special Inspection Intervals Required (92)Frequency (92)Last Date (93)Inspection Resources Crew Hours:Fracture Critical 4mos 6 10/06/2023 Flagger Hours: Underwater X 0mos 6 10/06/2023 Helper Hours:0mos 24 10/06/2023 Snooper Hours: NBI 0mos (91) Other Special X (90) Bridge Related Special Crew Hours:0 Special Equip Hours:0 General Bridge Information Parallel Bridge Seq: Bridge Rail 1:Concrete post & beam Channel Depth:7.8 ft Bridge Rail 2:Not applicable-No rail Radio Frequency: Electrical Devices:No electric service Phone Number: Culvert Type:Not applicable Exception Date:Maintenance Yard:Not FDOT Maintained Exception Type:FIHS ON / OFF:No Routes on FIHS Accepted By Maint:Previous Structure: Warranty Expiration:00/00/0000 2nd Previous Structure: Performance Rating:Poor Replacement Structure: Power Water Gas Fiber Optic Sewage OtherPermitted Utilities: Bridge Load Rating Information Inventory Type (065):3 LRFR Load & Res. Fact Inventory Rating (066):18.0 tons Operating Type (063):3 LRFR Load & Res. Fact Operating Rating (064):34.2 tons Original Design Load (031):HL 93 FL120 Permit Rating:21.6 tons Date:09/11/2023 HS20/FL120 Max Span Rating:21.6 tons Initials:ECG Dynamic Impact in Percent:33 % Load Rating Rev. Recom.:Yes Governing Span Length:35.0 ft Load Rating Plans Status:Field Measurements Minimum Span Length:35.0 ft Distribution Method:Others Load Rating Notes: LEGAL LOADS POSTING SU2:33.7 tons Recom. SU Posting:99 tons SU3:35.3 tons Recom. C Posting:99 tons SU4:35.0 tons Recom. ST5 Posting:99 tons C3:51.5 tons Actual SU Posting:99 tons C4:46.9 tons Actual C Posting:99 tons C5:50.4 tons Actual ST5 Posting:99 tons ST5:53.6 tons Actual Blanket Posting:99 tons Posting (070):5 At/Above Legal Loads Emergency Vehicle: Open/Posted/Closed (041):A Open, no restriction FLOOR BEAM (FB)FB Present: No SEGMENTAL (SEG) FB Span Length, Gov:SEG Wing-Span:-1.0 ft FB Spacing, Gov:SEG Web-to-Web Span:-1.0 ft FB OPR Rating:SEG Transverse HL93 Operating:-1.00 RF FB SU4 OPR Rating: FB FL120 Rating: Bridge Scour and Storm Information Pile Driving Record: Scour Recommended I: Foundation Type: Scour Recommended II: Mode of Flow: Scour Recommended III: Rating Scour Eval: Scour Elevation: Highest Scour Eval:Action Elevation: Scour Evaluation Method: Storm Frequency: 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 38 of 43 77135 Elements Inspection Date: 10/06/2023 LMCK DECKS : Decks/Slabs Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 16 / 2 Re Conc Top Flange 1055.95 100 0 .0 .0 .1055.95 sq.ft Structur e Unit 1 510 / 2 Wearing Surfaces 600.95 85.13 105 14.87 0 .0 .705.95 sq.ft Structur e Unit 1 3220 / 2 Crack (Wearing Surface)0 .105 100 0 .0 .105 sq.ft DECKS : Joints Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 304 / 2 Open Expansion Joint 60.4 100 0 .0 .0 .60.4 ft MISCELLANEOUS : Channel Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 8290 / 2 Channel 0 .0 .0 .1 100 1 (EA) Structur e Unit 1 9150 / 2 Bank Erosion 0 .0 .0 .1 100 1 (EA) SUBSTRUCTURE : Substructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 215 / 2 Re Conc Abutment 43.4 71.85 3 4.97 0 .14 23.18 60.4 ft Structur e Unit 1 1120 / 2 Efflorescence/Rust Staining 0 .3 100 0 .0 .3 ft Structur e Unit 1 6000 / 2 Scour 0 .0 .0 .14 100 14 ft SUPERSTRUCTURE : Bearings Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 316 / 2 Other Bearing 16 100 0 .0 .0 .16 each SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 109 / 2 Pre Opn Conc Girder/Beam 269 96.07 5 1.79 6 2.14 0 .280 ft Structur e Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .5 71.43 2 28.57 0 .7 ft Structur e Unit 1 1090 / 2 Exposed Rebar 0 .0 .2 100 0 .2 ft Structur e Unit 1 1110 / 2 Cracking (PSC)0 .0 .2 100 0 .2 ft SUPERSTRUCTURE : Superstructure Str Unit Elem/Env Description Qty1 %1 Qty2 %2 Qty3 %3 Qty4 %4 T Qty Structure Unit 1 331 / 2 Re Conc Bridge Railing 27 38.57 29 41.43 14 20 0 .70 ft Structur e Unit 1 1080 / 2 Delamination/Spall/Patched Area 0 .29 67.44 14 32.56 0 .43 ft Total Number of Elements*: 7 *excluding defects/protective systems 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 39 of 43 78136 Inspection Information Inspection Date:10/06/2023 Type:Regular NBI Inspector:KNMEIKN - Kevin Noriega Inspection Notes:Sufficiency Rating Calculation Accepted by knmeira at 11/14/2023 11:28:07 AM This Initial Inspection was conducted to evaluate the overall structural condition of the bridge. The traffic over the bridge is restricted to the right lane due to the condition of the substructure at the NW corner of the bridge. (10/06/2023) The Superstructure NBI Rating was coded 6 due to isolated minor concrete damage with exposure of the reinforcement. (10/06/2023) The Substructure NBI Rating was coded 3 due to considerable undermining and loss of bearing area of the abutment caps, starting to affect the stability of the structure. (10/06/2023) The Channel NBI Rating was coded 3 (Protection Undermined) due to extensive erosion of the natural rock embankments with associated undermining of the Abutment 2 cap. (10/06/2023) The Waterway Adequacy was coded 5 due to potential overtopping of the bridge approaches during a storm surge. (10/06/2023) LOAD CAPACITY EVALUATION: A new load rating analysis for this structure is in the approval phase with no weight limit recommended. Load Rating data have been updated in BRM. This only applies to this inspection dated 10/06/2023 per Erick Cuervo Guilarte, P.E. The Inspection Frequency is set to 6Mo Cycle due to NBI Rating 3 for Item 60 Substructure and Item 61 Channel. (10/06/2023) The following elements were inspected underwater by the divers: 8290 Channel 215 Re Conc Abutment LEGEND: NCAR: NO CORRECTIVE ACTION RECOMMENDED MC: Moment Connection RT: Right LT: Left L: Long W: Wide H: High D: Deep S.L.: Section Loss in.: Inches ft.: Feet LF: Linear Feet SF: Square Feet NE: Northeast NW: Northwest SE: Southeast SW: Southwest 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 40 of 43 79137 Structure Notes Bridge entered 11/13/2023 10:41:54 AM by userid KNMEIRA BRIDGE OWNER: CITY OF SOUTH MIAMI The Bridge Structural Plans are unavailable and the year of construction is unknown. It is assumed that the bridge was built in the late 50's early 60's. The inventory photos were updated on 10/06/2023. TRAFFIC RESTRICTION: A new load rating analysis is under execution. The structure is not posted. REVIEWED BY: Schedule Notes 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 Structure ID: 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM DATE PRINTED: 11/15/2023 Inspection/CIDR/Bridge Profile Report with PDF attachment(s) CIDR Page 41 of 43 80138 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 Structure ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) Bridge Profile DATE PRINTED: 11/15/2023 1:52:57 PM Page 42 of 43 81139 Left Profile by Inspection -5 g :E -10 0, "ci :i:: -15 1.5 2 Bent Number L ---10/06/2023 Right Profile by Inspection -5 g :E -10 0, "ci :i:: -15 1.5 2 Bent Number 1 ---10/06/2023 Profile Data - Numerical Summary Bent #Left Height Right Height (All Heights are in Feet) Inspection Date and Key: 10/6/2023 LMCK 1 5.20 4.00 1.5 15.40 17.20 2 9.90 3.40 Air Temp: 86 Profile Notes: Channel measurements taken from the top of concrete rails Waterline measured at midchannel: Left = 9.3 ft. Right = 9.4 ft. Maximum Channel Depth = 7.8 ft. 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 Structure ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM Inspection/CIDR/Bridge Profile Report with PDF attachment(s) Bridge Profile DATE PRINTED: 11/15/2023 1:52:57 PM Page 43 of 43 82140 Bridge ID REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 1 of 14 83141 West Elevation REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 2 of 14 84142 South Approach Looking North REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 3 of 14 85143 South Approach Looking South REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 4 of 14 86144 North Approach Looking South REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 5 of 14 87145 North Approach Looking North REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 6 of 14 88146 Deck Top Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 7 of 14 89147 Typical Bridge Rail REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 8 of 14 90148 Deck Underside Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 9 of 14 91149 Abutment 1 Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 10 of 14 92150 Abutment 2 Overview REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 11 of 14 93151 Typical Concrete Bearing REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 12 of 14 94152 Channel Looking West REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 13 of 14 95153 Channel Looking East REPORT ID : INVT017 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. PRINTED: 11/14/2023 BRIDGE ID : 875400 FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE MANAGEMENT SYSTEM STRUCTURE LEVEL INVENTORY REPORT Structure Inventory Photo Due Date : 10/06/2033 Page 14 of 14 96154