HomeMy WebLinkAboutResolution 2026-340752026-34075
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER AND CITY CLERK TO EXECUTE THE FOLLOWING AGREEMENTS
AS PART OF THE FDOT'S STATE ROAD 907/ALTON ROAD
RECONSTRUCTION PROJECT (FPID 429193-1-52-01), FROM MICHIGAN
AVENUE TO 43RD STREET (ED SULLIVAN DRIVE): (1) A LOCALLY FUNDED
AGREEMENT ("LFA") FOR THE CONSTRUCTION OF A PEDESTRIAN AND
BICYCLE SHARED -USE PATH ALONG THE EAST SIDE OF ALTON ROAD,
FROM MICHIGAN AVENUE TO CHASE AVENUE, ABUTTING THE MIAMI
BEACH GOLF COURSE, INCLUDING MODIFICATIONS TO THE GOLF
COURSE IRRIGATION SYSTEM AND ADJACENT PARKING LOT
CONFIGURATION, FOR A TOTAL ESTIMATED CONSTRUCTION COST OF
$1,400,000.00; AND (2) A UTILITY WORK BY HIGHWAY CONTRACTOR
AGREEMENT ("UWHCA") FOR THE REPLACEMENT AND UPGRADES OF
THE CITY -OWNED WATER AND SEWER SYSTEMS ALONG ALTON ROAD,
FROM MICHIGAN AVENUE TO CHASE AVENUE, WITH AN INITIAL
ESTIMATED CONSTRUCTION COST OF $19,817,695.00; AND FURTHER,
AUTHORIZING THE CITY TO DEPOSIT THE TOTAL AMOUNT DUE UNDER
SAID AGREEMENTS ($21,217,695.00), ON OR BEFORE MARCH 2, 2026, IN
ACCORDANCE WITH THE PREVIOUSLY APPROVED THREE PARTY
ESCROW AGREEMENT.
WHEREAS, on October 26, 2022, the Mayor and City Commission (City Commission)
adopted Resolution No. 2022-32358, approving, in substantial form, a Memorandum of
Agreement (MOA) between the City and the Florida Department of Transportation (FDOT),
memorializing the parties' commitment related to FDOT's undertaking to design and construct
certain City -owned utility and transportation facilities along FDOT's State Road 907/Alton Road,
from Michigan Avenue to 43rd Street (FPID# 429193-1), as part of the reconstruction of the FDOT
Alton Road Project; and further authorized the City Manager and City Clerk to execute the MOA;
and
WHEREAS, the Michigan Avenue to 43rd Street Project (the "Alton Road Project 1"), as
originally proposed, encompassed roadway improvements and maintenance, included
enhancements to the drainage system, installation of new pump stations, pavement and sidewalk
reconstruction, upgraded signalization, landscaping, and new pavement markings; and
WHEREAS, to capitalize on the scope of the proposed project,
the City requested additional enhancements, such as the incorporation of pedestrian facilities,
implementation of two-way bicycle lanes, deployment of an Intelligent Transportation System
(ITS), and the design, construction, and installation of City -owned water and sewer infrastructure;
and
WHEREAS, during the course of the design, the City decided not to proceed with the
installation of the ITS component; and
WHEREAS, FDOT typically does not include roadway improvements or enhancements
that do not comply with its standards in roadway reconstruction projects, unless specifically
requested by the municipality, and in this case, the Florida Department of Transportation (FDOT)
agreed to these requests, contingent upon the City funding the enhancements; and
WHEREAS, several of the improvements requested by the City will extend into City -owned
property or City -owned rights -of -way; however, FDOT has agreed to incorporate these
improvements into its project scope, requiring the municipality to assume full responsibility for the
construction costs associated with the proposed enhancements along State Road 907 (Alton
Road), from Michigan Avenue to 43rd Street; and
WHEREAS, to proceed with the amended scope, the City would need to sign and execute
a Locally Funded Agreement (LFA) and a Utility Work by Highway Contractor Agreement
(UWHCA); and
WHEREAS, on October 18, 2023, the City Commission adopted Resolution No. 2023-
32813, approving, in substantial form, a Utility Work by Highway Contractor Agreement (UWHCA),
with an initial estimated construction cost of $9,267,312.70; a Locally Funded Agreement (LFA),
with an estimated construction cost of $2,115,808.64; an Off -System Construction and
Maintenance Agreement; and a Three Party Escrow Agreement, as part of the FDOT Alton Road
Project 1; and
WHEREAS, in late 2025, FDOT notified the City of substantial revisions to the previously
approved UWHCA and LFA agreements and pricing, requiring that these items be resubmitted to
the City Commission for approval; and
WHEREAS, the scope of the new LFA is the same as the one approved by the City
Commission on October 18, 2023 and includes:
• Construction of a pedestrian and bicycle shared -use path along the east side of Alton
Road, from Michigan Avenue to Chase Avenue, adjacent to the Miami Beach Golf Course;
and
• Modifications to the golf course irrigation system and adjacent parking lot configuration,
as well as installation of Saint Augustine sod and its respective irrigation system along the
median; and
WHEREAS, the City and FDOT have finalized the new LFA agreement, a copy of which
is attached to the City Commission Memorandum accompanying this Resolution as Attachment
"A", with the following revisions:
• An increase in the total estimated project cost from $2,115,808.64 to $2,800,000.00, re-
flecting the updated Engineer's Opinion of Probable Cost (EOPC), driven by rising con-
struction expenses between 2023 and 2026:
• Additional funding through FDOT, via the County Incentive Grant Program (CIGP), cover-
ing 50% of the total project cost ($1,400,000.00); and
• Payment by the City of the remaining 50% ($1,400,000) to FDOT in a single deposit on or
before the FDOT production date of March 2, 2026; and
WHEREAS, the City and FDOT have similarly finalized the new UWHCA, attached to the
City Commission Memorandum as Attachment "B", with the following revisions:
• A revised project cost to incorporate recent FDOT historical bid pricing, contamination as-
sessment and remediation due to the site's proximity to the golf course, and geotechnical
recommendations for trench restoration;
• Modification of the FDOT project letting date to August 26, 2026;
• A total estimated EOPC cost of $19,817,695.00; and
• Payment by the City to FDOT in the total amount of $19,817,695.00 in a single deposit on
or before the FDOT production date of March 2, 2026; and
WHEREAS, the UWHCA agreement formalizes the City's obligation to cover construction
costs associated with replacing existing City -owned water and sewer infrastructure, including
installation of a new sanitary sewer pump station (future City Pump Station 25), as part of the Alton
Road Project 1; and
WHEREAS, if, based upon FDOT's final estimate, additional funds are required for the
City's proposed improvements, FDOT will require that the City deposit the additional funds in
accordance with the Three Party Escrow Agreement previously approved pursuant to Resolution
No. 2023-32813, in order for FDOT to proceed with construction; and
WHEREAS, in the even that additional funds are required to complete the City's work, the
City Administration will secure the prior written approval of the City Commission; and
WHEREAS, City staff has thoroughly reviewed the proposed revisions
and determined that they are fair, reasonable, and in the best interest of the City; as such, the
City Manager recommends approving for signature the proposed new forms of the LFA and
UWHCA.
NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission
hereby, approve and authorize the City Manager and City Clerk to execute the following
agreements as part of the FDOT's State Road 907/Alton Road Reconstruction Project (FPID
#429193-1-52-01), from Michigan Avenue to 43rd Street (Ed Sullivan Drive): (1) a Locally Funded
Agreement ("LFA") for the construction of a pedestrian and bicycle shared -use path along the east
side of Alton Road, from Michigan Avenue to Chase Avenue, abutting the Miami Beach Golf
Course, including modifications to the Golf course irrigation system and adjacent parking lot
configuration, for a total estimated construction cost of $1,400,000.00; and (2) a Utility Work by
Highway Contractor Agreement ("UWHCA") for the replacement and upgrades of the City -owned
water and sewer systems along Alton Road, from Michigan Avenue to Chase Avenue, with an
initial estimated construction cost of $19,817,695.00; and further, authorize the City to deposit the
total amount due under said agreements ($21,217,695.00), on or before March 2, 2026, in
accordance with the previously approved Three Party Escrow Agreement.
PASSED and ADOPTED this �_ day of
ATTEST: FEB 0 9 2026
Rafael E. Granado, City Clerk
FPh ru4r 2026.
..C+yti�
'.INCORPORATED'
Steven Meiner, Mayor
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
CL) ) )771 2oz(_
City Attorney Date
Resolutions - C7 O
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter, City Manager
DATE: February 5, 2026
TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER AND CITY CLERK TO EXECUTE THE FOLLOWING AGREEMENTS
AS PART OF THE FOOT'S STATE ROAD 907/ALTON ROAD RECONSTRUCTION
PROJECT (FPID 429193-1-52-01), FROM MICHIGAN AVENUE TO 43RD STREET
(ED SULLIVAN DRIVE): (1) A LOCALLY FUNDED AGREEMENT ("LFA") FOR THE
CONSTRUCTION OF A PEDESTRIAN AND BICYCLE SHARED -USE PATH
ALONG THE EAST SIDE OF ALTON ROAD, FROM MICHIGAN AVENUE TO
CHASE AVENUE, ABUTTING THE MIAMI BEACH GOLF COURSE, INCLUDING
MODIFICATIONS TO THE GOLF COURSE IRRIGATION SYSTEM AND
ADJACENT PARKING LOT CONFIGURATION, FOR A TOTAL ESTIMATED
CONSTRUCTION COST OF $1,400,000.00; AND (2) A UTILITY WORK BY
HIGHWAY CONTRACTOR AGREEMENT ("UWHCA") FOR THE REPLACEMENT
AND UPGRADES OF THE CITY -OWNED WATER AND SEWER SYSTEMS ALONG
ALTON ROAD, FROM MICHIGAN AVENUE TO CHASE AVENUE, WITH AN
INITIAL ESTIMATED CONSTRUCTION COST OF $19,817,695.00; AND
FURTHER, AUTHORIZING THE CITY TO DEPOSIT THE TOTAL AMOUNT DUE
UNDER SAID AGREEMENTS ($21,217,695.00), ON OR BEFORE MARCH 2, 2026,
IN ACCORDANCE WITH THE PREVIOUSLY APPROVED THREE PARTY
ESCROW AGREEMENT.
RECOMMENDATION
The Administration recommends approving the Resolution.
BACKGROUND/HISTORY
On October 26, 2022, the Mayor and City Commission (City Commission) approved, in substantial
form, a Memorandum of Agreement (MOA) between the City and the Florida Department of
Transportation (FDOT), memorializing the parties' commitment related to FDOT's undertaking to
design and construct certain City -owned utility and transportation facilities along FDOT's State
Road 907/Alton Road, from Michigan Avenue to 43rd Street (FPID# 429193-1), as part of the
reconstruction of the FDOT Alton Road Project; and further authorized the City Manager and City
Clerk to execute the agreement via Resolution No. 2022-32358.
The Michigan Avenue to 43rd Street Project (the "Alton Road Project 1 "), as originally proposed,
encompassed roadway improvements and maintenance, included enhancements to the drainage
system, installation of new pump stations, pavement and sidewalk reconstruction, upgraded
signalization, landscaping, and new pavement markings.
To capitalize on the scope of the proposed project, the City requested additional enhancements,
such as the incorporation of pedestrian facilities, implementation of two-way bicycle lanes,
590 of 2180
deployment of an Intelligent Transportation System (ITS), and the design, construction, and
installation of City -owned water and sewer infrastructure. The Florida Department of
Transportation (FDOT) agreed to these requests, contingent upon City funding.
On October 18, 2023, the City Commission approved, in substantial form, a Utility Work by
Highway Contractor Agreement (UWHCA), a Locally Funded Agreement (LFA), an Off -System
Construction and Maintenance Agreement, and a Three -Party Escrow Agreement, as part of the
FDOT Alton Road Project 1, via Resolution No. 2023-32813.
In late 2025, FDOT notified the City of substantial revisions to the previously approved UWHCA
and LFA agreements, requiring that these items be resubmitted to the City Commission for
approval.
ANALYSIS
FDOT typically does not include roadway improvements or enhancements that do not comply with
its standards in roadway reconstruction projects, unless specifically requested by the municipality.
Several of the improvements requested by the City will extend into City -owned property or City -
owned rights -of -way. FDOT has agreed to incorporate these improvements into its project scope,
requiring the municipality to assume full responsibility for the construction costs associated with
the proposed enhancements along State Road 907 (Alton Road), from Michigan Avenue to 43rd
Street. To proceed with the amended scope, the City must sign and execute the following two (2)
agreements:
(1) Locally Funded Agreement (LFA):
This agreement was approved by the City Commission on October 18, 2023, for a total
construction amount of $2,115,808.64, via Resolution No. 2023-32813. The scope of this LFA
remains unchanged and includes:
• Construction of a pedestrian and bicycle shared -use path along the east side of Alton
Road, from Michigan Avenue to Chase Avenue, adjacent to the Miami Beach Golf Course.
• Modifications to the golf course irrigation system and adjacent parking lot configuration,
as well as installation of Saint Augustine sod and its respective irrigation system along the
median.
The City and FDOT have finalized the LFA agreement (Attachment A) with the following revisions:
• An increase in the total estimated project cost from $2,115,808.64 to $2,800,000.00,
reflecting the updated Engineer's Opinion of Probable Cost (EOPC), driven by rising
construction expenses between 2023 and 2026.
• Additional funding through FDOT, via the County Incentive Grant Program (CIGP),
covering 50% of the total project cost ($1,400,000).
• Payment by the City of the remaining 50% ($1,400,000) to FDOT in a single deposit on or
before the FDOT production date of March 2, 2026.
591 of 2180
(2) Utility Work by Highway Contractor Agreement (UWHCA):
This agreement was approved by the City Commission on October 18, 2023, for an estimated
construction amount of $9,267,312.70, based on the EOPC at the time, via Resolution No. 2023-
32813. The City and FDOT have finalized the UWHCA (Attachment B) with the following revisions:
• A revised project cost to incorporate recent FDOT historical bid pricing, contamination
assessment and remediation due to the site's proximity to the golf course, and
geotechnical recommendations for trench restoration.
• Modification of the FDOT project letting date to August 26, 2026.
• A total estimated EOPC cost of $19,817,695.00.
• Payment by the City to FDOT in the total amount of $19,817,695.00 in a single deposit on
or before the FDOT production date of March 2, 2026.
The UWHCA agreement formalizes the City's obligation to cover construction costs associated
with replacing existing City -owned water and sewer infrastructure, including installation of a new
sanitary sewer pump station (future City Pump Station 25), as part of the Alton Road Project 1.
In the event additional funds are required for the City's proposed improvements, FDOT mandates
that the City provide an additional deposit, subject to City Commission approval, in the amount
stipulated for FDOT to proceed with construction.
City staff has thoroughly reviewed the proposed revisions and determined that they are fair,
reasonable, and in the best interest of the City.
FISCAL IMPACT STATEMENT
Total Project Cost: $21,217,695.00 ($1,400,000.00 + $19,817,695.00)
Utilities ($19,817,695.00)
303-0815-069357-29-410-561-00-00-00-50726 (Grant) $900,000.00
419-0815-069357-29-418-000-00-00-00-20527
$3,717,720.64
418-0815-069357-29-418-522-00-00-00-20527
$5,481,284.61
424-0815-069357-29-418-000-00-00-00-20527
$21,609.87
423-0815-069357-29-418-000-00-00-00-20527
$5,226.85
422-0815-069357-00-418-522-00-00-00-20527
$456,462.11
420-0815-069357-29-418-522-00-00-00-20527
$1,040.45
417-0815-069357-29-418-000-00-00-00-20527
$7,915,593.38
Subject to approval of capital budget amendment $1,318,756.62
Shared Use Path ($310,000.00)
302-0815-069357-29-410-522-00-00-00-20527 $293,242.00
376-0815-069357-29-410-522-00-00-00-20527 $464.83
384-0815-069357-29-410-522-00-00-00-20527 $16,885.17
Transportation ($1,400,000.00)
106-9615-069357-30-410-530-00-00-00-21014 $1,089,408.00
592 of 2180
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
If applicable, the Business Impact Estimate (BIE) was published on:
See BIE at: https://www.miamibeachfi.gov/city-hall/city-clerk/meeting-notices/
CONCLUSION
The Administration recommends approving the Resolution.
Applicable Area
IWfl•1Ca:�T•7
Is this a "Residents Right to Know" item,
pursuant to City Code Section 2-17?
Yes
Is this item related to a G.O. Bond
Proiect?
No
Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481,
includes a principal engaged in lobbying? No
If so, specify the name of lobbyist(s) and principal(s):
Department
Public Works
Sponsor(s)
Co-sponsors)
Condensed Title
Execute Agmts, FDOT's SR 907-Alton Rd Reconstruction Project from Michigan Ave to 43 St.
PW
Previous Action (For City Clerk Use Only)
593 of 2180
ATTACHMENT "A"
LOCALLY FUNDED AGREEMENT
BETWEEN
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND THE
CITY OF MIAMI BEACH
This Locally Funded Agreement ("Agreement") is made and entered into this _ day of
20 between the State of Florida Department of Transportation, a component acgenry of
the State of Florida, hereinafter referred to as the "Department", and the City of Miami Beach, a municipal
corporation of the State of Florida, existing under the Laws of the State of Florida, hereinafter referred to
as the "Participant".
RECITALS
WHEREAS, the Department has jurisdiction over and maintains SR 907/ALTON ROAD FROM
MICHIGAN AVENUE TO SOUTH OF ED SULLIVAN DRIVE/43RD STREET; and
WHEREAS, the Department is undertaking a roadway milling, resurfacing, overbuilding, and
widening Project FPID# 429193-1 on SR 907/Alton Road from Michigan Avenue to 43rd Street, hereinafter
referred to as the "Project"; and
WHEREAS, the Department has agreed to incorporate Participant requested improvements into
the abovementioned Project; and
WHEREAS, the Participant has applied for and been awarded state funding under the
Department's County Incentive Grant Program ("CIGP"), which will be used to fund fifty percent (50%) of
the total Project cost outlined in this Agreement, with the remaining fifty percent (50%) to be provided by
the Participant; and
WHEREAS, the Participant shall fund the increased costs, under financial project number 429193-
1-52-04, associated with the installation of Participant requested improvements within the Project, the
individual elements of which are outlined in the attached Exhibit "A", "Scope of Services", which is herein
incorporated by reference; and
WHEREAS, at the Participant's request, the Department will utilize the funding provided by the
Participant to administer the construction of the Project on behalf of the Participant and the construction
inspection, and maintenance during construction (collectively the "Construction") in accordance with the
terms of this Agreement;
WHEREAS the parties hereto mutually recognize the need for entering into an Agreement
designating and setting forth the responsibilities of each party; and
594 of 2180
WHEREAS the parties are authorized to enter into this Agreement pursuant to Section 334,044(7)
and 339.12, Florida Statutes (F.S.).
NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable
considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties
agree as follows:
[continues next page]
595 of 2180
1. INCORPORATION OF RECITALS
The foregoing recitals are true and correct and are incorporated into the body of this Agreement,
as if fully set forth herein.
2. GENERAL REQUIREMENTS
a. A true and correct copy of the Resolution of the Participant's Commission approving this
Agreement is attached hereto as Exhibit "C," "Participant's Resolution", and is incorporated
herein by reference.
b. The Department will administer Construction of the Project in accordance with the attached
Exhibit "A", "Scope of Services".
c. Participant agrees to maintain any portion of the Project not located on the State Highway
System constructed under this Agreement for its useful life.
d. The Participant shall transfer to the Department funds in the amount set forth in paragraph
3.a. of this Agreement, subject further to the provisions in Section 3 of this Agreement and
as outlined in Exhibit "B," "Financial Summary," which is herein incorporated by reference.
e. The Department will complete the Project utilizing the funds provided by the Participant.
f. The Department will not be obligated to commence Construction or any other work on the
Project until Participant's funding for the Project is on deposit with the Department.
3. FINANCIAL PROVISIONS
a. Of the total estimated Project cost of Two Million Eight Hundred Thousand Dollars
($2,800,000), hereinafter referred to as the "Total Estimated Project Cost", the Participant
shall, on or before March 2, 2026, provide the Department with fifty percent (50%) of the
Total Estimated Project Cost, which is One Million Four Hundred Thousand Dollars
($1,400,000), through direct local funds. The remaining fifty percent (50%) shall be funded
using CIGP funds, which may not exceed fifty percent (50%) of the total Project cost. In
the event that the final total Project cost exceeds Total Estimated Project Cost, the
Participant acknowledges that CIGP funds will remain capped at fifty percent (50%) of the
total Project cost, and the Participant will be solely responsible for any additional required
funding.
b. If the accepted bid amount plus allowances is in excess of the Total Estimated Project
Cost, the Participant will provide an additional deposit within fourteen (14) calendar days
of notification from the Department or prior to posting of the accepted bid, whichever is
earlier, so that the total deposit is equal to the bid amount plus allowances. The Department
596 of 2180
will notify the Participant as soon as it becomes apparent the accepted bid amount, plus
allowances, exceeds the Total Estimated Project Cost. However, failure of the Department
to notify the Participant shall not relieve the Participant from its obligation to pay for its full
participation on final accounting as provided herein. If the Participant cannot provide the
additional deposit within fourteen (14) days, a letter must be submitted to and approved by
the Department's Project Manager indicating when the deposit will be made. The
Participant understands the request and approval of the additional time could delay the
Project, and additional costs may be incurred due to a delay of the Project.
c. If the accepted bid amount plus allowances is less than the Total Estimated Project Cost,
the Department will refund the amount that the Total Estimated Project Cost exceeds the
bid amount plus allowances within sixty (60) calendar days from the date the bid amount
plus allowances is accepted if such refund is requested by the Participant in writing.
d. Should Project modifications or changes to bid items occur that increase the Participant's
total Project costs, the Participant will be notified by the Department accordingly. The
Participant agrees to provide, without delay, in advance of the additional work being
performed, adequate funds to ensure that cash on deposit with the Department is sufficient
to fully fund the Project. The Department shall notify the Participant as soon as it becomes
apparent the actual costs will overrun the award amount. However, failure of the
Department to notify the Participant shall not relieve the Participant from its obligation to
pay for its full participation during the Project and on final accounting as provided herein.
Funds due from the Participant during the Project not paid within ninety (90) calendar days
from the date of the invoice are subject to an interest charge at a rate established pursuant
to Section 55.03, Florida Statutes (F.S.).
e. The Department intends to have its final and complete accounting of all costs incurred in
connection with the work performed hereunder within three hundred and sixty days (360)
of final payment to the contractor(s). The Department considers the Project complete when
the final payment has been made to the contractor(s), not when the Construction work is
complete. All Project cost records and accounts shall be subject to audit by a
representative of the Participant for a period of three (3) years after final close out of the
Project. The Participant will be notified of the final cost. Both parties agree that in the event
the final accounting of total Project costs pursuant to the terms of this Agreement is less
than the total deposits to date, a refund of the excess will be made by the Department to
the Participant within sixty (60) calendar days from the date that the final and complete
accounting is completed. If the final accounting is not performed within three hundred and
sixty (360) days, the Department is not relieved from its obligation to pay.
597 of 2180
f. In the event the final accounting of total Project costs is greater than the total deposits to
date, the Participant will pay the additional amount within ninety (90) calendar days from
the date of the invoice from the Department. The Participant agrees to pay interest at a
rate as established pursuant to Section 55.03, F. S., on any invoice not paid within ninety
(90) calendar days until the invoice is paid.
g. The payment of funds under this Agreement will be made directly to the Department for
deposit and as provided in the attached Three -Party Escrow Agreement between the
Participant, the Department, and the State of Florida, Department of Financial Services,
Division of Treasury, attached hereto as Exhibit "D," and is incorporated herein by
reference.
h. Contact Persons:
PARTICIPANT: City of Miami Beach
Address: 1700 Convention Center Drive, Miami Beach, FL, 33139
Contact Person: Jose R. Gonzalez, P.E.
Telephone #: 305-673-7000 Ext. 6768
Federal Employer ID # (FEIN) 596000372011
DEPARTMENT: Florida Department of Transportation
District Contact: Kevin Lopez
Telephone #: 305-640-7130
4. EFFECTIVE DATE OF THIS AGREEMENT
This Agreement shall become effective upon execution by the Participant and the Department and
as of the date set forth on page one (1) hereof.
5. PROVISIONS SEPARABLE
The provisions of this Agreement are independent of and separable from each other, and no
provision shall be affected or rendered invalid or unenforceable by virtue of the fact that for any
reason any other or others of them may be invalid or unenforceable in whole or in part.
6. AMENDMENT OF AGREEMENT
This Agreement may only be amended by mutual agreement of the Department and the Participant,
expressed in writing, and executed and delivered by each
7. NOTICES
598 of 2180
Unless otherwise provided herein, all notices, requests, demands and other communications
required or permitted under this Agreement shall be in writing and shall he deemed to have been
duly given, made and received when delivered (personally, by courier service such as Federal
Express, or by other messenger) against receipt or upon actual receipt of registered or certified
mail, postage prepaid, return receipt requested, addressed as set forth below:
a. If to the Participant:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL, 33139
Attention: Jose R. Gonzalez, P.E., Director
b. If to the Department.
Florida Department of Transportation
1000 NW 111 Avenue
Miami, Florida 33172
Attention Kevin Lopez, P E Project Manager
Any party may alter the address to which communications or copies are to be sent by giving notice
of such change of address in conformity with the provisions of this paragraph for the giving of notice.
8. ENTIRE AGREEMENT
This Agreement, including its attached Exhibits, contain the sole and entire Agreement between
the parties with respect to such subject matter and supersede any and all other prior written or oral
agreements between them with respect to such subject matter.
9_ BINDING EFFECT
This Agreement shall be binding upon the parties and their respective representatives, successors,
and assigns.
10. WAIVER
Waiver by either party of any breach of any provision of this Agreement shall not be considered as
or constitute a continuing waiver or a waiver of any other breach of the same or any other provision
of this Agreement.
11. CAPTIONS
599 of 2180
The captions contained in this Agreement are inserted only as a matter of convenience or reference
and in no way define, limit, extend or describe the scope of this Agreement or the intent of any of
its provisions.
12. ABSENCE OF THIRD -PARTY BENEFICIARIES
Nothing in this Agreement, express or implied, is intended to (a) confer upon any entity or person
other than the parties and their permitted successors and assigns any rights or remedies under or
by reason of this Agreement as a third-pai ty beneficiary ui utheiwise except as specifically piuvided
in this Agreement; or (b) authorize anyone not a party to this Agreement to maintain an action
pursuant to or based upon this Agreement.
13. OTHER DOCUMENTS
The parties shall take all such actions and execute all such documents which may be reasonably
necessary to carry out the purposes of this Agreement, whether or not specifically provided for in
this Agreement In the event that any election, referendum, approval, ratification, notice, or other
proceeding or authorization is required to carry out the Project, the Participant agrees to
expeditiously initiate and consummate, as provided by law, all actions necessary with respect to
any such matters with time being of the essence.
14. GOVERNING LAW
This Agreement and the interpretation of its terms shall be governed by the laws of the State of
Florida, without application of conflicts of law principles. Venue for any judicial, administrative, or
other action to enforce or construe any term of this Agreement or arising from or relating to this
Agreement shall lie exclusively in Leon County, Florida.
(signatures on following page]
600 of 2180
IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year
above written.
CITY OF MIAMI BEACH:
BY:
(PARTICIPANT'S AUTHORIZED SIGNER'S
TITLE)
STATE OF FLORIDA DEPARTMENT OF
TRANSPORTATION:
BY:
ATTEST: ATTEST:
(PARTICIPANT'S SIGNER'S TITLE)
PARTICIPANT'S ATTORNEY
LEGAL REVIEW
DISTRICT SECRETARY
EXECUTIVE SECRETARY
DISTRICT CHIEF COUNSEL
601 of 2180
rN:11=1119_vM
SCOPE OF SERVICES
Project Description: SR 907/Alton Road Reconstruction
Project Limits: From Michigan Avenue to South of Ed Sullivan Dr/43 Street
FDOT Financial Project Number: 429193-1-52-04
County: Miami -Dade
FDOT Project Manager: Kevin Lopez, P.E., Project Manager
Participant's Project Manager: Jose R. Gonzalez, P.E., Director of Transportation and Mobility
The Project consists of constructing a bicycle and pedestrian facility (a separated bi-directional bicycle path
with an adjacent sidewalk or an urban side path) along the east side of Alton Road from Michigan Avenue
to Chase Avenue and all associated elements. This shall include new pavement construction for the bicycle
path and urban side path, sod and irrigation system for sod separation between the travel lanes and bicycle
path. sidewalk, signage, striping, landscape, harmonization onto the City of Miami Beach Golf Course. and
modifications to the City of Miami Beach Golf Course Parking lot (including, but not limited to, new
pavement, gravity wall, pedestrian railing, curb and gutter, striping, signage, and drainage). In addition to
the bicycle and pedestrian facility and all associated elements, the Project also consists of placement of St.
Augustine sod and its respective irrigation system along the median from Michigan Avenue to Chase
Avenue.
602 of 2180
EXHIBIT "B"
FINANCIAL SUMMARY
The Department's Work Program allocates the following funding, programmed under Financial Project
Number 429193-1-52-04, for Project completion:
Fiscal Year: Amount: Fund Type:
429193-1-52-04 $2,800,000M Local Funds (LF)
FY 2025
603 of 2180
EXHIBIT "C"
PARTICIPANT'S RESOLUTION
To be herein incorporated once approved by the Participant's Commission.
604 of 2180
EXHIBIT "D"
THREE -PARTY ESCROW AGREEMENT
To be herein incorporated once approved by the Department's Office of the Comptroller.
605 of 2180
ROADWAY
Pay Item
Description
Unit
Quantity
Unit Cost
Total
010418
INLET PROTECTION SYSTEM
EA
2
$ 150.CO
$ 300.00
0107 1
LITTER REMOVAL
AC
51.28
$ 35.00
$ 1.794.80
0107 2
MOWING
AC
5.81
S 65.00
$ 377,65
0110 1 1
CLEARING 8 GRUBBING
LS,AC
1.75
S i00,000.00
$ 175 000.00
0110 410
REMOVAL OF EXISTING CONCRETE
SY
343
S 35.CO
$ 12,005.00
0120 1
REGULAR EXCAVATION
CY
12.5
$ 75.CO
S 937.50
0120 6
EMBANKMENT
CY
1134.6
$ 45.00
$ 51,057.00
0145 2
GEOSYNTHETIC REINFORCED FOUNDATION OVER SOFT SOIL
SY
4176
S 10.00
$ 41,760.00
01GO 4
TYPE 0 STABILIZATION
SY
5903
$ 15.00
S 88.545.00
0285701
OPTIONAL BASE, BASE GROUP 01
SY
4458
S 65.CO
$ 289 770.00
0285706
JOPTIONAL BASE, BASE GROUP 06
SY
238
$ 50.00
$ 11,900.00
032770 6
MILLING EXISTING ASPHALT PAVEMENT, 1 112' AVG DEPTH
SY
5080
$ 8.CO
S 40.640.00
0334 112
SUPERPAVE ASPHALTIC CONC, TRAFFIC B
IN
22.1
$ 225.CO
$ 4,972.50
0337 781
ASPHALT CONCRETE FRICTION COURSE.TRAFFIC B. FC-12.5, PG 76.22
IN
819
$ 250.00
$ 204 750.00
0425 1201
INLETS, CURB, TYPE 9, <10'
EA
4
$ 13,500.00
$ 54,000.00
G425 271
MANHOLES, 1. 7, <10'
EA
5
$ 15,000.00
$ 75,000,00
0430175118
PIPE CULVERT,OPTiONAL MATERIAL,ROUND, 18"S/CD
LF
633
$ 275.00
$ 174,075.00
0515 2311
PE_DESTRIAWBICYCLE RAILING, ALUMINUM, 42 TYPE I _
LF
668
$ 140.00
$ 93.520.00
0520 2 4
CONCRETE CURB, TYPE D
LF
823
$ 35.00
$ 28,805.00
0400011
CONCRETE CLASS NS, GRAVITY WALL INDEX 400-011
CY
93.5
$ 1.164.CO
$ 108.834,00
0522 1
CONCRETE SIDEWALK AND DRIVEWAYS. 4" THICK
SY
3783
$ 65.00
$ 245,895.00
0522 2
CONCRETE SIDFWALKAND DRIVEWAYS. 6'THICK
SY
55
$ 75.GO
S 4,125,00
0527 2
DETECTABLE WARNINGS
SF
115
$ 35.00
S 4.025.00
PoaywaySubtotal:
$ 1,71178845
SIGNING
Pay Item
Description
Unit
Quantity
Unit Cost
Total
0700 1111
SINGLE COLUMN GROUND SIGN ASSEMBLY, F31 GROUND MOUNT, LESS THAN 12 SF
EA
9
$ 5W.00
$ 4,95300
0701 1112
SINGLE COLUMN GROUND SIGN ASSEMBLY, FBI GROUND MOUNT, 12.0-20.0 SF
SINGLE COLUMN GROUND SIGN ASSEMBLY, REMOVE
EA
EA
3
1
S 2,250,00
S 6.750.00
S 45.00
0700 1600
S 45.00
0700 13 12
RETROREFLECTIVE SIGN STRIP- FURNISF- AND INSTALL, 2'
EA
2
S 160.00
$ 320.00
370613
RAISED PAVEMENT MARKER, TYPE B
EA
104
S 4.00
$ 416.00
U110 11 1U 11
PAINTED PAVEMENT MARKINGS, STANDARD, NiHITE, SOIL[), b
LoM
U.4y8
$ 1,2W.UU
$ bLLSU
0710 11124
PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR DIAGONAL OR CHEVRON. 18
LF
11
S 1.21
S 13.31
0710 11160
PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, MESSAGE OR SYMBOL
FA
6
$ 50.00
$ 30000
0710 11170
PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, ARROWS
EA
16
S 50.CO
$ 800.00
0710 11224
PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID FOR DIAGONAL OR CHEVRON, 18
LF
7
E 2.00
$ 14.00
0710 11421
PAINTED PAVEMENT MARKINGS, DURABLE, BLUE, SOLID FOR PARKING LOT ACCESSIBLE MARKINGS, 6
LF
196
$ 4.00
$ 794.00
0711 11125
THERMOPLASTIC, STANDARD, WHITE. SOLID, 24- FOR STOP LINE AND CROSSWALK
LF
96
$ 5.50
$ 528.00
0711 11170
ITHERMOPLASTIC, STANDARD. WHITE, ARROW
EA
6
$ 50.00
$ 300.00
0711 14123
THERMOPLASTIC, PREFORMED. WHFFE, SOLID, 12' FOR CROSSWALK
LF
356
$ 15.00
$ 5.340.00
0711 11160
THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL
EA
24
$ 150.00
$ 3,600.00
071111241
THERMOPLASTIC, STANDARD, YELLOW. 2-4 DOTTED GUIDE LINE l6-10 DOTTED EXTENSION LINE, 6-
GM
0.019
$ 2,500.00
S 47.W
0111 14170
THERMOPLASTIC, PREFORMED, WHITE, ARROW
EA
16
$ 200.CO
$ 3.200.00
0711 16101
THERMOPLASTIC, STANDARD -OTHER SURFACES,'NHITE. SOLID. 6'
GM
0.062
S 5.500-00
S 341.00
0711 16131
THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SKIP. 6',10-30 SKIP OR 3.9 LANE DROP
GM
0.604
$ 1,5W.00
$ 906.00
0711 16201
THERMOPLASTIC, STANDARD -OTHER SURFACES. YELLOW, SOLID, 6'
GM
0 011
$ 5,500-00
$ 60.50
_
signing Subtotal:
S 29337,81
LANDSCAPE
Pay Item
Description
Unit
Quantity
Unit Cost
Total
011021
TREE PROTECTION BARRIER
LF
358
$ 10.00
$ 1580.00
057012
PERFORMANCE TURF. SOD
SY
3857
$ 10.00
$ 38,570.00
059070
IRRIGATION SYSTEM
LS
1
$ 200,000.CO
$ 200.000.00
05811271
RELUGAIEiREE5ANOPALMS, OTHER PALMS. <10.0"DBH,<14.0'OFCLEAR IHUNK
EA
4
$ 1,550.00
$ 6,200.00
0581 1292
RELOCATE TREES AND PALMS, OTHER PALMS,18.1" OR GREATER DBH, 14.0' OR GREATER OF CLEAR TRUNK
EA
6
$ 2.300.00
$ 13.800.00
0581 1320
RELOCATE TREES AND PALMS, TREE, 4.1' TO 6.0' DBH
EA
4
S 1.300.00
$ 5.200.00
0561 1330
RELOCATE TREES AND PALMS, TREE, 6 1' TO 8.D' DBH
EA
1
$ 2,250.00
$ 2,250.00
0581 1340
RELOCATE TREES AND PALMS. TREE, 8.1' TO 14.0' DBH
EA
4
$ 3,000.00
$ 12,000.00
0581 1350
RELOCATE TREES AND PALMS. TREE. 14.1" TO 16.0" DBH
EA
10
S 3.500.00
$ 35.000.00
Landscape Subtotal
S 267,350.00
Grard SUbTotal S 2.008.476.26
Contingency: S 791,523.74
Grand Total S 2,800,000.00
606 of 2180
ATTACHMENT "B"
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22
UTILITIES
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ - DWI)
(AT UTILITY EXPENSE)
Financial Project ID: 429193-1-56-01 Federal Project ID: D625-064-B
Financial Project ID: 429193-1-56-02
Financial Project ID:
Financial Project ID:
County: Miami -Dade
State Road No.: 907
District Document No:
Utility Agency/Owner (UAO): City of Miami Beach
THIS AGREEMENT, entered into this day of , year of , by and between the
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT", and City of
Miami Beach, hereinafter referred to as the "UAO
WITNESSETH:
WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or
publicly owned rail corridor, said project being identified as SR 907/ALTON ROAD FROM MICHIGAN AVENUE TO S
OF ED SULLIVAN DR/43 ST, State Road No.: 907, hereinafter referred to as the "Project"; and
WHEREAS, the UAO owns or desires to install certain utility facilities which are located within the limits of the
Project hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may
be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and
WHEREAS, the Project requires the location (vertically and/or horizontally), protection, relocation, installation,
adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work"; and
WHEREAS, the FDOT and the UAO desire to enter into a joint agreement pursuant to Section 337.403(1)(b),
Florida Statutes for the Utility Work to be accomplished by the FDOT's contractor as part of the construction of the
Project; and
WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the
Utility Work;
NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT
and the UAO hereby agree as follows:
Design of Utility Work
a. UAO shall prepare, at UAO's sole cost and expense, a final engineering design, plans, technical
special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency
schedule to be used in the case of a bid rejection) for the Utility Work (hereinafter referred to as the
"Plans Package") on or before N/A, year of N/A.
b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project
and shall be suitable for reproduction.
C. Unless otherwise specifically directed in writing, the Plans Package shall include any and all activities
and work effort required to perform the Utility Work, including but not limited to, all clearing and
grubbing, survey work and shall include a traffic control plan.
d. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual
and the FDOT's Design Manual in effect at the time the Plans Package is prepared, and the FDOT's
contract documents for the Project. If the FDOT's Design Manual has been updated and conflicts
with the Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such
conflicts exist.
Page 1 of 9
607 of 2180
0-22
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES
UTILES
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 0Gc-03,20
(AT UTILITY EXPENSE)
The technical special provisions which are a part of the Plans Package shall be prepared in
accordance with the FDOT's guidelines on preparation of technical special provisions and shall not
duplicate or change the general contracting provisions of the FDOT's Standard Specifications for
Road and Bridge Construction and any Supplemental Specifications, Special Provisions, or
Developmental Specifications of the FDOT for the Project.
UAO shall provide a copy of the proposed Plans Package to the FDOT, and to such other right of
way users as designated by the FDOT, for review at the following stages: TBD. Prior to submission
of the proposed Plans Package for review at these stages. the UAO shall send the FDOT a work
progress schedule explaining how the UAO will meet the FDOT's production schedule. The work
progress schedule shall include the review stages, as well as other milestones necessary to
complete the Plans Package within the time specified in Subparagraph a. above.
In the event that the FDOT finds any deficiencies in the Plans Package during the reviews performed
pursuant to Subparagraph f. above, the FDOT will notify the UAO in writing of the deficiencies and
the UAO will correct the deficiencies and return corrected documents within the time stated in the
notice. The FDOT's review and approval of the documents shall not relieve the UAO from
responsibility for subsequently discovered errors or omissions.
h. The FDOT shall furnish the UAO such information from the FDOT's files as requested by the UAO;
however, the LIAO shall at all times be and remain solely responsible for proper preparation of the
Plans Package and for verifying all information necessary to properly prepare the Plans Package,
including survey information as to the location (both vertical and horizontal) of the Facilities. The
providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of
that responsibility to the FDOT.
i. The Facilities and the Utility Work will include all utility facilities of the UAO which are located within
the limits of the Project, except as generally summarized as follows: N/A. These exceptions shall be
handled by separate arrangement.
j. If any facilities of the UAO located within the project limits are discovered after work on the project
commences to be qualified for relocation at the FDOT's expense, but not previously identified as
such, the UAO shall file a claim with the FDOT for recovery of the cost of relocation thereof. The
filing of the claim shall not necessarily entitle the UAO to payment, and resolution of the claim shall
be based on a determination of fault for the error. The discovery of facilities not previously identified
as being qualified for relocation at the FDOT's expense shall not invalidate this Agreement.
k. The UAO shall fully cooperate with all other right of way users in the preparation of the Plans
Package. Any conflicts that cannot be resolved through cooperation shall be resolved in the manner
determined by the FDOT.
I. Upon completion of the Utility Work, the Facilities shall be deemed to be located on the public road or
publicly owned rail corridor under and pursuant to the Utility Permit: N/A
(Note: It is the intent of this line to allow either attachment of or separate reference to the
permit).
Performance of Utility Work
The FDOT shall incorporate the Plans Package into its contract for construction of the Project.
The FDOT shall procure a contract for construction of the Project in accordance with the FDOT's
requirements.
C. If the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility
Work exceeds the FDOT's official estimate for the Utility Work by more than ten percent (10%) and
Page 2 of 9
608 of 2180
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ILI710-010-22
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03=
(AT UTILITY EXPENSE)
the FDOT does not elect to participate in the cost of the Utility Work pursuant to Section
337.403(1)(b), Florida Statutes, the UAO may elect to have the Utility Work removed from the
FDOT's contract by notifying the FDOT in writing within Five 5 days from the date that the UAO is
notified of the bid amount. Unless this election is made, the Utility Work shall be performed as part of
the Project by the FDOT's contractor.
If the UAO elects to remove the Utility Work from the FDOT's contract in accordance with
Subparagraph 2. c., the UAO shall perform the Utility Work separately pursuant to the terms and
conditions of the FDOT's standard relocation agreement, the terms and conditions of which are
incorporated herein for that purpose by this reference, and in accordance with the contingency
relocation schedule which is a part of the Plans Package. The UAO shall proceed immediately with
the Utility Work so as to cause no delay to the FDOT or the FDOT's contractor in constructing the
Project.
e. The UAO shall perform all engineering inspection, testing, and monitoring of the Utility Work to insure
that it is properly performed in accordance with the Plans Package, except for the following activities:
N/A and will furnish the FDOT with daily diary records showing approved quantities and amounts for
weekly, monthly, and final estimates in accordance with the format required by FDOT procedures.
f. Except for the inspection, testing, monitoring, and reporting to be performed by the UAO in
accordance with Subparagraph 2. e., the FDOT will perform all contract administration for its
construction contract.
g. The UAO shall fully cooperate with the FDOT and the FDOT's contractor in all matters relating to the
performance of the Utility Work.
h. The FDOT's engineer has full authority over the Project and the UAO shall be responsible for
coordinating and cooperating with the FDOT's engineer. In so doing, the UAO shall make such
adjustments and changes in the Plans Package as the FDOT's engineer shall determine are
necessary for the prosecution of the Project.
I. The UAO shall not make any changes to the Plans Package after the date on which the FDOT's
contract documents are mailed for advertisement of the Project unless those changes fall within the
categories of changes which are allowed by supplemental agreement to the FDOT's contract
pursuant to Section 337.11, Florida Statutes. All changes, regardless of the nature of the change or
the timing of the change, shall be subject to the prior approval of the FDOT.
Cost of Utility Work
The UAO shall be responsible for all costs of the Utility Work and all costs associated with any
adjustments or changes to the Utility Work determined by the FDOT's engineer to be necessary,
including, but not limited to the cost of changing the Plans Package and the increase in the cost of
performing the Utility Work, unless the adjustments or changes are necessitated by an error or
omission of the FDOT. The UAO shall not be responsible for the cost of delays caused by such
adjustments or changes unless they are attributable to the UAO pursuant to Subparagraph 4.a.
The initial estimate of the cost of the Utility Work is $19,817,695.00. At such time as the FDOT
prepares its official estimate, the FDOT shall notify the UAO of the amount of the official estimate for
the Utility Work. Upon being notified of the official estimate, the UAO shall have five (5) working
days within which to accept the official estimate for purposes of making deposits and for determining
any possible contribution on the part of the FDOT to the cost of the Utility Work, or to elect to have
the Utility Work removed from the FDOT's contract and performed separately pursuant to the terms
and conditions set forth in Subparagraph 2. d. hereof.
At least thirty (10 ) calendar days prior to the date on which the FDOT advertises the Project for bids,
the UAO will pay to the FDOT an amount equal to the FDOT's official estimate; plus 24% for
Page 3 of 9
609 of 2180
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 7 TILITI22
UTILITIES
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT OGC-03f20
(AT UTILITY EXPENSE)
mobilization of equipment for the Utility Work, additional maintenance of traffic costs for the Utility
Work, administrative costs of field work, tabulation of quantities, Final Estimate processing and
Project accounting (said amounts are to be hereinafter collectively referred to as the Allowances):
plus 10% of the official estimate for a contingency fund to be used as hereinafter provided for
changes to the Utility Work during the construction of the Project (the Contingency Fund).
Payment of the funds pursuant to this paragraph will be made (choose one):
❑ directly to the FOOT for deposit into the State Transportation Trust Fund
® as provided in the attached Three Party Escrow Agreement between UAO, FDOT and
the State of Florida, Department of Financial Services, Division of Treasury. Deposits of
less than $100,000.00 must be pre -approved by the FOOT Comptroller's Office prior to
execution of this agreement.
If the portion of the contractor's bid selected by the FOOT for performance of the Utility Work
exceeds the amount of the deposit made pursuant to Subparagraph c. above, then subject to and in
accordance with the limitations and conditions established by Subparagraph 2. c. hereof regarding
FOOT participation in the cost of the Utility Work and the UAO's election to remove the Utility Work
from the Project, the UAO shall, within fourteen (14) calendar days from notification from the FOOT
or prior to posting of the accepted bid, whichever is earlier, pay an additional amount to the FDOT to
bring the total amount paid to the total obligation of the UAO for the cost of the Utility Work, plus
Allowances and 10% Contingency Fund. The FOOT will notify the UAO as soon as it becomes
apparent the accepted bid amount plus allowances and contingency is in excess of the advance
deposit amount; however, failure of the FOOT to so notify the LIAO shall not relieve the LIAO from its
obligation to pay for its full share of project costs on final accounting as provided herein below. In the
event that the UAO is obligated under this Subparagraph 3.e. to pay an additional amount and the
additional amount that the LIAO is obligated to pay does not exceed the Contingency Fund already
on deposit, the UAO shall have sixty (60) calendar days from notification from the FOOT to pay the
additional amount, regardless of when the accepted bid is posted.
If the accepted bid amount plus allowances and contingency is less than the advance deposit
amount, the FOOT will refund the amount that the advance deposit exceeds the bid amount, plus
allowances and contingency if such refund is requested by the UAO in writing and approved by the
Comptroller of the FOOT or his designee.
Should contract modifications occur that increase the UAO's share of total project costs, the UAO
will be notified by the FOOT accordingly. The UAO agrees to provide, in advance of the additional
work being performed, adequate funds to ensure that cash on deposit with the FOOT is sufficient to
fully fund its share of the project costs. The FOOT shall notify the UAO as soon as it becomes
apparent the actual costs will overrun the award amount; however, failure of the FDOT to so notify
the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final
accounting as provided herein below.
The FOOT may use the funds paid by the UAO for payment of the cost of the Utility Work, The
Contingency Fund may be used for increases in the cost of the Utility Work which occur because of
quantity overruns or because of adjustments or changes in the Utility Work made pursuant to
Subparagraph 2. h. Prior to using any of the Contingency Fund, the FOOT will obtain the written
concurrence of the person delegated that responsibility by written notice from the UAO. The
delegatee shall respond immediately to all requests for written concurrence. If the delegatee refuses
to provide written concurrence promptly and the FOOT determines that the work is necessary, the
FOOT may proceed to perform the work and recover the cost thereof pursuant to the provisions of
Section 337.403(3), Florida Statutes. In the event that the Contingency Fund is depleted, the UAO
shall, within fourteen (14) calendar days from notification from the FOOT, pay to the FOOT an
additional 10% of the total obligation of the UAO for the cost of the Utility Work established under
Subparagraph 3. e. for future use as the Contingency Fund.
Page 4 of 9
610 of 2180
0-010
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 7 TILITI S
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ
(AT UTILITY EXPENSE)
I. Upon final payment to the Contractor, the FDOT intends to have its final and complete accounting of
all costs incurred in connection with the work performed hereunder within three hundred sixty (360)
days. All project cost records and accounts shall be subject to audit by a representative of the UAO
for a period of three (3) years after final close out of the Project. The UAO will be notified of the final
cost. Both parties agree that in the event the final accounting of total project costs pursuant to the
terms of this agreement is less than the total deposits to date, a refund of the excess will be made by
the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. In the event said final
accounting of total project costs is greater than the total deposits to date, the UAO will pay the
additional amount within forty (40) calendar days from the date of the invoice. The UAO agrees to
pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not
paid within the time specified in the preceding sentence until the invoice is paid.
4. Claims Against UAO
a. The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its
contractors caused by errors or omissions in the Plans Package (including inaccurate location of the
Facilities) or by failure of the UAO to properly perform its obligations under this Agreement in a timely
manner.
b. In the event the FDOT's contractor provides a notice of intent to make a claim against the FDOT
relating to the Utility Work, the FDOT will notify the UAO of the notice of intent and the UAO will
thereafter keep and maintain daily field reports and all other records relating to the intended claim.
C. In the event the FDOT's contractor makes any claim against the FDOT relating to the Utility Work,
the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing
and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly
between the UAO and the FDOT's contractor shall be in writing, shall be subject to written FDOT
concurrence and shall specify the extent to which it resolves the claim against the FDOT.
d. The FDOT may withhold payment of surplus funds to the UAO until final resolution (including any
actual payment required) of all claims relating to the Utility Work. The right to withhold shall be
limited to actual claim payments made by the FDOT to the FDOT's contractor.
Out of Service Facilities
No Facilities shall be placed out of service unless specifically identified as such in the Plans. The following
terms and conditions shall apply to Facilities placed Out -of -Service:
a. The UAO acknowledges its present and continuing ownership of and responsibility for out of service
Facilities.
b. The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the
continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of
a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the
FDOT in accordance with the provisions of Subparagraph e. below.
C. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in
accordance with any and all applicable local, state or federal laws and regulations and in accordance
with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely
responsible for gathering all information necessary to meet these obligations.
d. The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to,
records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly
respond to information requests of the FDOT or other permittees using or seeking use of the right of
way.
Page 5 of 9
611 of 2180
Default
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIEES
UTILIS
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 0cc-03n0
(AT UTILITY EXPENSE)
The UAO shall remove the Facilities at the request of the FDOT in the event that the FDOT
determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT
determines that use of the right of way is needed for other active utilities that cannot be otherwise
accommodated in the right of way. Removal shall be at the sole cost and expense of the UAO and
without any right of the UAO to object or make any claim of any nature whatsoever with regard
thereto. Removal shall be completed within the time specified in the FDOT's notice to remove. In
the event that the UAO fails to perform the removal properly within the specified time, the FDOT may
proceed to perform the removal at the UAO's expense pursuant to the provisions of Sections
337.403 and 337.404, Florida Statutes.
Except as otherwise provided in Subparagraph e. above, the UAO agrees that the Facilities shall
forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT
for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the
right of way. Said costs shall include, but shall not be limited to, charges or expenses which may
result from the future need to remove the Facilities or from the presence of any hazardous substance
or material in or discharging from the Facilities. Nothing in this paragraph shall be interpreted to
require the UAO to indemnify the FDOT for the FDOT's own negligence; however. it is the intent that
all other costs and expenses of any nature be the responsibility of the UAO.
In the event that the UAO breaches any provision of this Agreement, then in addition to any other
remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of
the following options, provided that at no time shall the FDOT be entitled to receive double recovery
of damages:
(1) Terminate this Agreement if the breach is material and has not been cured within sixty (60)
days from written notice thereof from FDOT.
(2) Pursue a claim for damages suffered by the FDOT.
(3) If the Utility Work is reimbursable under this Agreement, withhold reimbursement payments
until the breach is cured. The right to withhold shall be limited to actual claim payments
made by FDOT to third parties.
(4) If the Utility Work is reimbursable under this Agreement, offset any damages suffered by the
FDOT or the public against payments due under this Agreement for the same Project. The
right to offset shall be limited to actual claim payments made by FDOT to third parties.
(5) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT
property if the breach is material and has not been cured within sixty (60) days from written
notice thereof from FDOT.
(6) Pursue any other remedies legally available.
(7) Perform any work with its own forces or through contractors and seek repayment for the cost
thereof under Section 337.403(3), Florida Statutes.
b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other
remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of
the following options:
(1) Terminate this Agreement if the breach is material and has not been cured within sixty (60)
days from written notice thereof from the UAO.
Page 6 of 9
612 of 2180
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 7tTILITI S
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ - o31zo
(AT UTILITY EXPENSE)
(2) If the breach is a failure to pay an invoice for Utility Work which is reimbursable under this
Agreement, pursue any statutory remedies that the UAO may have for failure to pay
invoices.
(3) Pursue any other remedies legally available.
c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other
agreements between the parties nor from any statutory obligations that either party may have with regard
to the subject matter hereof.
7. Force Majeure
Neither the LIAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to
the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event
beyond the control of the non -performing party and which could not have been avoided or overcome by the
exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly
notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the
effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible.
8. Indemnification
FOR GOVERNMENT -OWNED UTILITIES,
To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its
officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any
acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the
performance of the Agreement, whether direct or indirect, and whether to any person or property to which
FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will
be liable under this section for damages arising out of the injury or damage to persons or property directly
caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the
performance of this Agreement.
When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the
performance of services required under this Agreement, the FDOT will immediately forward the claim to the
UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen
(14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT
will determine whether to require the participation of the UAO in the defense of the claim or to require the
UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of
a claim shall not release the UAO from any of the requirements of this section. The FDOT and the LIAO will
pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party
participates in the defense of the claim at trial, that party is responsible for all costs.
FOR NON -GOVERNMENT -OWNED UTILITIES,
The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees
from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or
omission by the UAO, its agents, employees, or contractors during the performance of the Agreement,
whether direct or indirect, and whether to any person or property to which FDOT or said parties may be
subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for
damages arising out of the injury or damage to persons or property directly caused by or resulting from the
negligence of the FDOT or any of its officers, agents, or employees during the performance of this
Agreement.
The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate
and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement
negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for
Page 7 of 9
613 of 2180
710-01022
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES
UTILIES
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT 0cc-03/20
(AT UTILITY EXPENSE)
indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The
UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused
because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the
UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication of judgment finding
the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all
costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the
UAO of a claim shall not release UAO of the above duty to defend.
9. Miscellaneous
a. Time is of essence in the performance of all obligations under this Agreement.
b. The Facilities shall at all times remain the property of and be properly protected and maintained by
the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans
Package is prepared and the current utility permit for the Facilities; provided, however, that the UAO
shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT's contractor
has that obligation as part of the Utility Work pursuant to the FDOT's specifications.
C. The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all
documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida
Statutes, and made or received by the UAO in conjunction with this Agreement.
d. This Agreement constitutes the complete and final expression of the parties with respect to the
subject matter hereof and supersedes all prior agreements, understandings, or negotiations with
respect thereto, except that the parties understand and agree that the FDOT has manuals and
written policies and procedures which may be applicable at the time of the Project and the relocation
of the Facilities.
e. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to
be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining
portions hereof.
f. All notices required pursuant to the terms hereof may be sent by first class United States Mail,
facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by
the end of five business days from the proper sending thereof unless proof of prior actual receipt is
provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the
appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in
writing, notices shall be sent to the following addresses:
If to the UAO.-
If to the FDOT.-
Xenia K. Rodriguez
District Utility Administrator
1000 NW 111 Ave 1000 NW 111 Ave Miami, FL. 33172 Ph: 305-470-5234
10. Certification
This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by
the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled
Changes To Form Document and no change is made in the text of the document itself. Hand notations on
affected portions of this document may refer to changes reflected in the above -named Appendix but are for
reference purposes only and do not change the terms of the document. By signing this document, the UAO
Page 8 of 9
614 of 2180
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILiao
UTILITIES
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-MVn
(AT UTILITY EXPENSE)
hereby represents that no change has been made to the text of this document except through the terms of the
appendix entitled Changes to Form Document.
You MUST signify by selecting or checking which of the following applies
® No changes have been made to this Form Document and no Appendix entitled "Changes to Form
Document" is attached.
❑ No changes have been made to this Form Document, but changes are included on the attached
Appendix entitled "Changes to Form Document."
IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written.
UTILITY: City of Miami Beach
BY:(Signature) DATE:
(Typed Name:
(Typed Title: )
Recommend Approval by the District Utility Office
BY: (Signature) DATE:
FDOT Legal review
BY: (Signature) DATE:
District Counsel
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
BY: (Signature) DATE:
(Typed Name: )
(Typed Title: Director of Transaortation Develoament)
FEDERAL HIGHWAY ADMINISTRATION (if applicable)
BY:
(Typed Name: )
(Typed Title: )
DATE:
Page 9 of 9
615 of 2180
Exhibit A - Utility Work by Highway Contractor
ENGINEER'S OPINION OF PROBABLE COST
PROJECT DESCRIPTION - 429193.1 .56-01
CITY OF MIAMI BEACH
12' & 8' DIP WATER MAIN, GRAVITY SEWER,
12- FORCE MAIN. AND PUMP STATION INSTALLATION
Tedmiod SpwW Provries br tMlws
99926
LOCAL AGENCY INITIAL •N TINGENICY AMOUNT ID:% `.':' + :
LS
1
1050/8002
UTILITY PIPE,REMOVE , ;POSE, 2-4 9'
LF
425
S75
$31875 IX
105016003
UTILITY PIPE.REMOVE : '-)SE 5-7 9'
1170
S120
SW 400
105016004
UTILITY PIPE,REMOVE S :. '' j 7
1135
S2D0
=T000.
105018002
UTILITY PIPE,PLUG & PLACE ISERVICE ' 4
LF
815
$2504
S20.375.
1050le003
UTILITY PIPE PLUG & PLACE OUT OF SERVICE, 5- 7 9'
LF
605
S30
$18,15004
105018004
UTILITY PIPE PLUG & PLACE OUT OF SERVICE, 8-19 9'
LF
9340
S35
S328.9W 01
105031206
UTILITY PIPE- POLY VINYL. CHLORIDE, FURNISH & INSTALL WATER7SEWER, 6'
LF
3775
S2850
$1.07SA392
105031208
UTILITY PIPE- POI--LORIDE. FURRNISH & INSTAL... A ATER/SEWER, W
LF
1286
$313
$403.263 Old
105031210
UTILITY PIPE- POLY VI`. HLORIDE. FURNISH & INSTA'.. :.ATER7IEWER, 10'
LF
766
S327
5251, 117 7
105031212
TIL17� = = =' ` - '. 'HLORIDE FURNISH & IN ' = AATEW/I ER, 12'
LF
ties
S342 04
S406,39/ 04
105031215
LITIU7, HLOMDE. FLAtNISH & INS . ATER/SEWER, 15'
F
1598
53/921
SYWA (137
105031218
UTILITY PIPE- POLY VIN...:-HLORIDE, FURNISH & INSTAL,.ATER/SEWER, 18'
327
$427
$139,825
105041202
UTILITY PIPE- POLYETHYLENE. FURNISH & INSTALL, WATER)SEWER, 2'
4555
585.5
S389,543
105051202
UTILITY PIPE- DUCTILE IROWCAST IRON, FURNISH & INSTALL, WATER7SEWER, 2"
LF
330
$142
$47,03494
/05051204
UTILITY PIPE- DUCTILE IRONICAST IRON, FURNISH & INSTALL, WATER/SEWER. 4'
LF
415
$427
$177,454
105051206
UTILITY PIPE- DUCTILE IRONICAST IRON, FURNISH & INSTALL. WATER7SEWER_ 6'
LF
525
$456.11
1239,457.7
105051208
PIPE. DUCTILE IROWCAST IRON. FURNISH & INSTALL- WATER/SEWER, 8'
LF
2050
S634
$1 095,725.
05 1051210
UTILITY PIPE- DUCTILE IRON7C,AST IRON, FURNISH & INSTALL WATERJSEWER, 10'
LF
20
S400
$8,000
106 051212
UTILITY PIPE- W �� `..: - ''"N. FURNISH & INSTALL, WATERISEWER. 17
LF
5145
$427
52 200 002
105531W8
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, CAPIPLUG, 8'
EA
+
5300
1300
105531510
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, CAPIPLUG, 10'
EA
2
$400 Oq
S800
105531512
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, CAPIPLUG 12'
EA
1
$410 045410,
1055316M
UTILITY FITTINGS FOR PVC PIPE. FURNISH AND INSTALL, 8' V. - I
FA
19
$3D0 04
S5.700
1055316/0
UTILITY f(TTWGS FOR PVC PIPE. FURNISH AND INSTALL IC'AYE
$4W 04
S4.000
105531612
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL. 17 WYE
EA
17
$410
S6,970
105531615
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, 15' WYE
EA
27
$420
$11 340 Oq
105531618
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL. IS' WYE
EA
3
5500 04
$1 500
105531106
UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, CLEANOUT 6'
EA
76
$30004
S22.8W,
105551108
UTILITY FITTINGS, DUCTILE IROWCAST IRON. FURNISH & INSTALL ELBOW, 8'
EA
82
$2,70004
$221,40001
105551110
UTILITY FITTINGS DUCTILE IRONICAST IRON, FURNISH & INSTALL ELBOW, 10
EA
3
$3,000
$9,000.OA
105561112
TILITY FITTINGS, DUCTILE IRONLCAST IRON, FURBISH & INSTALL ELBOW, 17-A
110
S3,200.
S160,00004
105551208
JTILITY FITTINGS. DUCTILE IROWCAST IRON, FURBISH & INSTALL TEE. Ir
.:
S2.800
$5 600.
/05551212
UTILITY FITTINGS. DUCTILE IRCOACAST IRON, FURBISH & INSTALL TEE, 17
EA
23
Sd COO
592.000 04
105551308
JTILITY FITTINGS DUCTILE IRONICAST IRON. FURNISH & INSTALL REDUCER 6'
EA
5
$3 5W
$17,500
106551312
UTILITY FITTINGS, DUCTILE IROWCAST IRON, FURNISH & INSTALL REDUCER 12-
EA
B
S3200
525,600.
105551508
LiTY FITTINGS. DUCTILE IRONICAST IRON, FURNISH & INSTALL, CAPIPLUG, 8-
EA
--
$2,7W
S29,700.
105551512
UTILITY FITTINGS. DUCTILE IRON/CAST IRON, FURNISH & INSTALL- CAPIPLUG, 12'
EA
S3,000
16,000.
10W5/808
UTILITY FITTINGS. DUCTILE IROWCAST IRON. FURNISH & INSTALL CROSS. Ir
EA
$3.000
$3,000
105561812
UTILITY FITTINGS, DUCTILE IROWCAST IRON, FURNISH & INSTALL CROSS, 17
EA
$4.000
S12,000
106011211
UTHJTY STRUCTURE, BELOW GROUND. F&I. WATERtSEWER. 0 - 80 FT3, 0 - 6
EA
$15,500.
$124.000.
106011222
UTILITY STRUCTURE. BELOW GROUND, F&I, WATER / SEWER > W FT3, 6.1 - 17
EA
-
1/6,500
S313,500
106016
UTILITY STRUCTURE BELOW GROUND REMOVE&DISPOSE CONTRACTOR TAKES
OWNERSHIP
EA
$4000
568 000
107011
UTILITY AUXILIARY ITEMS, 9' CONCRETE SLAB FOR GROUND COVER LESS THAN 2 5'
SF
378
31000C
$37.8W 00
1OW21102
UTILITY FIXTURE, VALVEIMETER BOX, FURNISH & INSTALL, 7
EA
Ill
S2,350 21
S260.850.00
108023102
UTILITY FIXTURE- TAPPING SADDLE/SLEEVE, FURNISH & INSTALL, Y
EA
1
$4.000
$400000
616 of 2180
108023104
UTILITY FIXTURE- TAPPING SADDLEISLEEVE, FURNISH & INSTALL- 4'
EA
a
S5,500 0C
122,000.00
108023106
UTILITY FIXTURE- TAPPING SADDLEISLEEVE. FURNISH & INSTALL. 6'
EA
-
$8,5m 0C
$34,00000
108023108
UTILITY FIXTURE- SOLID SLEEVE. FURNISH & INSTALL, 8'
EA
$15.000 0C
$150.00000
UTILITY FIXTURE- TAPPING SADDLEISLEEVE. FURNISH & INSTALL. 8-
108023112
TILITY FIXTURE- SOLID SLEEVE. FURNISH & INSTALL. 12'
- _
S20.000
S40_000
UTILITY FIXTURE- TAPPING SADDLEJSLEEVE. FURNISH & INSTALL
1OW24103
UTILITY FIXTURE. VALVE ASSEMBLY. FURNISH AND INSTALL. 3'
EA
1
i6 000
16.000
1OW24104
UTILITY FIXTURE VALVE ASSEMBLY. FURNISH AND INSTALL, 4'
EA
6
$6.500
I
SN 000 CK
108024106
UTILITY FIXTURE. VALVE ASSEMBLY. FURNISH AND INSTALL. 6
EA
13
57.0D0
191.000
109024106
UTILITY FIXTURE. VALVE ASSEMBLY. FURNISH AND INSTALL, 8'
FA
!F
S7.500
5120,000 Oq
109024110
UTILITY FIXTURE, VALVE ASSEMBLY FURNISH AND INSTALL. I(r
510.000 Oq
$10.00001
1OW24112
UTILITY FIXTURE VALVE ASSEMBLY. FURNISH AND INSTALL 12'
EA
$10,000
$240,00001
109D26102
UTILITY FIXTURE. VA0A1R ASSEMBLY FURNISH & INSTALL 2'
EA
-
58,500 00
S153.000 Oq
15011
LIFT STATION SAN!TARY SEWER
EA
S2 875.000 00
12,875,000 Oq
15013
LIFT STATION 5 .'. R BYPASS SYSTEM
US
$100.00000
S100.000
16"11308
FIRE HYDRO'.- �TANOARD. 2 HOSE. IPUMPER, 6'
EA
12
S9.000 00
slo8.000 Oq
Subtotal Construction Exhibit A
5/3,11aj,4{1.98
Exhibit Al
106015
UTILrTYSTRUCTURE BELOW GROUND, ADJUST!MODIFY
EA
38
$3 500 $133,000
1644900
FIRE HYDRANTS. WATER, REMOVE
EA
12
51.500 04 518000
108021102
UTILITY FIXTURE, VALVE/METER BOX. FURNISH & INSTALL, 2'
EA
39
$2.350 $91,650 OC
108021600
UTILITY FIXTURE, VALVEIMETER BOX. REMOVE
EA
104
$800 $83 200 OC
108024500
UTILITY FIXTURE, VALVE ASSEMBLY, ADJUSTIMODIFY
EA
31
$1.000 Oq $31 000 CX
SubtotalConsbuedon
$366,111S0.
Contamnaton Assessment Remedlaton Services � To be detennined dung Construction
••
S1 244,012
$1 2" 012 88
Subtotal CotnRuctim and CAR S"ces
$14,71111,324.841
01021
Maintenance of Traft (9%)
AS
9%
SI.331.M 2
71011
Mobazabm'DembbMom (9%)
AS
9%
$1131.039 2
Contrgency Aavwarca (10%)
AS
10%
S1,478.9324
Construction Erlgrleerrhp Adrrwrs7athbn 10EA1 I6%)
AS
6%
Sj87.3594
Subtotal Conabvctlon Allowanoss
$6.020,370 .44
GRAND TOTAL BASE BID (SUBTOTAL CONSTRUCTION • CAR SERVICES • ALLOWANCES)
617 of 2180
WA.II.11ff_
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
DATE: 11-19-2025
UTILITY AGENCY OWNER: CITY OF MIAMI BEACH
PROJECT FPID: 429193-1-56-01
PROJECT LIMITS: SR 907/ALTON ROAD FROM MICHIGAN AVENUE TO S OF ED SULLIVAN DR/43 ST
PLANS DATED: 7-16-2025
Please refer to sheet 2 for a detailed listing of facilities to be adjusted as required
Quantity
Description (Pay Item #)
Unit Price
Total Price
31
Valves (1080-24-500)
$ 1,000.00
$ 31,000.00
38
Manholes (1060-15)
$ 3,500.00
$ 133,000.00
39
Water Meters (1080-21-102)
$ 2,350.00
$ 91,650.00
104
Water Meters (1080-21-600)
$ 800.00
$ 83,200.00
12
Fire Hydrants (1644-900)
$ 1,500.00
$ 18,000.00
Sub -Total $ 356,850.00
Contingency (10%) $ 35,685.00
Total: $ 392,535.00
618 of 2180
EXHIBIT Al
PROJECT FPID: 429193-1-56-01
PROJECT LIMITS: SR 907/ALTON ROAD FROM MICHIGAN AVENUE TO S OF ED SULLIVAN DR/43 ST
PLANS DATED: 7-16-2025
UAO REVIEWER: ALEXANDER ALVAREZ
ITEM
ALIGNMENT
STATION
OFFSET
TYPE OF FACILITY
COMMENTS
ALTON
SANITARY MANHOLE, TO
91+19
1
ROAD
RT
BE ADJUSTED
MICHIGAN
SANITARY MANHOLE TO BE
11+85
2
AVE
RT
CORE DRILLED
ALTON
SANITARY MANHOLE, TO
91+70
3
ROAD
RT
BE ADJUSTED
SANITARY MANHOLE TO BE
W 21ST ST
12+30
4
LT/RT
CORE DRILLED/ADJUSTED
ALTON
SANITARY MANHOLE, TO
121+30.24
5
ROAD
LT
BE ADJUSTED
SANITARY MANHOLE TO BE
W 27 ST
12+50
6
RT
CORE DRILLED/ADJUSTED
SANITARY MANHOLE TO BE
N BAY RD
11+80
7
RT
CORE DRILLED/ADJUSTED
ALTON
SANITARY MANHOLE, TO
144+18.85
8
ROAD
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
146+27.62
9
ROAD
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
10
ROAD
148+73.16
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
11
ROAD
150+09.67
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
12
ROAD
151+13.26
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
13
ROAD
151+30.12
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
14
ROAD
151+46.59
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
15
ROAD
151+86.88
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
16
ROAD
154+76.91
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
17
ROAD
155+40.97
LT
BE ADJUSTED
619 of 2180
ALTON
SANITARY MANHOLE, TO
ROAD
155+57.13
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
155+58.41
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
155+66.31
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
157+42.55
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
157+90.64
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
157+95.22
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
158+04.55
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
158+64.98
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
159+13.78
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
ROAD
159+92.43
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
161+28.84
ROAD
RT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
161+61.91
ROAD
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
161+78.66
ROAD
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
163+80.48
ROAD
LT
BE ADJUSTED
ALTON
SANITARY MANHOLE, TO
164+53.66
ROAD
LT
BE ADJUSTED
ALTON RD
SANITARY MANHOLE, TO
NORTH BL
LT LT
BE ADJUSTED
ALTON RD
SANITARY MANHOLE, TO
32+08.41
NORTH BL
LT
BE ADJUSTED
ALTON RD
SANITARY MANHOLE, TO
32+88.14
NORTH BL
LT
BE ADJUSTED
ALTON RD
SANITARY MANHOLE, TO
33+44.63
NORTH BL
LT
BE ADJUSTED
ALTON RD
SANITARY MANHOLE, TO
33+60.00
NORTH BL
LT
BE ADJUSTED
ALTON RD
SANITARY MANHOLE, TO
33+73.20
NORTH BL
LT
BE ADJUSTED
620 of 2180
ALTON
WATER METER BOX TO BE
91+32.88
ROAD
LT
ADJUSTED
MICHIGAN
WATER METER BOX TO BE
09+76.72
AVE
LT
ADJUSTED
WATER METER BOX TO BE
N BAY RD
11+44.30
LT
ADJUSTED
ALTON
TWO WATER METER BOXES
144+34.07
ROAD
RT
TO BE ADJUSTED
ALTON
WATER METER BOX TO BE
144+88.87
ROAD
RT
ADJUSTED
ALTON
WATER METER BOX TO BE
145+04.36
ROAD
RT
ADJUSTED
ALTON RD
WATER METER BOX TO BE
i1+12.55
NORTH BL
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
147+43.33
ROAD
RT
ADJUSTED
ALTON
WATER METER BOX TO BE
148+32.62
ROAD
RT
ADJUSTED
ALTON
WATER METER BOX TO BE
148+40.00
ROAD
RT
ADJUSTED
ALTON
WATER METER BOX TO BE
149+10.00
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
149+42.80
ROAD
RT
ADJUSTED
ALTON
WATER METER BOX TO BE
151+32.00
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
151+49.50
ROAD
LT
ADJUSTED
ALTON
TWO WATER METER BOXES
151+86.90
ROAD
RT
TO BE ADJUSTED
ALTON
WATER METER BOX TO BE
152+60.00
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
152+66.60
ROAD
RT
ADJUSTED
ALTON
TWO WATER METER BOXES
154+60.00
ROAD
LT
TO BE ADJUSTED
ALTON
WATER METER BOX TO BE
154+80.00
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
155+00.00
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
157+30.50
ROAD
LT
ADJUSTED
621 of 2180
ALTON
WATER METER BOX TO BE
158+16.07
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
158+32.75
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
158+86.92
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
159+42.40
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
160+02 25
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
160+48.50
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
160+85.80
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
161+56.35
ROAD
LT
ADJUSTED
ALTON
TWO WATER METER BOXES
161+75.00
ROAD
LT
TO BE ADJUSTED
ALTON
WATER METER BOX TO BE
162+53.65
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
162+77.60
ROAD
LT
ADJUSTED
ALTON
WATER METER BOX TO BE
163+25.20
ROAD
LT
ADJUSTED
ALTON
TWO WATER METER BOXES
163+40.00
ROAD
LT
TO BE ADJUSTED
ALTON
WATER METER TO BE
92+00
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
92+05
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
92+45.54
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
92+92.50
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
g3+60
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
93+64
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
94+76
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
95+19.54
ROAD
LT
REMOVED
622 of 2180
ALTON
WATER METER TO BE
95+96.20
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
96+43.50
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
96+74.80
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
97+85.34
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
97+89.34
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
98+38
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
98+41
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
98+98.10
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
99+77.05
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
99+80.05
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
100+97
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
101+63
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
101+67
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
102+04
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
102+54
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
103+62
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
103+88
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
103+91
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
104+66.76
ROAD
RT
REMOVED ,
ALTON
WATER METER TO BE
104+68.16
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
15+26.19
ROAD
LT
REMOVED
623 of 2180
ALTON
WATER METER TO BE
105+30.19
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
105+26
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
105+54
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
106+30
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
106+89
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
107+32
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
108+41
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
108+44
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
108+54
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
109+52
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
109+67.45
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
110+00
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
110+82
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
111+02
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
111+29
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
112+89
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
113+49.45
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
114+32
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
114+93
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
114+97
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
115+21
ROAD
LT
REMOVED
624 of 2180
ALTON
WATER METER TO BE
115+90
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
116+15
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
116+39
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
116+42
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
117+05
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
117+48
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
117+92
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
118+53
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
118+75
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
118+82
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
120+38.80
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
121+14
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
123+00
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
123+01.78
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
128+80.18
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
124+10.85
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
124+25.70
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
124+45
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
125+62
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
125+65
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
125+86
ROAD
RT
REMOVED
625 of 2180
ALTON
WATER METER TO BE
125+90
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
126+22
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
126+48.70
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
126+52.70
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
126+72
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
127+50
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
128+05.30
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
128+39
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
128+80
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
129+13
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
129+31.50
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
126+86.45
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
130+48.80
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
130+93
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
131+44
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
131+55
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
132+67
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
132+87
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
132+97
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
132+98
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
132+99
ROAD
LT
REMOVED
626 of 2180
ALTON
WATER METER TO BE
133+86
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
133+90
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
134+52.50
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
135+35
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
136+23
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
136+68
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
137+36
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
137+67
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
138+92
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
139+92
ROAD
LT
REMOVED
ALTON
WATER METER TO BE
140+19
ROAD
RT
REMOVED
ALTON
WATER METER TO BE
140+76
ROAD
RT
REMOVED
ALTON
WATER VALVE, VALVE BOX
107+20.31
ROAD
RT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
111+84.40
ROAD
RT
TO BE ADJUSTED
TWO WATER VALVES,
ALTON
140+30.50
VALVE BOX TO BE
ROAD
LT
ADJUSTED
ALTON
WATER VALVE, VALVE BOX
145+g8.26
ROAD
RT
TO BE ADJUSTED
TWO WATER VALVES,
ALTON
146+03.55
VALVE BOX TO BE
ROAD
RT
ADJUSTED
ALTON
WATER VALVE, VALVE BOX
150+50.47
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
150+53.47
ROAD
RT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
150+54.61
ROAD
RT
TO BE ADJUSTED
627 of 2180
ALTON
WATER VALVE, VALVE BOX
150+55.47
ROAD
RT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
151+30.97
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
151+70.18
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
152+95.29
ROAD
RT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
154+80.00
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
154+89.35
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
154+97.50
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
156+34.65
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
156+40.58
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
157+20.00
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
157+96.77
ROAD
LT
TO BE ADJUSTED
ALTON
WATER VALVE, VALVE BOX
158+00.00
ROAD
LT
TO BE ADJUSTED
TWO WATER VALVES,
ALTON RD
16+00.00
VALVE BOXES TO BE
NORTH BL
LT
ADJUSTED
ALTON RD
WATER VALVE, VALVE BOX
18+65.75
NORTH BL
LT
TO BE ADJUSTED
ALTON RD
WATER VALVE, VALVE BOX
18+70.75
NORTH BL
LT
TO BE ADJUSTED
TWO WATER VALVES,
ALTON RD
24+47.15
VALVE BOXES TO BE
NORTH BL
LT
ADJUSTED
ALTON RD
WATER VALVE, VALVE BOX
26+46.52
NORTH BL
LT
TO BE ADJUSTED
TWO WATER VALVES,
ALTON RD
28+47.73
VALVE BOXES TO BE
NORTH BL
LT
ADJUSTED
ALTON
FIRE HYDRANT TO BE
92+15
ROAD
LT
REMOVED
628 of 2180
ALTON
ROAD
97+30
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
101+90
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
106+70
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
111+30
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
111+45
RT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
111+45
RT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
116+20
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
120+80
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
125+30
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
131+50
LT
FIRE HYDRANT TO BE
REMOVED
ALTON
ROAD
140+05
LT
FIRE HYDRANT TO BE
REMOVED
629 of 2180
EXHIBIT B
UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT
DATE: 11-19-2026
UTILITY AGENCY OWNER: CITY OF MIAMI BEACH
PROJECT FPID: 429193-1-56-02
PROJECT LIMITS: SR 907/ALTON ROAD FROM MICHIGAN AVENUE TO S OF ED SULLIVAN DR/43 ST
PLANS DATED: 7-16-2025
Please refer to sheet 2 for a detailed listing of facilities to be adjusted as required
Quantity
Description (Pay Item #)
Unit Price
Total Price
9
Valves (1080-24-500)
$ 1,000.00
$ 9,000.00
6
Manholes (1060-15)
$ 3,500.00
$ 21,000.00
7
Water Meters (1080-21-102)
$ 2,350.00
$ 16,450.00
Sub -Total $ 46,450.00
Contingency (10%) $ 4,645.00
Total: $ 51,095.00
630 of 2180
EXHIBIT B
PROJECT FPID: 429193-1-56-02
PROJECT LIMITS: SR 907/ALTON ROAD FROM MICHIGAN AVENUE TO S OF ED SULLIVAN DR143 ST
PLANS DATED: 7-16-2025
LIAO REVIEWER: ALEXANDER ALVAREZ
ITEM
ALIGNMENT
STATION
OFFSET
TYPE OF FACILITY
COMMENTS
W 29 ST
10+67.00
SANITARY MANHOLE,
1
RT
TO BE ADJUSTED
TWO SANITARY
W 29 ST
13+82.50
MANHOLES, TO BE
2
RT
ADJUSTED
W 29 ST
16+60.50
SANITARY MANHOLE,
3
RT
TO BE ADJUSTED
W 29 ST
16+80.00
SANITARY MANHOLE,
4
RT
TO BE ADJUSTED
CHASE AVE
1+07.98
SANITARY MANHOLE,
5
LT
TO BE ADJUSTED
MICHIGAN
WATER METER BOX TO
9+48.16
6
AVE
LT
BE ADJUSTED
MICHIGAN
9+66.05
WATER METER BOX TO
7
AVE
RT
BE ADJUSTED
CHASE AVE
1+06.12
WATER METER BOX TO
8
LT
BE ADJUSTED
N BAY RD
10+17.27
WATER METER BOX TO
9
LT
BE ADJUSTED
N BAY RD
10+36.59
WATER METER BOX TO
10
LT
BE ADJUSTED
W 29 ST
10+18.00
WATER METER BOX TO
11
LT
BE ADJUSTED
W 29 ST
11+05.00
WATER METER BOX TO
12
LT
BE ADJUSTED
W 23 ST
12+00
WATER VALVE, VALVE
13
RT
BOX TO BE ADJUSTED
CHASE AVE
1+03.50
WATER VALVE, VALVE
14
LT
BOX TO BE ADJUSTED
W 29 ST
10+05.00
WATER VALVE, VALVE
15
LT
BOX TO BE ADJUSTED
TWO WATER VALVES,
W 29 ST
13+80.00
VALVE BOX TO BE
16
LT
ADJUSTED
FOUR WATER VALVES,
W 29 ST
14+12.00
VALVE BOX TO BE
17
LT
ADJUSTED
631 of 2180