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<-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